Loading...
HomeMy WebLinkAboutR-2002-005 Washington Avenue Road Widening Project Phase 2 - Columbia Asphalt and Gravel, Inc.CLCRK CityofYakima Engineering Division Washington Avenue Widening - Phase 2 S. 72nd Avenue to S. 52nd Avenue Washington Avenue Median Repair/Removal S. 24th Avenue to S. 16th Avenue Federal Aid Numbers: STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 Construction Contract Specifications & Bid Documents City Project Numbers 1957, 1958 & 2124 129 North Second Street Yakima, WA 98901 August 2005 Phone (509) 575-61 11 Fax (509) 576-6314 BID SUMMARY Washington Avenue Widening Phase 2 Fed Ald #a TIB#84-039(019)-1, 115 #9-E-039(007)-1 CITY PROJECT NOS, 1957 81958 ENGINEERS ESTIMATE COLUMBIA ASPHALT & GRAVEL, INC: Yakima, WA SUPERIOR , PAVING CO. Yakima, WA MRM CONSTRUCTION, INC. Ellensburg, WA REM Bid Security 5% BID BOND . 5% BID BOND 5% BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE . AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT Schedule 'A' 1 SPCC PLAN 1 LS $1,000.00 $1,000.00 $400.00 $400.00 $500.00 $500.00 $2,916.00 $2,916.00 2 MOBILIZATION 1 LS $135,000.00 $135,000.00 $154,306.66 $154,306.66 $159,000.0 $159,000.00 $125,300.00 $125,300.00 3 TRAFFIC CONTROL SUPERVISIOR 1 LS $35,000.00 $35,000.00 $28,980.00 $28.980.00 $29,000.00 $29,000.00 $18,524.16 $18,524.16 4 FLAGGERS AND SPOTTERS (Min. bid $30.00 per hour) 2,000 HR - $34.00 $68,000.00 $35.20 $70,400.00 $33.50 $67,000.00 $36.72 $73,440.00 5 OTHER TRAFFIC CONTROL LABOR (Min. bid $30.00 per hour) 500 HR $34.00 $17,000.00 $36.25 $18,125.00 $34.50 $17,250.00 $34.56 $17,280.00 6 OTHER TEMPORARY TRAFFIC CONTROL DEVICES 1 LS $3,000.00 $3,000.00 $17,325.00 $17,325.00 $22,000.00 $22,000.00 $9,342.00 $9,342.00 7 CONSTRUCTION SIGNS CLASS 'A' 600 SF $7.00 $4,200.00 $8:95 $5,370.00 $9.00 $5,400.00 $7.29 $4,374.00 8 ROADSIDE CLEANUP 1 FA $5,000.00 $5,000.00 . $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 9 9 CLEARING AND GRUBBING 1 LS $20,000.00 $20,000.00 $23,341 45 $23,341.45 $15,000.00 $15,000.00 .$22,681.08 $22,681.08 10 SAW CUT, PER INCH DEPTH 2,400 LF $1.00 $2,400.00 S0.60 $1,440.00 $0.50 $1,200.00 $0.54 $1,296.00 11 ROADWAY EXCAVATION INCL. HAUL 23,500 CY $12.00 $282,000.00 $9.80 $230.300.00 $6.50 $152,750.00 $8.27 $194,345.00 12 CRUSHED SURFACING BASE COURSE 30,000 TON $14.00 $420,000.00 $1040 S312,000.00 $12.00 $360,000.00 $11.08 $332,400.00 13 ASPHALT TREATED BASE 10,500 TON $35.00 $367,500.00 $27.55 $289,275.00 $28.00 $294,000.00 $30.07 $315,735.00 14 HMA CL. A PG 64.28 5,300 TON $42.00 $222,600.00 $36.10 $191,330.00 $38.50 $204,050.00 $39.04 $206,912.00 15 PLANING BrroUMINOUSPAVEMENT 1,200 SY $1.50 $1,800.00 $1.60 $1,92.0.00 $1.50 $1,800.00 $4.00 $4,800.00 16 7CORRUGATEDPOLYETHYLENESTORMSEWERPIPE,12IN.DIAM. 4,080 LF $25.00 $102,000.00 $19.95 $81,396.00 $27.00 $110,160.00 $18.90 $77,112.00 17 CATCH BASIN TYPE 1 46 EA $1,000.00 $46,000.00 $603.75 $27,772.50 5475.00 521,850.00 $837.00 538,502.00 18 CATCH BASIN TYPE 2, 721N. DIAM. 14 EA $4,000.00 556,000.00 $2,913.75 540,702.50 52,650.00 537,100.00 $3,256.20 $45,586.80 19 REVERSIBLE FRAME AND HERRINGBONE GRATE FOR TYPE 1 46 EA 5300.00 513,800.00 $152.25 57,003.50 $175.00 $8,050.00 $171 72 57,899.12 20 DRAINAGE RETENTION BASIN W/36 IN. DIAM PERF. PIPE 2,010 LF 580.00 $160,800.00 574.55 5149,845.50 575.00 5150,750.00 592.88 $186,688.80 21 ADJUST MANHOLE 4 EA 5300.00 $1,200.00 5250.00 51,000.00 5275.00 51,100.00 $378.00 51,512.00 22 RELOCATE EXISTING ORCHARD DRAIN AND CONNECT TO DID PIPE 3 EA 5800.00 $2,400.00 5682.50 52.047.50 $840.00 $2,520.00 5705.24 $2,115.72 23 REMOVE PORTION OF AND REBUILD STANDPIPE AND COVER 1 EA 52,500.00 $2,500.00 $1,837.50 51,837.50 $1,575.00 51,575.00 51,936.44 51,936.44 24 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 1,130 TON $15.00 516,950.00 511.85 $13,390.50 $15.00 $16,950.00 $16.60 518,758.00 25 STRUCTURE EXCAVATION CLASS 'B' INCL. HAUL 10 CY $12.00 $120.00 $8.40 $84.00 550.00 $500.00 $39.96 $399.60 26 SHORING OR EXTRA EXCAVATION CL. B 4,080 LF $2.00 58,160.00 50.55 52,244.00 $0.50 52,040.00 $1 19 $4,855.20 27 ADJUST VALVE BOX 15 EA $200.00 53,000.00 5175.00 52,625.00 5175.00 52.625.00 $172.80 52,592.00 28 ESC LEAD 24 DAY 5200.00 $4,800.00 560.00 $1,440.00 550.00 51,200.00 $691.20 516,588.80 29 CEMENT CONC. TRAFFIC CURB AND GUTTER 13,200 LF $8.00 5105,600.00 56.45 585,140.00 $6.40 $84,480.00 $7.83 $103,356.00 30 COMMERCIAL DRIVEWAY APPROACH 1 EA 54,000.00 54,000.00 53,780.00 53.780.00 $3,800.00 $3.800.00 53,800.00 53,800.00 31 REMOVING AND RESETTING FENCE 140 LF 530.00 $4,200.00 510.00 51,400.00 57.50 $1,050.00 521.60 53,024.00 32 MONUMENT CASE AND COVER 5 EA 5550.00 52,750.00 $650.00 53,250.00 $185.00 $925.00 $432.00 . 52,160.00 33 CEMENT CONC. SIDEWALK, 4-IN DEPTH 8,100 SY 520.00 5162,000.00 $17 15 5138,915.00 $19.95 $161,595.00 $21.87 5177,147.00 34 CEMENT CONC. SIDEWALK, 6-IN DEPTH 750 SY 530.00 522,500.00 525.20 518,900.00 $28.20 521,150.00 524.30 $18,225.00 35 CEMENT CONC. SIDEWALK RAMP, TYPE 2A - 8 EA $850.00 $6,800.00 $892.50 57,140.00 $900.00 $7,200.00 5550.00 $4,400.00 (Schedule A items continued on page 2) CITY ENGINEERS REPORT .• CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON AUGUST 25, 2005. ! ..-'' '' '. 2 ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. c •.!j- Washington Avenue Widening Phase I RECOMMEND THE CONTRACT BE AWARDED TO: s'-^ '• 4� ) / Fed Aid Nos. TIB#84-039(019)-1, TIB #9-E-039(007)-1 AWARD MADE BY CITY MANAGER Columbia Asphalt &Gravel, Inc. P; . �. . • �'- •�- PROJECT NOS 1957 & 2082 DATE. AUGUST 25 2005 ��`O _ 1 - 20 -200 J ��• - -� \1w� FILE: 1957.58 Washington Ave Ph 2 Bid Sum.pub DATE CITY NGINEER , ,, DATE CITY MANAGER SHEET 1 of 2 BID SUMMARY Washington Ave Widening Phase 2 Fed Aid as 11B#84-039(019)-1, 71B #9-E-039(007)-1 CITY PROJECT NOS. 1957 8 1958 ENGINEERS ESTIMATE COLUMBIA ASPHALT & GRAVEL, INC. Yakima, WA SUPERIOR PAVING CO. Yakima, WA MRM CONSTRUCTION, INC. Ellensburg, WA ITEM NO. Bid Security 5% BID BOND 5% BID BOND 5% BID BOND ITEM CITY UNR UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNR PRICE AMOUNT UNR PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT (Schedule A continued) ' - 36 CEMENT CONC. SIDEWALK RAMP, TYPE 4A 4 EA 5750.00 53,000.00 5929.25 53,717.00 5900.00 $3,600.00 5550.00 52,200.00 ,. 37 SIGNPOST SOCKETS 74 EA 530.00 52.220.00 560.00 $4,440.00 530.00 52,220.00 575.60 55,594.40 38 MAILBOX SUPPORT, TYPE 1 16 ' EA $200.00 53,200.00 5200.00 53,200.00 5175.00 52,800.00 $216.00 $3,456.00 39 MAILBOX SUPPORT, TYPE 2 2 EA 5200.00 $400.00 $250.00 5500.00 5300.00 5600.00 5248.40 $496.80 40 ILLUMINATION SYSTEM 1 LS 5200,000.00 5200,000.00 5189,000.00 5189,000.00 5155,000.0 $155.000.00 5162,000.00 $162,000.00 41 REPAIR OR REPLACEMENT 1 FA 540,000.00 540,000.00 540,000.00 540,000.00 540,000.00 $40,000.00 $40,000.00 540,000.00 42 TRAINING 400 HR 52.00 5800.00 53.60 51,440.00 52.00 5800.00 55.40 52,160.00 TOTAL SCHEDULE 'A' (No Sales Tax) 52,559,700.00 52,181,613.61 52,175,590.0 52.266,910.92 Schedule 'B' (DELETED) 50 50 50 $0 Schedule 'C' 1 SPCC PLAN 1 LS 5500.00 5500.00 5400.00 5400.00 5300.00 $300.00 51,836.00 51,836.00 2 MOBILIZATION 1 LS 535,000.00 535,000.00 $0.00 $0.00 $4.750.00_ 54,750.00 584,240.00 584,240.00 3 TRAFFIC CONTROL SUPERVISIOR 1 LS 55,400.00 55,400.00 57,500.00 57,500.00 58,000.00 58,000.00 $18,524.16 518,524.16 4 FLAGGERSAND SPOTTERS (Min.bid $30.00per hour) 230 HR 534.00 57,820.00 $34.50 57,935.00 $34.50 $7,935.00 $36.72 58,445.60 5 \OTHER TRAFFIC CONTROL LABOR Min. bid $30.00 .'r hour 60 HR 534.00 52,040.00 534.50 52,070.00 534.50 52,070.00 534.56 $2,073.60 ' 6 CONSTRUCTION SIGNS CLASS A 60 SF 57.00 5420.00 58.50 5510.00 59.00 $540.00 $7.29 5437.40 7 SAW CUT, PER INCH DEPTH 450 LF 51.00 $450.00 50.50 5225.00 $0.50 $225.00 $0.54 5243.00 8 MANHOLE 48IN.DIAM.TYPE1 18 EA 52,200.00 539,600.00 52,100.00 537,800.00 51,750.00 531,500.00 52,440.80 $43,93440 9 MANHOLE ADDITIONAL HEIGHT 48 IN. DIAM. TYPE 1 13 LF 5200.00 52,600.00 598.00 51,274.00 5155.00 52,015.00 5108.00 51,404.00 10 TRENCH DEWATERING 1 FA 5250,000.00 $250,000.00 5250.000.00 5250,000.00 $250,000.0 5250,000.00 5250,000.00 5250,000.00 11 STRUCTURE EXCAVATION CLASS B INCL HAUL 7,350 CY 55.00 536,750.00 51.00 57,350.00 $2.60 519,110.00 54.05 529,767.50 12 SHORING 0R EXTRA EXCAVATION CLASS B 6,300 LF 55.00 531,500.00 50.50 53,150.00 $1.55 59,765.00 $0.76 54,788.00 13 GRAVEL BACKFILL FOR FOUNDATIONS CLASS A 110 CY 550.00 $5,500.00 517.50 $1,925.00 $46.00 55,060.00 $31.85 53,503.50 14 REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL 250 CY 515.00 53,750.00 515.75 53.937.50 $23.00 $5,750.00 535.28 58,820.00 15 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 550 TON 536.00 $19,800.00 510.50 55,775.00 $14.50 $7,975.00 $12.79 $7,034.50 16 PVC SANITARY SEWER PIPE-4 IN. DIAM. 1,095 LF 560.00 565,700.00 523.00 $25,185.00 520.00 521,900.00 524.57 526,904.15 17 PVC SANITARY SEWER PIPE -8 IN. DIAM. 3,980 LF 533.00 5131,340.00 520.00 579,600.00 $19.50 577,610.00 $27 72 5110.325.60 18 PVC SANITARY SEWER PIPE -15 IN. DIAM. 2,650 LF ' 539.00 5103,350.00 $27.50 $72;875.00 523.50 562,275.00 $34.43 591,239.50 19 REPAIR OR REPLACEMENT 1 FA 510,000.00 510,000.00 510,000.00 510;000.00 $10,000.00 510.000.00 510,000.00 510,000.00 SUBTOTAL SCHEDULE 'C' 5751,520.00 $517;511.50 $526,780.00 5703,520.91 SALES TAX (8.2%) $61,624.64 $42,435.94 $43,195.96 $57,688.71 TOTAL SCHEDULE' C" 5813,144.64 5559.94744 5569,975.96 5761,209.62 TOTAL ALL SCHEDULES (A + C) 53.372,844.64 52,741,761.05 52,745,565.96 53.028,120.54 ar --, . i` ' CITY OF YAKIMA Washington Avenue Widening/Reconstruction ` , •.'1' Fed Aid Nos. TIB#8-4-039(019)-1, TIB #9-E-039(007)-1 PROJECT NOS 1957 & 2082 DATE. AUGUST 25, 2005 FILE. 1957-5B Washington Ave Ph 2 Bid Sum.pub SHEET 2 of 2 City Of Yakima Washington Avenue Widening / Reconstruction, Median Removal & Sanitary Sewer 72"d Ave. to 52nd Ave. City Project Nos. 1957 & 1958 Federal Aid Numbers: STPUS-4558 (006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 1 CONTENTS CITY OF YAKIMA Washington Ave. Widening / Reconstruction, Median Removal & Sanitary Sewer 72nd Ave. to 52nd Ave. City Project Nos. 1957 & 1958 Federal Aid Nos: STPUS-4558(006), TIB# 8-4-039(019)-1, TIB #9-E-039(007)-1 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2004 Standard Specifications 7 CONTRACT PROVISIONS General Special Provisions 101 Project Description 101 1-02 Bid Procedures and Conditions 102 1-03 Award and Execution of Contract 102 1-04 Scope of Work 102 1-05 Control of Work 103 1-06 Control of Materials 105 1-07 Legal Relations and Responsibilities to the Public 107 1-08 Prosecution and Progress 121 1-10 Temporary Traffic Control 122 1-99 APWA Supplement 123 2-01 Clearing, Grubbing, and Roadside Cleanup 125 2-02 Removal of Structures and Obstructions 125 2-07 Watering 126 2-09 Structure Excavation 127 4-06 Asphalt Treated Base 127 5-04 Asphalt Concrete Pavement 128 5-05 Cement Concrete Pavement 150 7-05 Manholes, Inlets, Catch Basins, and Drywells 151 7-08 General Pipe Installation Requirements 153 7-09 Water Mains 154 7-17 Sanitary Sewers 154 8-01 Erosion Control and Water Pollution Control 156 8-06 Cement Concrete Driveway Entrances 156 8-12 Chain Link Fence and Wire Fence 157 8-13 Monument Cases 157 8-14 Cement Concrete Sidewalks 158 8-20 Illumination, Traffic Signal Systems, and Electrical 159 8-30 Repair or Replacement (New Section) 162 9-03 Aggregates 163 9-05 Drainage Structures, Culverts, and Conduits 163 9-28 Signing Material and Fabrication 163 9-29 Illumination, signals, Electrical 163 STANDARD PLANS 166 Required Contract Provisions FHWA Form 1273 (Attached as a Supplement) 171 Contract Form 173 Performance Bond Form 175 Informational Certificate of Insurance 177 Informational Additional Insured Endorsement 179 3 Minimum Wage Affidavit Form 181 PREVAILING WAGE RATES Prevailing Wage Rates 183 (State Wage and Federal Wage Rates attached as Supplements) PROPOSAL Proposal Form 185 Item Proposal Bid Sheet Schedule "A" 187 Item Proposal Bid Sheet Schedule "B" 191 Item Proposal Bid Sheet Schedule "C" 193 Bid Bond Fomi 195 Non -Collusion Declaration 197 Non -Discrimination Provision 199 Subcontractor List 201 Women and Minority Business Enterprise Policy 203 Council Resolution 205 Affirmative Action Plan • 207 Bidders Certification 209 DOT Form 420-004EF (Attachment) 211 Materially and Responsiveness 213 Proposal Signature Sheet 215 Bidders Check List 217 PLANS & DETAILS Project Details Standard Details Traffic Control Plan Construction Plans 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 of Yakima, until 2:00 pm on August 25, 2005 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Washington Ave. Widening / Reconstruction, Median Removal & Sanitary Sewer City Project Nos. 1957 & 1958 Federal Aid Nos: STPUS — 4558 (006), TIB# 8-4-039(019)-1, TIB# 9-E-039(007)-1 This contract provides for the reconstruction, widening and realignment of 1.25 miles of a 2 -lane roadway into a 5 -lane wide arterial street. The work on Washington Avenue, from 72nd Avenue to 52nd Avenue includes the approximate quantities of: clearing and grubbing; roadway excavation; embankment in place; common borrow; 30,000 tons of CSBC; CSTC; 11,000 tons of ATB; 6,000 tons of Hot Mix Asphalt; 4,080 linear feet of 12" storm sewer pipe; 2,000 LF of 36" drainage retention perforated pipe; 13,200 LF curb & gutter; 9,300 SY concrete sidewalk; fencing; an illumination system; and other miscellaneous items, all in accordance with the Contract Plans, Contract Provisions, and the Standard Specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $75.00 for each set, non refundable. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. A pre-bid conference will be held at Yakima City Hall CED Conference Room, Second Floor, 129 North 2nd Street, Yakima, Washington at 10:00 am on August 18, 2005. The conference will feature project discussion, DBE Contractor participation, and the Affirmative Action Plan. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals. DATED this 1st day of August, 2005 (SEAL) KAREN ROBERTS CITY CLERK PUBLISH: August 4, 2005 August 11, 2005 5 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2004 Standard Specifications STANDARD SPECIFICATIONS The 2004 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, by this reference, are made a part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2004 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 1, 2005 1-07.1 Laws to be Observed The first, second, and fourth paragraphs are revised to read: The Contractor shall always comply with all Federal, State, tribal or local laws, ordinances, and regulations that affect work under the contract. The Contractor shall indemnify, defend, and save harmless the State (including the Governor, Commission, Secretary, and any agents, officers, and employees) against any claims that may arise because the Contractor (or any employee of the Contractor or subcontractor or materialperson) violated a legal requirement. The Contractor shall be responsible for the safety of all workers and shall comply with all appropriate state safety and health standards, codes, rules, and regulations, including, but not limited to, those promulgated under the Washington Industry Safety and Health Act RCW Chapter 49.17 (WISHA) and as set forth in Title 296 WAC (Department of Labor and Industries). The Contractor shall likewise be obligated to comply with all federal safety and health standards, codes, rules, and regulations that may be applicable to the contract work. Without usurping the authority of other agencies, the Contracting Agency will cooperate with them in their efforts to enforce legal requirements. Upon awareness 7 of a violation of a legal requirement, the Engineer will notify the Contractor in an effort to achieve compliance. The Engineer may also notify the agency responsible for enforcement if the Engineer deems that action is necessary to achieve compliance with legal requirements. The Engineer will also assist the enforcement agency to obtain Contractor compliance to the extent such assistance is consistent with the provisions of the contract. 1-07.5 Fish and Wildlife and Ecology Regulations 1 The section title is revised to read: 1 1 1-07.5 Environmental Regulations 1-07.5(1) General This section is revised to read: Throughout the work, the Contractor shall comply with all current rules of the resource agencies having jurisdiction over the affected areas. Some, though not all, of these rules are summarized below. Any of these agencies may, without prejudice to the Contracting Agency, add rules as needed to protect game, fish, or the environment. The following restrictions apply to all work: No work shall occur within the jurisdictional areas unless authorized in the contract provisions and associated environmental permits. No materials shall be placed below the ordinary high water line except as may 1 be specified in the contract. 1 1 1 1 1 No equipment shall enter waters of the State, except as may be specified in the contract. 1-07.5(2) State Department of Fish and Wildlife Item 7 is deleted. 1 1 1-07.5(3) State Department of Ecology This section is revised to read: In doing the work, the Contractor shall: 1. Get a waste discharge permit from the Ecology Department before: a. Washing aggregate; or b. Discharging water from pit sites or excavations into a ground or surface waterway when the water contains turbidity, silt, or foreign materials. 2. Give the Project Engineer a copy of each waste discharge permit before the work begins. 3. Control drainage and erosion in a manner that reduces waterway pollution. 4. Perform work in such a manner that all materials and substances not specifically identified in the contract documents to be placed in the water do not enter waters of the State, including wetlands. 8 1 1 1 1 1 5. Use equipment that is free of external petroleum-based products. 6. Remove accumulations of soil and debris from drive mechanisms (wheels, tracks, tires) and undercarriage of equipment prior to using equipment below the ordinary high water line. 7. Clean loose dirt and debris from all materials placed below the ordinary high water line. No materials shall be placed below the ordinary high water line without the Engineer's approval. 8. Notify the Engineer and Ecology Department immediately should oil, chemicals, or sewage spill into waters of the State. 1-07.7(2) Load Limit Restrictions Item 1 is supplemented with the following: If the Contractor desires to utilize work methods resulting in load that exceed any of the restrictions described above, the Contractor shall submit calculations and other supporting information (as specified in Section 6-01.6 for bridges under construction) to the Engineer for approval in accordance with Sections 6-01.6 and 6-01.9. The Engineer will review the calculations and supporting information to determine if the loading meets the criteria specified in Section 6-01.6. The Contractor shall not place or operate construction vehicles or equipment on or over the structure until receiving the Engineer's approval of the submittal. 1-07.11(10)B Required Records and Retention The third and fourth paragraphs are revised to read: Monthly Employment Utilization Reports WSDOT Form #820-010 or substitute form as approved by the Contracting Agency. This form is required for all federally assisted projects if the contract is equal to or greater then $10,000 and for every associated subcontract equal to or greater than $10,000. These monthly reports are to be maintained in the respective Contractor or subcontractor's records. In addition, for contracts with a value of $100,000 or more, the Contractor shall submit copies of the completed WSDOT form 820-010 or approved substitute to the Contracting Agency by the fifth of each month throughout the term of the contract. The Contractor shall also collect and submit these forms monthly from every subcontractor who holds a subcontract with a value of $100,000 or more. Failure to submit the required reports by their due dates may result in the withholding of progress estimate payments. 1-07.13(4) Repair of Damage This section is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1- 07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4 using the estimated bid item "Reimbursement for Third Party Damage". In the event the Contracting Agency pays for damage to the Contractor's work or for damage to the Contractor's equipment caused by third parties, any claim the Contractor had or may have had against the third party shall be deemed assigned to the Contracting Agency, to the extent of the Contracting Agency's payment for such damage. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 9 For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for "Reimbursement For Third Party Damage" in the proposal to become a part of the total bid by the Contractor. 1-07.14 Responsibility for Damage The first paragraph is revised to read: The State, Governor, Commission, Secretary, and all officers and employees of the State, including but not limited to those of the Department, will not be responsible in any manner: for any loss or damage that may happen to the work or any part; for any loss of material or damage to any of the materials or other things used or employed in the performance of work; for injury to or death of any persons, either workers or the public; or for damage to the public for any cause which might have been prevented by the Contractor, or the workers, or anyone employed by the Contractor. The first sentence of the third paragraph is revised to read: Subject to the limitations in this section, the Contractor shall indemnify, defend, and save harmless the State, Governor, Commission, Secretary, and all officers and employees of the State from all claims, suits, or actions brought for injuries to, or death of, any persons or damages resulting from construction of the work or in consequence of any negligence regarding the work, the use of any improper materials in the work, caused in whole or in part by any act or omission by the Contractor or the agents or employees of the Contractor during performance or at any time before final acceptance. In addition to any remedy authorized by law, the State may retain so much of the money due the Contractor as deemed necessary by the Engineer to ensure indemnification until disposition has been made of such suits or claims. This section is supplemented with the following: The Contracting Agency will forward to the Contractor all claims filed against the State according to RCW 4.92.100 that are deemed to have arisen in relation to the Contractor's work or activities under this contract, and, in the opinion of the Contracting Agency, are subject to the defense, indemnity, and insurance provisions of these Standard Specifications. Claims will be deemed tendered to the Contractor and insurer, who has named the State as a named insured or an additional insured under the contract's insurance provisions, once the claim has been forwarded via certified mail to the Contractor The Contractor shall be responsible to provide a copy of the claim to the Contractor's designated insurance agent who has obtained/met the contract's insurance provision requirements. Within 60 calendar days following the date a claim is sent by the Contracting Agency to the Contractor, the Contractor shall notify the Claimant and WSDOT (Risk Management Office, PO Box 47418, Olympia, WA 98504-7418) of the following: a. whether the claim is allowed or is denied in whole or in part, and, if so, the specific reasons for the denial of the individual claim, and if not denied in full, when payment has been or will be made to the claimant(s) for the portion of the claim that is allowed, or b. if resolution negotiations are continuing. In this event, status updates will be reported no longer than every 60 calendar days until the claim is resolved or a lawsuit is filed. If the Contractor fails to provide the above notification within 60 calendar days, then the Contractor shall yield to the Contracting Agency sole and exclusive discretion to allow all or part of the claim on behalf of the Contractor, and the Contractor shall be deemed to have WAIVED any and all defenses, objections, or other avoidances to the Contracting Agency's allowance of the claim, or the amount allowed by the Contracting Agency, 10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 under common law, constitution, statute, or the contract and these Standard Specifications. If all or part of a claim is allowed, the Contracting Agency will notify the Contractor via certified mail that it has allowed all or part of the claim and make appropriate payments to the claimant(s) with State funds. Payments of State funds by the Contracting Agency to claimant(s) under this section will be made on behalf of the Contractor and at the expense of the Contractor, and the Contractor shall be unconditionally obligated to reimburse the Contracting Agency for the "total reimbursement amount", which is the sum of the amount paid to the claimant(s), plus all costs incurred by the Contracting Agency in evaluating the circumstances surrounding the claim, the allowance of the claim, the amount due to the claimant, and all other direct costs for the Contracting Agency's administration and payment of the claim on the Contractor's behalf. The Contracting Agency will be authorized to withhold the total reimbursement amount from amounts due the Contractor, or, if no further payments are to be made to the Contractor under the contract, the Contractor shall directly reimburse the Contracting Agency for the amounts paid within 30 days of the date notice that the claim was allowed was sent to the Contractor. In the event reimbursement from the Contractor is not received by the Contracting Agency within 30 days, interest shall accrue on the total reimbursement amount owing at the rate of 12 per cent per annum calculated at a daily rate from the date the contractor was notified that the claim was allowed. The Contracting Agency's costs to enforce recovery of these amounts are additive to the amounts owing. 1-07.15(1) Spill Prevention, Control and Countermeasures Plan This section is revised to read: The Contractor shall prepare a project specific spill prevention, control and countermeasures (SPCC) plan to be used for the duration of the project. The plan shall be submitted to the Engineer prior to the commencement of any on site construction activities. The Contractor shall maintain a copy of the plan at the work site, including any necessary updates as the work progresses. If hazardous materials are encountered during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. Hazardous material, as referred to within this specification, is defined in RCW 70.105.010 under "Hazardous Substances". Occupational safety and health requirements that may pertain to SPCC planning are contained in but not limited to WAC 296-824 and WAC 296-843. The SPCC plan shall address the following project -specific information: 1. SPCC Plan Elements A. Site Information Identify general site information useful in construction planning, recognizing potential sources of spills, and identifying personnel responsible for managing and implementing the plan. B. Project Site Description Identify staging, storage, maintenance, and refueling areas and their relationship to drainage pathways, waterways, and other sensitive areas. Specifically address: the Contractor's equipment maintenance, refueling, and cleaning activities. the Contractor's on site storage areas for hazardous materials. C. Spill Prevention and Containment For each of the locations identified in B, above, specifically address: 11 1. Spill prevention and containment measures to be used at each location. 2. The method of collecting and treating, or disposing of runoff from each location. 3. The method of diverting project runoff from each location. D. Spill Response Outline spill response procedures including assessment of the hazard, securing spill response and personal protective equipment, containing and eliminating the spill source, and mitigation, removal and disposal of the material. E. Standby, On -Site, Material and Equipment The plan shall identify the equipment and materials the Contractor will maintain on site to carry out the preventive and responsive measures for the items listed. F. Reporting The plan shall list all federal, state and local agency telephone numbers the Contractor must notify in the event of a spill. G. Program Management Identify site security measures, inspection procedures and personnel training procedures as they relate to spill prevention, containment, response, management and cleanup. H. Preexisting Contamination If preexisting contamination in the project area is described elsewhere in the plans or specifications, the SPCC plan shall indicate measures the Contractor will take to conduct work without allowing release or further spreading of the materials. I. Work Below the Ordinary High Water Line Identify equipment that will be used below the ordinary high water line. Outline daily inspection and cleanup procedures that ensure equipment is free of all external petroleum-based products. Identify refueling procedures for equipment that cannot be moved from below the ordinary high water line. 2. Attachments A. Site plan showing the locations identified in (1. B. and 1. C.) noted previously. B. Spill and Incident Report Forms, if any, that the Contractor will be using. Implementation Requirements The Contractor shall implement prevention and containment measures identified in the SPCC plan prior to performing any of the following: Placing materials or equipment in staging or storage areas Equipment refueling Equipment washing Stockpiling contaminated materials Payment The lump sum contract price for the "SPCC Plan" shall be full pay for: 1. All costs associated with creating the SPCC plan. 12 2. All costs associated with providing and maintaining on site standby materials and equipment described in the SPCC plan. 3. All costs associated with implementing the prevention and containment measures identified in the approved SPCC plan. As to other costs associated with spills the contractor may request payment as provided for in the Contract. No payment shall be made if the spill was caused by or resulted from the Contractor's operations, negligence or omissions. 1-07.16(1) Private/Public Property This section is revised to read: The Contractor shall not use Contracting Agency owned or controlled property other than that directly affected by the contract work without the approval of the Engineer. If the Engineer grants such approval, the Contractor shall then vacate the area when ordered to do so by the Engineer. Approval to temporarily use the property shall not create any entitlement to further use or to compensation for any conditions or requirements imposed. The Contractor shall protect private or public property on or in the vicinity of the work site. The Contractor shall ensure that it is not removed, damaged, destroyed, or prevented from being used unless the contract so specifies. Property includes land, utilities, trees, landscaping, improvements legally on the right-of-way, markers, monuments, buildings, structures, pipe, conduit, sewer or water lines, signs, and other property of all description whether shown on the plans or not. If the Engineer orders , or if otherwise necessary, the Contractor shall install protection, acceptable to the Engineer, for property such as that listed in the previous paragraph. The Contractor is responsible for locating and protecting all property that is subject to damage by the construction operation. If the Contractor (or agents/employees of the Contractor) damage, destroy, or interfere with the use of such property, the Contractor shall restore it to original condition. The Contractor shall also halt any interference with the property's use. If the Contractor refuses or does not respond immediately, the Engineer may have such property restored by other means and subtract the cost from money that will be or is due the Contractor. The Contractor may access the worksite from adjacent properties. The Contractor shall not use or allow others to use this access to merge with public traffic. During non -working hours, the Contractor shall provide a physical barrier that is either locked or physically unable to be moved without equipment. The access shall not go through any existing structures. The access may go through fencing. The Contractor shall control or prevent animals from entering the worksite to the same degree that they were controlled before the fence was removed. The Contractor shall prevent persons not involved in the contract work from entering the worksite through the access or through trails and pathways intersected by the access. If the contract documents require that existing trails or pathways be maintained during construction, the Contractor will insure the safe passage of trail or pathway users. The Contractor shall effectively control airborne particulates that are generated by use of the access. The location and use of the access shall not adversely affect wetlands or sensitive areas in any manner. The Contractor shall be responsible for obtaining all haul road agreements, permits and/or easements associated with the access. The Contractor shall replace any fence, repair any damage and restore the site to its original state when the access is no longer needed. The Contractor shall bear all costs associated with this worksite access. 13 1-07.16(2) Vegetation Protection and Restoration The new paragraph below is inserted to follow the third paragraph: Any pruning activity required to complete the work as specified shall be performed by persons qualified as a Certified Arborist at the direction of the Engineer. In the fifth paragraph, "Guide for Plant Appraisal, Eighth Edition" is revised to read "Guide for Plant Appraisal, Current Edition". 1-07.16(3) Fences, Mailboxes, Incidentals The first sentence in the first paragraph is revised to read: The Contractor shall maintain any temporary fencing to prevent pedestrians from entering the worksite and to preserve livestock, crops, or property when working through or adjacent to private property. 1-07.18 Public Liability and Property Damage Insurance This section is revised to read: The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the execution date of the contract until the date of acceptance by the Secretary (Section 1-05.12). 1. Owners and Contractors Protective Insurance providing bodily injury and property damage liability coverage with limits of $3,000,000 per occurrence and in the aggregate for each policy period, written on Insurance Services Office (ISO) form CG0009 together with Washington State Department of Transportation Amendatory Endorsement No. CG 29 08, specifying the State of Washington as a named insured. The Contractor may choose to terminate this insurance after the date of Substantial Completion as determined by the Engineer or, should Substantial Completion not be achieved, after the date of Physical Completion as determined by the Engineer. In the event the Contractor elects to terminate this coverage, prior to acceptance of the contract, the Contractor shall first obtain an endorsement to the Commercial General Liability Insurance described below that establishes the Contracting Agency on that policy as an additional insured. 2. Commercial General Liability Insurance written under ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each policy period. This protection may be a CGL policy or any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000. Products and completed operations coverage shall be provided for a period of one year following final acceptance of the work. 3. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and nonowned vehicles assigned to or used in the performance of the work with a combined single limit of not less than $1,000,000 each occurrence with the State named as an additional insured in connection with the Contractor's Performance of the contract. The Owners and Contractors Protective Insurance policy shall not be subject to a deductible or contain provisions for a deductible. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain such provisions. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any 14 claim of liability against the Contracting Agency. However in no event shall any provision for a deductible provide for a deductible in excess of $50,000.00. Prior to contract execution, the Contractor shall file with the Department of Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504-7420, ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these specifications. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 45 days prior written notice to the Contracting Agency of any cancellation or reduction of coverage. All insurance coverage required by this section shall be written and provided by "occurrence -based" policy forms rather than by "claims made" forms. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the Contracting Agency may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit contract prices and no additional payment will be made. 1-07.20 Patented Devices, Materials, and Processes This section is revised to read: The Contractor shall assume all costs arising from the use of patented devices, materials, or processes used on or incorporated in the work, and agrees to indemnify, defend, and save harmless the State, Governor, Commission, Secretary, and their duly authorized agents and employees from all actions of any nature for, or on account of the use of any patented devices, materials, or processes. 1-07.23(1) Construction Under Traffic The first paragraph is supplemented with the following: The Contractor shall enter interstate highways only through legal movements from existing roads, streets, and through other access points specifically allowed by the contract documents. The fourth sentence in the second paragraph is revised to read: Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor, when ordered by the Engineer, at the Contracting Agency's expense. In the sixth paragraph, 3. "C", the first sentence is revised to read: Temporary concrete barrier or other approved barrier installed on the traffic side of the drop- off with 2 feet between the drop-off and the back of the barrier and a new edge of pavement stripe a minimum of 2 feet from the face of the barrier. 1-07.26 Personal Liability of Public Officers This section is revised to read: Neither the Governor, the Commission, the Secretary, the Engineer, nor any other officer or employee of the State shall be personally liable for any acts or failure to act in connection with the contract, it being understood that in such matters, they are acting solely as agents of the State. 15 SECTION 1-09, MEASUREMENT AND PAYMENT August 1, 2005 1-09.1 Measurement of Quantities The third paragraph is supplemented with the following: Hour - measured for each hour that work is actually performed. Portions of an hour will be rounded up to a half hour. 1-09.6 Force Account On page 1-91, under "For Labor", the fourth and fifth sentences in the second paragraph are deleted. 1-09.7 Mobilization Under the second paragraph, item 3 is revised to read: When the substantial completion date has been established for the project, payment of any amount bid for mobilization in excess of 10 percent of the total original contract amount will be paid. SECTION 1-10, TEMPORARY TRAFFIC CONTROL August 1, 2005 Section 1-10 is revised in its entirety to read: 1-10.1 General The Contractor, utilizing contractor labor and contractor -provided equipment and materials (except when such labor, equipment or materials are to be provided by the Contracting Agency as specifically identified herein), shall plan, manage, supervise and perform all temporary traffic control activities needed to support the work of the contract. 1-10.1(1) Materials Materials shall meet the requirements of the following sections: Stop/Slow Paddles 9-35.1 Construction Signs 9-35.2 Wood Sign Posts 9-35.3 Sequential Arrow Signs 9-35.4 Portable Changeable Message Signs 9-35.5 Barricades 9-35.6 Traffic Safety Drums 9-35.7 Barrier Drums 9-35.8 Traffic Cones 9-35.9 Tubular Markers 9-35.10 Warning Lights and Flashers 9-35.11 Truck -Mounted Attenuator 9-35.12 1-10.1(2) Description The Contractor shall provide flaggers, spotters and all other personnel required for labor for traffic control activities and not otherwise specified as being furnished by the Contracting Agency. The Contractor shall perform all procedures necessary to support the contract work. The Contractor shall provide signs and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all 16 construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on or adjacent to highways, roads, or streets. No work shall be done on or adjacent to the roadway until all necessary signs and traffic control devices are in place. The traffic control resources and activities described shall be used for the safety of the public, of the Contractor's employees, and of the Contracting Agency's personnel and to facilitate the movement of the traveling public. Traffic control resources and activities may be used for the separation or merging of public and construction traffic when such use is in accordance with a specific approved traffic control plan. Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and remove signs; or provide, erect, maintain, and remove other traffic control devices when ordered to do so by the Engineer, the Contracting Agency may, without further notice to the Contractor or the Surety, perform any of the above and deduct all of the costs from the Contractor's payments. The Contractor shall be responsible for providing adequate labor, sufficient signs, and other traffic control devices, and for performing traffic control procedures needed for the protection of the work and the public at all times regardless of whether or not the labor, devices or procedures have been ordered by the Engineer, furnished by the Contracting Agency, or paid for by the Contracting Agency. Wherever possible when performing contract work, the Contractor's equipment shall follow normal and legal traffic movements. The Contractor's ingress and egress of the work area shall be accomplished with as little disruption to traffic as possible. Traffic control devices shall be removed by picking up the devices in a reverse sequence to that used for installation. This may require moving backwards through the workzone. When located behind barrier or at other locations shown on approved traffic control plans, equipment may operate in a direction opposite to adjacent traffic. The Contractor is advised that the Contracting Agency may have entered into operating agreements with one or more law enforcement organizations for cooperative activities. Under such agreements, at the sole discretion of the Contracting Agency, law enforcement personnel may enter the workzone for enforcement purposes and may participate in the Contractor's traffic control activities. The responsibility under the contract for all traffic control resides with the Contractor and any such participation by law enforcement personnel in Contractor traffic control activities will be referenced in the Special Provisions or will be preceded by an agreement and, if appropriate, a cost adjustment. Nothing in this contract is intended to create an entitlement, on the part of the Contractor, to the services or participation of the law enforcement organization. 1-10.2 Traffic Control Management 1-10.2(1) General It is the Contractor's responsibility to plan, conduct and safely perform the work. The Contractor shall manage temporary traffic control with his or her own staff. Traffic control management responsibilities shall be formally assigned to one or more company supervisors who are actively involved in the planning and management of field contract activities. The Contractor shall provide the Engineer with a copy of the formal assignment. The duties of traffic control management may not be subcontracted. The Contractor shall designate an individual or individuals to perform the duties of the primary Traffic Control Supervisor (TCS). The designation shall also identify an alternate TCS who can assume the duties of the primary TCS in the event of that person's inability to perform. The TCS shall be responsible for safe implementation of approved Traffic Control Plans provided by the Contractor. 17 The designated individuals shall be certified as worksite traffic control supervisors by one of the organizations listed in the Special Provisions. Possession of a current flagging card by the TCS is mandatory. A traffic control management assignment and a TCS designation are required on all projects that will utilize traffic control. The Contractor shall maintain 24-hour telephone numbers at which the Contractor's assigned traffic control management personnel and the TCS can be contacted and be available upon the Engineer's request at other than normal working hours. These persons shall have the resources, ability and authority to expeditiously correct any deficiency in the traffic control system. 1-10.2(1)A Traffic Control Management The responsibilities of the Contractor's traffic control management personnel shall include: 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS) to ensure that proper safety and traffic control measures are implemented and consistent with the specific requirements created by the Contractor's workzones and the Contract. Some form of oversight shall be in place and effective even when the traffic control management personnel are not present at the jobsite. 2. Providing the Contractor's designated TCS with approved Traffic Control Plans (TCPs) which are compatible with the work operations and traffic control for which they will be implemented. Having the latest adopted edition of the Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD,) including the Washington State Modifications to the MUTCD and applicable standards and specifications available at all times on the project. 3. Discussing proposed traffic control measures and coordinating implementation of the Contractor -adopted traffic control plan(s) with the Engineer. 4. Coordinating all traffic control operations, including those of subcontractors and suppliers, with each other and with any adjacent construction or maintenance operations. 5. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) with appropriate police, fire control agencies, city or county engineering, medical emergency agencies, school districts, and transit companies. 6. Overseeing all requirements of the contract that contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. 7. Reviewing the TCS's diaries daily and being aware of field traffic control operations. 8. Being present on-site a sufficient amount of time to adequately satisfy the above - listed responsibilities. Failure to carry out any of the above -listed responsibilities shall be a failure to comply with the contract and may result in a suspension of work as described in Section 1-08.6. 1-10.2(1)B Traffic Control Supervisor A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized or less frequently, as authorized by the Engineer. 18 The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be available to the job site within a 45 -minute time period after notification by the Engineer. The TCS's duties shall include: 1. Having a current set of approved traffic control plans (TCPs), applicable contract provisions as provided by the Contractor, the latest adopted edition of the MUTCD, including the Washington State Modifications to the MUTCD, the book Quality Guidelines for Work Zone Traffic Control Devices, and applicable standards and specifications. 2: Inspecting traffic control devices and nighttime lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected at least once per hour during working hours except that Class A signs and nighttime lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more shall also be inspected once during the nonworking hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). The TCS shall correct, or arrange to have corrected, any deficiencies noted during these inspections. 3. Preparing a daily traffic control diary on each day that traffic control is performed using DOT Forms 421-040A and 421-040B, and submitting them to the Engineer no later than the end of the next working day. The Contractor may use alternate forms if approved by the Engineer. Diary entries shall include, but not be limited to: a. Time of day when signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, c. Revisions to the traffic control plan, d. Lighting utilized at night, and e. Observations of traffic conditions. 4. Making minor revisions to the traffic control plan to accommodate site conditions provided that the original intent of the traffic control plan is maintained and the revision has the concurrence of both the Contractor and the Engineer. 5. Attending traffic control coordinating meetings or coordination activities as necessary for full understanding and effective performance. -6. Ensuring that all needed traffic control devices and equipment are available and in good working condition prior to the need to install or utilize them. The TCS may perform the work described in Section 1-10.3(1)A Flaggers and Spotters or in Section 1-10.3(1)B Other Traffic Control Labor and be compensated under those bid items, provided that the duties of the TCS are accomplished. 1-10.2(2) Traffic Control Plans The traffic control plan or plans appearing in the contract documents show a method of handling traffic. All construction signs, flaggers, spotters and other traffic control devices are shown on the traffic control plan(s) except for emergency situations. Where mainline contract traffic control plans are developed with the intent of operating without the use of flaggers or spotters, the plans shall contain a note that states, "NO FLAGGERS OR SPOTTERS". The use of flaggers or spotters to supplement these traffic control plans will not be allowed except in a case where no other means of traffic control can be used or in the event of an emergency. If the Contractor proposes the use of flaggers or spotters with one 19 of these plans, this will constitute a modification requiring approval by the Engineer. The modified plans shall show locations for all the required advance warning signs and a safe, protected location for the flagging station If flagging is to be performed during hours of darkness, the plan shall include appropriate illumination for the flagging station. When the Contractor's chosen method of performing the work in the contract requires some form of temporary traffic control, the Contractor shall either: (1.) designate and adopt, in writing, the traffic control plan or plans from the contract documents that support that method; or (2.) submit a Contractor's plan that modifies, supplements or replaces a plan from the contract documents. Any Contractor -proposed modification, supplement or replacement shall show the necessary construction signs, flaggers, spotters and other traffic control devices required to support the work. Any Contractor -proposed traffic control plan shall conform to the established standards for plan development as shown in the MUTCD, Part VI. The Contractor's submittal, either designating and adopting a traffic control plan from the contract documents or proposing a Contractor -developed plan, shall be provided to the Engineer for approval at least ten calendar days in advance of the time the signs and other traffic control devices are scheduled to be installed and utilized. The Contractor shall be solely responsible for submitting any proposed traffic control plan or modification, obtaining the Engineer's approval and providing copies of the approved Traffic Control Plans to the Traffic Control Supervisor. 1-10.2(3) Conformance to Established Standards Flagging, signs, and all other traffic control devices and procedures furnished or provided shall conform to the standards established in the latest WSDOT adopted edition of the Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD,) .published by the U.S. Department of Transportation and the Washington State Modifications to the MUTCD. Judgment of the quality of devices furnished will be based upon Quality Guidelines for Work Zone Traffic Control Devices, published by the American Traffic Safety Services Association. Copies of the MUTCD and Quality Guidelines for Work Zone Traffic Control Devices may be purchased from the American Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, Virginia 22406-1022. The Washington State Modifications to the MUTCD may be obtained from the Department of Transportation, Olympia, Washington 98504. In addition to the standards of the MUTCD described above, the Contracting Agency has scheduled the implementation of crashworthiness requirements for most workzone devices. The National Cooperative Highway Research Project (NCHRP) Report 350 has established requirements for crash testing. Workzone devices are divided into four categories. Each of those categories and, where applicable, the schedule for implementation is described below: Category 1 includes those items that are small and lightweight, channelizing, and delineating devices that have been in common use for many years and are known to be crashworthy by crash testing of similar devices or years of demonstrable safe performance. These include cones, tubular markers, flexible delineator posts, and plastic drums. All Category 1 devices used on the project shall meet the requirements of NCHRP 350 as certified by the manufacturer of the device. Category 2 includes devices that are not expected to produce significant vehicular velocity change, but may otherwise be hazardous. Examples of this class are barricades, portable sign supports and signs, intrusion alarms and vertical panels. All new Category 2 devices purchased after October 1, 2000 shall meet the requirements of NCHRP 350. Existing equipment, purchased prior to October 1, 2000, may be used on the project until December 31, 2007. For the purpose of definition, a sign support and sign shall be considered a single unit. A new sign may be purchased for an existing sign support and the entire unit will be defined as "existing equipment." Category 3 is for hardware expected to cause significant velocity changes or other potentially harmful reactions to impacting vehicles. Barriers, fixed sign supports, crash 20 cushions, truck mounted attenuators (TMA's) and other work zone devices not meeting the definitions of Category 1 or 2 are examples from this category. Many Category 3 devices are defined in the design of the project. Where this is the case, NCHRP 350 requirements have been incorporated into the design and the Contractor complies with the requirements by constructing devices according to the plans and specifications. Where the device is a product chosen by the Contractor, the device chosen must be compliant with the requirements of NCHRP 350. Category 4 includes portable or trailer -mounted devices such as arrow displays, temporary traffic signals, area lighting supports, and portable changeable message signs. There is presently no implementation schedule for mandatory crashworthiness compliance for these devices. The condition of signs and traffic control devices shall be acceptable or marginal as defined in the book Quality Guidelines for Work Zone Traffic Control Devices, and will be accepted based on a visual inspection by the Engineer. The Engineer's decision on the condition of a sign or traffic control device shall be final. A sign or traffic control device determined to be unacceptable shall be removed from the project and replaced within 12 hours of notification. 1-10.3 Traffic Control Labor, Procedures and Devices 1-10.3(1) Traffic Control Labor The Contractor shall furnish all personnel for flagging, spotting, for the execution of all procedures related to temporary traffic control and for the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control traffic during construction operations. Workers engaged as flaggers or spotters shall wear reflective vests and hard hats. During hours of darkness, white coveralls or white or yellow rain gear shall also be worn. The vests and other apparel shall be in conformance with Section 1-07.8. 1-10.3(1)A Flaggers and Spotters Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. The flagging card shall be immediately available and shown to the Contracting Agency upon request. Flagging stations shall be shown on Traffic Control Plans at locations where construction operations require stopping or diverting public traffic. Flagging stations shall be staffed only when flagging is required. This staffing may be continuous or intermittent, depending on the nature of the construction activity. Whenever a flagger is not required to stop or divert traffic, the flagger shall move away from the flagging station to a safer location. During hours of darkness, flagging stations shall be illuminated in a manner that insures that flaggers can easily be seen but that does not cause glare to the traveling public. Flaggers shall be equipped with portable two-way radios, with a range suitable for the project. The radios shall be capable of having direct contact with project management (foremen, superintendents, etc.). The Contractor shall furnish the MUTCD standard Stop/Slow paddles for all flagging operations. The specification for Stop/Slow paddles in Section 9-35.1 requires 24" paddles and all new paddles purchased for the project shall conform to those provisions. Previously specified 18" paddles may be used at the request of the Contractor until December 31, 2005. Spotting stations shall be shown on Traffic Control Plans , at locations where a spotter can detect errant drivers or other hazards and provide an effective warning to other workers. Spotting stations will not be allowed at locations where the spotter will be in unnecessary 21 danger. The Contractor shall furnish noise -makers or other effective warning devices for spotting operations. The duties of a spotter shall not include flagging. 1-10.3(1)B Other Traffic Control Labor In addition to flagging or spotting duties, the Contractor shall provide personnel for all other traffic control procedures required by the construction operations and for the labor to install, maintain and remove any traffic control devices shown on Traffic Control Plans. 1-10.3(2) Traffic Control Procedures 1-10.3(2)A One -Way Traffic Control The project work may require that traffic be maintained on a portion of the roadway during the progress of the work using one-way traffic control. If this is the case, the Contractor's operation shall be confined to one-half the roadway, permitting traffic on the other half. If shown on an approved traffic control plan or directed by the Engineer, one-way traffic control, in accordance with the MUTCD, shall be provided and shall also conform to the following requirements: In any one-way traffic control configuration, side roads and approaches will be closed or controlled by a flagger or by appropriate approved signing. A side road flagger will coordinate with end flaggers where there is line of sight and with the pilot car where the end flaggers cannot be seen. Queues of vehicles will be allowed to take turns passing through the workzone in the single open lane. When one-way traffic control is in effect, Contractor vehicles shall not use the opentraffic lane except while following the same rules and routes required of the public traffic. As conditions permit, the Contractor shall, at the end of each day, leave the work area in such condition that it can be traveled without damage to the work, without danger to traffic, and without one-way traffic control. If, in the opinion of the Engineer, one-way traffic control cannot be dispensed with after working hours, then the operation will be continued throughout the non -working hours. .1-10.3(2)B Rolling Slowdown For work operations on multi -lane roadways that necessitate short-term roadway closures of 15 minutes or less, the Contractor may implement a rolling slowdown. Where included in an approved traffic control plan, a rolling slowdown shall be accomplished using one traffic control vehicle with flashing amber lights for each lane to be slowed down plus one control vehicle to serve as a chase vehicle for traffic ahead of the blockade. The traffic control vehicles shall enter the roadway and form a moving blockade to reduce traffic speeds and create a clear area in front of the moving blockade to accomplish the work without a total stoppage of traffic. A portable changeable message sign shall be placed ahead of the starting point of the traffic control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the work to avoid any expected backup of vehicles. The location where the traffic control vehicles shall begin the slowdown and the speed at which the moving blockade will be allowed to travel will be calculated to accommodate the estimated time needed for closure. The chase control vehicle shall follow the slowest vehicle ahead of the blockade. When the chase vehicle passes, the Contractor may begin the work operation. In the event that the work operation is not completed when the moving blockade reaches the site, all work except that necessary to clear the roadway shall cease immediately and the roadway shall be cleared and reopened as soon as possible. All ramps and entrances to the roadway between the moving blockade and work operation shall be temporarily closed using flaggers. Radio communications between the work 22 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 operation and the moving blockade shall be established and utilized to adjust the speed of the blockade to accommodate the closure time needed. 1-10.3(2)C Lane Closure Setup/Takedown Where allowed by the contract and where shown on approved traffic control plans or directed by the Engineer, the Contractor shall set up traffic control measures to close one or more lanes of a multi -lane facility. When this is to occur, the following sequence shall be followed: 1. Advance warning signs are set up on the shoulder of the roadway opposite the lane to be closed, 2. Advance warning signs are set up on the same shoulder as the lane to be closed, 3. A truck -mounted attenuator, with arrow board, is moved into place at the beginning of the closure taper, 4. Channelization devices are placed to mark the taper and the length of the closure as shown on the traffic control plan. Once the lane is closed, the TMA/arrow board combination may be replaced with an arrow board without attenuator. If additional lanes are to be closed, this shall be done in sequence with previous lane closures using the same sequence of activities. A truck -mounted attenuator with arrow board is required during the process of closing each additional lane and may be replaced with an arrow board without attenuator after the lane is closed. Each closed lane shall be marked with a separate arrow board at all times. Traffic control for lane closures shall be removed in the reverse order of its installation. 1-10.3(2)0 Mobile Operations Where construction operations are such that movement along the length of a roadway is continuous or near -continuous to the extent that a stationary traffic control layout will not be effective, the Contractor shall implement a moving, or mobile, traffic control scheme. Such moving control shall always be conducted in the same direction as the adjacent traffic. Where shown on an approved traffic control plan or where directed by the Engineer, mobile traffic control shall consist of portable equipment, moving with the operation. A portable changeable message sign shall be established in advance of the operation, far enough back to provide warning of both the operation and of any queue of traffic that has formed during the operation. The advance sign shall be continuously moved to stay near the back of the queue at all times. A truck -mounted attenuator, with arrow board, shall be positioned and maintained at a fixed distance upstream of the work. A shadow vehicle, with truck -mounted attenuator shall be positioned and maintained immediately upstream of the work. 1-10.3(2)E Patrol & Maintain Traffic Control Measures At all times, when temporary traffic control measures are in place, the Contractor shall provide for patrolling and maintaining these measures. The work shall consist of resetting mislocated devices, assuring visibility of all devices, cleaning and repairing where necessary, providing maintenance for all equipment, including replacing batteries andlight bulbs as well as keeping motorized and electronic items functioning, and adjusting the location of devices to respond to actual conditions, such as queue length, unanticipated traffic conflicts and other areas where planned traffic control has proven ineffective. This work shall be performed by the Contractor, either by or under the direction of the Traffic Control Supervisor. Personnel, with vehicles if necessary, shall .be dispatched so that all 23 traffic control can be reviewed at least once per hour during working hours and at least once during each non -working day. 1-10.3(3) Traffic Control Devices 1-10.3(3)A Construction Signs All construction signs required by approved traffic control plans, as well as any other appropriate signs directed by the Engineer shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the need for them has ended. Post mounted signs shall be installed as shown in Standard Plans G-1 and G -4a. Sign attachment to posts shall conform to the applicable detail shown in Standard Plan G -9b. When the need for construction signs has ended, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor. No passing zones on the existing roadway that are marked with paint striping and which striping is to be obliterated by construction operations shall be replaced by "Do Not Pass" and "Pass With Care" signs. The Contractor shall provide and install the posts and signs. The signs shall be maintained by the Contractor until they are removed or until the contract is physically completed. When the project includes striping by the Contractor, the signs and posts shall be removed by the Contractor when .the no passing zones are reestablished by striping. The signs and posts will become the property of the Contractor. When the Contractor is not responsible for striping and when the striping by others is not completed when the project is physically completed, the posts and signs shall be left in place and shall become the property of the Contracting Agency. All existing signs, new permanent signs installed under this contract, and construction signs installed under this contract that are inappropriate for the traffic configuration at a given time shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi- permanent nature. Class A signs will be designated as such on the approved Traffic Control Plan. "Do Not Pass" and "Pass With Care" signs are classified as Class A construction signs. Sign and support installation for Class A signs shall be in accordance with the Contract Plans or the Standard Plans. Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. Where it is necessary to add weight to signs for stability, the only allowed method will be a bag of sand that will rupture on impact. The bag of sand shall have a maximum weight of 40 pounds, and shall be suspended no more than 1 foot from the ground. Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project shall be replaced by the Contractor. 1-10.3(3)B Sequential Arrow Signs Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate and maintain sequential arrow signs. In some locations, the sign will be shown as a unit with an attenuator. In other locations, the plan will indicate a stand-alone unit. 24 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1-10.3(3)C Portable Changeable Message Sign Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate and maintain portable changeable message signs. These signs shall be available, on-site, for the entire duration of their projected use. 1-10.3(3)D Barricades Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, install and maintain barricades. Barricades shall be kept in good repair and shall be removed immediately when, in the opinion of the Engineer, they are no longer functioning as designed. Where it is necessary to add weight to barricades for stability, the only allowed method will be a bag of sand that will rupture on impact. The bag of sand shall have a maximum weight of 40 pounds, and shall be suspended no more than 1 foot from the ground. 1-10.3(3)E Traffic Safety Drums Where shown on an approved Traffic Control Plan, or where ordered by the Engineer, the Contractor shall provide, install and maintain traffic safety drums. Used drums may be utilized, provided all drums used on the project are of essentially the same configuration. The drums shall be designed to resist overturning by means of a weighted lower unit that will separate from the drum when impacted by a vehicle. Drums shall be regularly maintained to ensure that they are clean and that the drum and reflective material are in good condition. If the Engineer determines that a drum has been damaged beyond usefulness, or provides inadequate reflectivity, a replacement drum shall be furnished. When the Engineer determines that the drums are no longer required, they shall be removed from the project and shall remain the property of the Contractor. 1-10.3(3)F Barrier Drums Where shown on approved Traffic Control Plans and as ordered by the Engineer, barrier drums shall be placed on temporary concrete barrier at the following approximate spacing: Concrete Barrier Placement Tangents 1/2 mile or less Tangents greater thian 1/2 mile Tapers and Curves Note 1 Note 2 Barrier Drum Spacing in Feet 2 times posted speed limit 4 times posted speed limit posted speed limit A minimum of 3 barrier drums shall be used. A minimum of 5 barrier drums shall be used. Temporary concrete barrier reflectors may be excluded when using barrier drums. Both legs of the barrier drums shall be completely filled with sand. The top oval should not be filled. Used barrier drums may be used, provided all barrier drums used on the project are of essentially the same configuration. Barrier drums shall be regularly maintained to ensure that they are clean and that the barrier drum and reflective material are in good condition. If the Engineer determines that a barrier 25 drum has been damaged beyond usefulness, or provides inadequate reflectivity, a replacement barrier drum shall be furnished. When the Engineer determines that the drums are no longer required, they shall be removed from the project and shall remain the property of the Contractor. 1-10.3(3)G Traffic Cones Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, install and maintain traffic cones. Cones shall be kept in good repair and shall be removed immediately when directed by the Engineer. Where wind or moving traffic frequently displace cones, an effective method of stabilizing cones, such as stacking two together at each location, shall be employed. 1-10.3(3)H Tubular Markers Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, install and maintain tubular markers. Tubular markers shall be kept in good repair and shall be removed immediately when directed by the Engineer. Tubular markers are secondary devices and are not to be used as substitutes for cones or other delineation devices without an approved traffic control plan. Where the Traffic Control Plan shows pavement -mounted tubular markers, the adhesive used to fasten the base to the pavement shall be suitable for the purpose, as approved by the Engineer. During the removal of pavement -mounted tubular markers, care shall be taken to avoid damage to the existing pavement. Any such damage shall be repaired by the Contractor at no cost to the Contracting Agency. 1-10.3(3)1 Warning Lights and Flashers Where shown attached to traffic control devices on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide and maintain flashing warning lights. Lights attached to advance warning signs shall be Type B, high-intensity. Lights attached to traffic safety drums, barricades or other signs shall be Type C, steady -burning low intensity or, where attention is to be directed to a specific device, Type A, flashing low -intensity units. 1-10.3(3)J Truck -Mounted Attenuator Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate and maintain truck -mounted impact attenuators (TMA). These attenuators shall be available, on-site, for the entire duration of their projected use. The TMA shall be positioned to separate and protect construction workzone activities from normal traffic flow. During use, the attenuator shall be in the full down -and -locked position. For stationary operations, the truck's parking brake shall be set. 1-10.4 Measurement 1-10.4(1) Lump Sum Bid for Project (No Unit Items) When the bid proposal contains the item "Project Temporary Traffic Control", there will be no measurement of unit items for work defined by Section 1-10 except as described in Section 1-10.4(3). Also, except as described in Section 1-10.4(3), all of Sections 1-10.4(2) and 1- 10.5(2) is deleted. No specific unit of measurement will apply to the lump sum item of "Project Temporary Traffic Control." 26 1-10.4(2) Item Bids with Lump Sum for Incidentals When the bid proposal does not contain the item "Project Temporary Traffic Control", Sections 1-10.4(1) and 1-10.5(1) are deleted and the bid proposal will contain some or all of the following items, measured as noted. No specific unit of measurement will apply to the lump sum item of "Traffic Control Supervisor." "Flaggers and Spotters" will be measured by the hour. Hours will be measured for each flagging or spotting station, shown on an approved Traffic Control Plan, when that station is staffed in accordance with Section 1-10.3(1)A. When a flagging station is staffed on an intermittent basis, no deduction will be made in measured hours provided that the person staffing the station is in a standby mode and is not performing other duties. "Other Traffic Control Labor" will be measured by the hour. With the exception of patrolling and maintaining, hours will be measured for each person engaged in any one of the following activities: • Operating a pilot vehicle during one-way piloted traffic control. Operating a traffic control vehicle or a chase vehicle during a rolling slowdown operation. Operating a vehicle or placing/removing traffic control devices during the setup or takedown of a lane closure. Performing preliminary work to prepare for placing and removing these devices. • Operating any of the moving traffic control equipment, or adjusting signing during a mobile operation as described in Section 1-10.3(2)D. • Patrolling and maintaining traffic control measures as described in Section 1- 10.3(2)E. The hours of one person will be measured for each patrol route necessary to accomplish the review frequency required by the provision, regardless of the actual number of persons per route. • Placing and removing Class B construction signs. Performing preliminary work to prepare for placing and removing these signs. • Relocation of Portable Changeable Message Signs within the project limits. • Installing and removing Barricades, Traffic Safety Drums, Barrier Drums, Cones, Tubular Markers and Waming Lights and Flashers to carry out approved Traffic Control Plan(s). Performing preliminary work to prepare for installing these devices. Time spent on activities other than those listed will not be measured under this item. "Construction Signs, Class A" will be measured by the square foot of panel area for each sign designated on an approved Traffic Control Plan as Class A or for each construction sign installed as ordered by the Engineer and designated as Class A at the time of the order. Class A signs may be used in more than one location and will be measured for each new installation. Class B construction signs will not be measured. Sign posts or supports will not be measured. "Sequential Arrow Sign" will be measured by the hour for the time that each sign is operating as shown on an approved Traffic Control Plan or as directed by the Engineer. 27 "Portable Changeable Message Sign" will be measured per each one time only for each portable changeable message sign used on the project. The final pay quantity shall be the maximum number of such signs in place at any one time as approved by the Engineer. "Operation of Portable Changeable Message Sign" will be measured by the hour for each hour of operation. The hours of operation will be determined by the Engineer. Hours of operation in excess of those determined by the Engineer will be at the Contractor's expense. "Truck Mounted Impact Attenuator" will be measured per each one time only for each truck with mounted impact attenuator used on the project. The final pay quantity shall be the maximum number of truck -mounted impact attenuators in place at any one time. "Operation of Truck -Mounted Impact Attenuator" will be measured by the hour for each truck -mounted attenuator manned and operated. Manned and operated shall be when the truck -mounted impact attenuator has an operator and is required to move, in operating position, with the construction operation or when moving the TMA from one position to another on the project. No specific unit of measurement will apply to the force account item of "Repair Truck - Mounted Impact Attenuator". No specific unit of measurement will apply to the lump sum item of "Other Temporary Traffic Control". 1-10.4(3) Reinstating Unit Items with Lump Sum Traffic Control The contract provisions may establish the project as lump sum, in accordance with Section 1-10.4(1) and also include one or more of the items included above in Section 1-10.4(2). When that occurs, the corresponding measurement provision in Section 1-10.4(2) is not deleted and the work under that item will be measured as specified. 1-10.4(4) Owner -Provided Resources The contract provisions may call for specific items of labor, materials or equipment, noted in Section 1-10 as the responsibility of the Contractor, to be supplied by the Contracting Agency. When this occurs, there will be no adjustment in measurement of unit quantities. 1-10.5 Payment 1-10.5(1) Lump Sum Bid for Project (No Unit Items) "Project Temporary Traffic Control", lump sum. The lump sum contract payment shall be full compensation for all costs incurred by the Contractor in performing the contract work defined in Section 1-10, except for costs compensated by bid proposal items inserted through contract provisions as described in Section 1-10.4(3). 1-10.5(2) Item Bids with Lump Sum for Incidentals "Traffic Control Supervisor", lump sum. The lump sum contract payment shall be full compensation for all costs incurred by the Contractor in performing the contract work defined in Section 1-10.2(1)B. "Flaggers and Spotters", per hour. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the contract work defined in Section 1-10.3(1)A. "Other Traffic Control Labor", per hour. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all labor costs incurred by 28 the Contractor in performing the contract work specifically mentioned for this item in Section 1-10.4(2). "Construction Signs Class A", per square foot. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the contract work described in Section 1-10.3(3)A. In the event that "Do Not Pass" and "Pass With Care" signs must be left in place, a change order, as described in Section 1-04.4, will be required. When the bid proposal contains the item "Sign Covering", then covering those signs indicated in the contract will be measured and paid according to Section 8-21. "Sequential Arrow Sign", per hour. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the contract work described in Section 1-10.3(3)B. "Portable Changeable Message Sign", per each. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in procuring all portable changeable message signs required for the project and for transporting these signs to and from the project. "Operation of Portable Changeable Message Sign", per hour. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the contract work described in Section 1-10.3(3)C except for costs compensated separately under the items "Other Traffic Control Labor" and "Portable Changeable Message Sign". "Truck -Mounted Impact Attenuator", per each. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the contract work described in Section 1-10.3(3)J except for costs compensated separately under the items "Operation of Truck -Mounted Impact Attenuator" and "Repair Truck -Mounted Impact Attenuator". "Operation of Truck -Mounted Impact Attenuator", per hour. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in operating truck -mounted impact attenuators on the project. "Repair Truck -Mounted Impact Attenuator", by force account. All costs of repairing or replacing truck -mounted impact attenuators that are damaged by the motoring public while in use as shown on an approved Traffic Control Plan will be paid for by force account as specified in Section 1-09.6. To provide a common proposal for all bidders, the Contracting Agency has estimated the amount of force account for "Repair Truck - Mounted Impact Attenuator" and has entered the amount in the Proposal to become a part of the total bid by the Contractor. Truck -mounted attenuators damaged due to the Contractor's operation or damaged in any manner when not in use shall be repaired or replaced by the Contractor at no expense to the Contracting Agency. "Other Temporary Traffic Control", lump sum. The lump sum contract payment shall be full compensation for all costs incurred by the Contractor in performing the contract work defined in Section 1-10, and which costs are not compensated by one of the above -listed items. 29 1-10.5(3) Reinstating Unit Items with Lump Sum Traffic Control The contract provisions may establish the project as lump sum, in accordance with Section 1-10.4(1) and also reinstate the measurement of one or more of the items described in Section 1-10.4(2). When that occurs, the corresponding payment provision in Section 1- 10.5(2) is not deleted and the work under that item will be paid as specified. SECTION 1-99, APWA SUPPLEMENT August 1, 2005 1-01.3 Definitions (APWA only) page 1-119 The first paragraph under "Add the following:" is revised to read: All references in the Standard Specifications to the terms "State", "Governor", "Department of Transportation", 'Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". Section 1-04.2 (APWA Only) page 1-125 The second paragraph is revised 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 Division 1-99 APWA Supplement 6. Division 1-99 APWA Supplement 7. Amendments to the WSDOT/APWA Standard Specifications, 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 9. Contracting Agency's Standard Plans (if any) 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction Section 1-07.18.4 (APWA Only) Page 1-134 and 1-135 This section is revised to read: When the Contractor delivers the executed contract for the work to the Contracting Agency it shall be accompanied by a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth above. The certificate must conform to the following requirements: An ACORD certificate Form 25-S, showing the insuring company, policy effective dates, limits of liability and the Schedule of Forms and Endorsements. A copy of the endorsement naming Contracting Agency and any other entities required by the Contract Provisions as Additional Insured(s), and stating that coverage is primary and noncontributory, showing the policy number, and signed by an authorized representative of the insurance company on Form CG2010 (ISO) or equivalent. The certificate(s) shall not contain the following or similar wording regarding cancellation notification to the Contracting Agency: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company." 30 1 Section 1-10 Temporary Traffic Control (APWA Only) page 141 This section is revised to read: 1-10.1(2) Description (APWA only) The third paragraph is revised to read: The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled wav until all necessary signs and traffic control devices are in place SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS August 1, 2005 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs The section title is revised to read: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters The first sentence is revised to read: In removing pavement, sidewalks, curbs, and gutters, the Contractor shall: Item 3 is revised to read: 3. Make a vertical saw cut between any existing pavement, sidewalk, curb, or gutter that is to remain and the portion to be removed. 2-02.4 Measurement This section is supplemented with the following: No specific unit of measurement shall apply to the lump sum item of removal of structures and obstruction. 2-02.5 Payment The second paragraph is revised to read: If pavements, sidewalks, curbs, or gutters lie within an excavation area, their removal will be paid for as part of the quantity removed in excavation. SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT January 5, 2004 2-03.3(14)D Compaction and Moisture Control Tests This section is revised to read: Maximum density and optimum moisture content shall be determined by one methods: 1. Materials with Tess than 30 percent by weight retained on the U shall be determined using FOP for AASHTO T 99 Method A. 31 of the following .S. No. 4 sieve 2. Materials with 30 percent or more by weight retained on the U.S. No. 4 sieve and less than 30 percent retained on the 3/4 inch sieve shall be determined by WSDOT Test Method No. 606 or FOP for AASHTO T 180 Method D. The determination of which test procedure to use will be made solely by the Contracting Agency. 3. Materials with 30 percent or more retained on the 3/4 inch sieve shall be determined by WSDOT Test Method No. 606. In place density will be determined using Test Methods WSDOT FOP for AASHTO T 310 and WSDOT SOP for T 615. SECTION 2-09, STRUCTURE EXCAVATION August 1, 2005 2-09.3(1)E Backfilling The first paragraph under Timing is revised to read: Backfill shall not be placed against any concrete structure until the concrete has attained 90 percent of its design strength and a minimum age of 14 days, except that reinforced concrete retaining walls 15 feet in height or less may be backfilled after the wall has attained 90 percent of its design compressive strength and curing requirements of Section 6-02.3(11) are met. Footings and columns may be backfilled as soon as forms have been removed, so long as the backfill is brought up evenly on all sides. 2-09.3(3)A Preservation of Channel This section is revised to read: When foundations or substructures are to be built in or next to running streams, the Contractor shall: 1. Excavate inside cofferdams, caissons, or sheet piling unless dredging or open pit excavation is permitted. 2. Backfill foundations placed inside cofferdams and behind sheet piling prior to removing cofferdams or sheet piling. This backfill shall be level with the original stream bed and shall prevent scouring. 3. Remove any excavation material that may have been deposited in or near the stream so that the watercourse is free from obstruction. 4. Maintain water depth and horizontal clearances required for traffic to pass on navigable streams, furnishing any channel signals or lights required during construction. 5. Place riprap around the outside of cofferdams, as specified, to repair local scour. 2-09.4 Measurement In the third paragraph, the width for pipes 18 inches and over is revised to (1.5 x I.D.) + 18 inches. 32 SECTION 2-10, DITCH EXCAVATION April 5, 2004 2-10.1 Description The second paragraph is supplemented with the following: Ditches 8 or more feet wide at the bottom shall be constructed in accordance with the requirements of Section 2-03.3(14)M. SECTION 4-04, BALLAST AND CRUSHED SURFACING January 5, 2004 4-04.3(5) Shaping and Compaction In the first paragraph, the first sentence is revised to read: Immediately following spreading and final shaping, each layer of surfacing shall be compacted to at least 95 percent of the standard density determined by the requirements of Section 2-03.3(14)D before the next succeeding layer of surfacing or pavement is placed. SECTION 5-04, HOT MIX ASPHALT August 1, 2005 5-04.3(7)A Mix Design The first paragraph "1. General", is revised to read: 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 provide test data demonstrating that the design meets the requirements of Sections 9-03.8(2) and 9-03.8(6) on WSDOT HMA Mix Design Submittal form 350-042. In no case shall the paving begin before the determination of anti -strip requirements has been made. 5-04.3(8)A Acceptance Sampling and Testing - HMA Mixture In Item 2 (Aggregates) the second sentence is revised to read: The acceptance criteria for aggregate properties of sand equivalent, fine aggregate angularity and fracture will be their conformance to the requirements of Section 9-03.8(2). In item 3, C. (Test Results), the second and third paragraphs are revised to read: 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 five working 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 Lab or the State Materials Lab 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: 33 Deviation U.S No. 4 sieve and larger U.S. No. 8 sieve U.S. No. 200 sieve Asphalt binder % Va % Item 3, D. (Test Methods) is revised to read: Percent passing ±4.0 Percent passing ±2.0 Percent passing ±0.4 Percent binder content ±0.3 Percent Va ±0.7 D. Test Methods Testing of HMA for compliance of volumetric properties (VMA, VFA and Va) will be by WSDOT Standard Operating Procedure SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11. In item 3,E (Test Section - HMA Mixture) the first sentence in the third paragraph is revised to read: For a test section to be acceptable, with or without a verified mix design, the pay factor (PFi) for each of gradation, asphalt binder, VMA, VFA and Va shall be 0.95 or greater, and the remaining test requirements in Section 9-03.8(2) (dust/asphalt ratio, sand equivalent, fine aggregate angularity and fracture) shall conform to the requirements of that Section. 5-04.3(13) Surface Smoothness In the first paragraph, the second sentence is revised to read: The completed surface of the wearing course shall not vary more than 1/8 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to the centerline. 5-04.4 Measurement The first sentence is revised to read: HMA CL. _ PG _, HMA for CL. PG _, and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the mixture. 5-04.5 Payment The statement for the pay item " Pavement Repair Excavation Incl. Haul" is revised to read: The unit contract price per square yard for "Pavement Repair Excavation Incl. Haul" shall be full payment for all costs incurred to perform the work described in Section 5-04.3(5)E with the exception, however, that all costs involved in the placement of HMA shall be included in the unit contract price per ton for "HMA for Pavement Repair Cl. PG ", per ton. SECTION 6-02, CONCRETE STRUCTURES August 1, 2005 6-02.2 Materials This section is supplemented with the following: Microsilica Fume 9-23.11 6-02.3(2) Proportioning Materials This section is revised to read: 34 The total water soluble Chloride ion (CI-) content of the mixed concrete shall not exceed 0.06 percent by weight of cementitious material for prestressed concrete nor 0.10 percent by weight of cementitious material for reinforced concrete. An initial evaluation may be obtained by testing individual concrete ingredients for total chloride ion content per AASHTO T 260 and totaling these to determine the total water soluble Chloride ion (CI-) or the total water soluble Chloride ion (Cl-) in accordance with ASTM C 1218. Unless otherwise specified, the Contractor shall use Type I or II Portland cement in all concrete as defined in Section 9-01.2(1). The use of fly ash is required for Class 4000D and 4000P concrete. The use of fly ash -and ground granulated blast furnace slag is optional for all other classes of concrete. Fly ash, if used, shall not exceed 35 percent by weight of the total cementitious material and shall conform to Section 9-23.9. Ground granulated blast furnace slag, if used, shall not exceed 25 percent by weight of the total cementitious material and shall conform to Section 9-23.10. When both ground granulated blast furnace slag and fly ash are included in the concrete mix, the total weight of both these materials is limited to 35 percent by weight of the total cementitious material. The water/cement ratio shall be calculated on the total weight of cementitious material. The following are considered cementitious materials: Portland cement, fly ash, ground granulated blast furnace slag and microsilica. As an alternative to the use of fly ash, ground granulated blast furnace slag and cement as separate components, a blended hydraulic cement that meets the requirements of Section 9-01.2(4) Blended Hydraulic Cements may be used. 6-02.3(2)A Contractor Mix Design The seventh paragraph is revised to read: A high -range water reducer (superplasticizer) may be used in all mix designs. Microsilica fume may be used in all mix designs. The use of a high -range water reducer or microsilica fume shall be submitted as a part of the Contractor's concrete mix design. 6-02.3(4) Ready -Mix Concrete This section is revised to read: All concrete, except commercial concrete and lean concrete shall be batched in a prequalified manual, semi-automatic, or automatic plant as described in Section 6-02.3(4)A. The Engineer is not responsible for any delays to the Contractor due to problems in getting the plant certified. 6-02.3(4)A Qualification of Concrete Suppliers The first paragraph is revised to read: Prequalification may be obtained through an inspection conducted by the Plant Manager, defined as the person directly responsible for the daily plant operation, using the NRMCA or WSDOT checklist, through certification by NRMCA, or by an independent evaluation certified by a professional engineer using NRMCA or Contracting Agency guidelines. Information concerning NRMCA certification may be obtained from the National Ready Mix Concrete Association at 900 Spring Street, Silver Springs, MD 20910. The Contracting Agency and the NRMCA certification have similar requirements for plant and delivery equipment. Whereas Plant Manager certification shall be done prior to the start of a project and every six months throughout the life of the project, the NRMCA certification shall be good for a two year period. If prequalification is done by the Plant Manager the following shall be performed: 35 1. The checklist cover page shall be signed by the Plant Manager and notarized. 2. The signed and notarized cover page shall be submitted to the Project Engineer with the concrete mix design (WSDOT Form 350-040), water meter verification, truck list, and admixture dispensing certification. 3. The checklists shall be maintained by the Plant Manager and are subject to review at any time by the Contracting Agency. 4. The water meter shall be verified every six months. In the first sentence of the eighth paragraph, "Engineer" is revised to "Plant Manager". 6-02.3(5)A General In the fourth paragraph, item 2 is revised to read: 2. An individual strength test averaged with the two preceding individual strength tests meets or exceeds specified strength (for the same class and exact mix I.D. of concrete on the same contract). 6-02.3(5)C Conformance to Mix Design This section is revised to read: Cement, coarse and fine aggregate weights shall be within the following tolerances of the mix design: Batch Volumes less than or equal to 4 cubic yards Cement +5% -1 % Aggregate +10% -2% Batch Volumes more than 4 cubic yards Cement +5% -1% Aggregate +2% -2% If the total cementitious material weight is made up of different components, these component weights shall be within the following tolerances: 1. Portland cement weight plus 5% or minus 1 percent of that specified in the mix design. 2. Fly ash weight plus or minus 5 percent of that specified in the mix design. 3. Microsilica weight plus or minus 10 percent of that specified in the mix design. Water shall not exceed the maximum water specified in the mix design. 6-02.3(6)A Weather and Temperature Limits to Protect Concrete The section "Cold Weather Protection" is revised to read: The Contractor is solely responsible for protecting concrete from inclement weather during the entire curing period. The Contractor shall provide a written procedure for cold weather concreting to the Engineer for review and approval. The procedure shall detail how the Contractor will prevent the concrete temperature from falling below 50° F. Extra protection shall be provided for areas especially vulnerable to freezing (such as exposed top surfaces, corners and edges, thin sections, and concrete placed into steel forms). Permission given by the Engineer to place concrete during cold weather will in no way ensure acceptance of the work by the Contracting Agency. Should the concrete placed under such conditions 36 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 prove unsatisfactory in any way, the Engineer shall still have the right to reject the work although the plan and the work were carried out with the Engineer's permission. If weather forecasts predict air temperatures below 35° F during the seven days just after the concrete placement, the Contractor may place the concrete only if his approved cold weather concreting plan is implemented. The Contractor shall provide and maintain a maturity meter in the concrete at a location specified by the Engineer for each concrete placement. During curing, data from the maturity meter shall be readily available to the Engineer. The Contractor shall record and provide time and temperature data on hourly intervals. The Contractor shall not mix nor place concrete while the air temperature is below 35° F, unless the water or aggregates (or both) are heated to at least 70° F. The aggregate shall not exceed 150° F. If the water is heated to more than 150° F, it shall be mixed with the aggregates before the cement is added. Any equipment and methods shall heat the materials evenly. Concrete placed in shafts and piles is exempt from such preheating requirements. The Contractor may warm stockpiled aggregates with dry heat or steam, but not by applying flame directly or under sheet metal. If the aggregates are in bins, steam or water coils or other heating methods may be used if aggregate quality is not affected. Live steam heating is not permitted on or through aggregates in bins. If using dry heat, the Contractor shall increase mixing time enough to permit the super -dry aggregates to absorb moisture. Any concrete placed in air temperatures below 35° F shall be immediately protected. In addition to the monitoring of the concrete temperature with a maturity meter the Contractor shall provide recording thermometers or other approved devices to monitor the surface temperature of the concrete. The concrete surface temperature shall be maintained at or above 50° F and the relative humidity shall be maintained above 80 percent. These conditions shall be maintained for a minimum of seven days or for the cure period required by Section 6-02.3(11), whichever is longer. If artificial heat is used to maintain the temperature inside an enclosure, moisture shall be added to the enclosure to maintain the humidity as stated above. The Contractor shall stop adding moisture 24 hours before removing the heat. If at any period during curing the concrete temperature falls below 50° F on the maturity meter or recording thermometer, no curing time is awarded for that day and the required curing time will be extended day for day where the temperature falls below 50° F. Should the Contractor fail to adequately protect the concrete and the temperature of the concrete falls below 35° F during curing, the Engineer may reject it. Section 6-02.3(6) is supplemented with the following: 6-02.3(6)D Protection Against Vibration Freshly placed concrete shall not be subjected to excessive vibration and shock waves during the curing period until it has reached a 2000 psi minimum compressive strength for concrete Class 4000 and lower strength classes of concrete. For higher strength classes of concrete, the minimum compressive strength for ending the vibration restriction shall be the concrete Class designation (specified in psi) divided by two. After the first 5 hours from the time the concrete has been placed and consolidated, the Contractor shall keep all vibration producing operations at a safe horizontal distance from the freshly placed concrete by following either the prescriptive safe distance method or the monitoring safe distance method. These requirements for the protection of freshly placed concrete against vibration shall not apply for plant cast concrete, pile driving, shaft installation or soldier pile shaft installation operations, nor shall they apply to the vibrations caused by the traveling public. See Section 6-05.3(11)H, Shaft Special Provisions, and 37 Section 6-16 respectively for pile driving, shaft installation, and soldier pile shaft installation operations. Prescriptive Safe Distance Method After the concrete has been placed and consolidated, the Contractor shall keep all vibration producing operations at a safe horizontal distance from the freshly placed concrete as follows: MINIMUM COMPRESSIVE STRENGTH, f 'c (1) (2) (3) < 1000 psi 1000 psi to < 1400 psi 1400 psi to 2000 psi SAFE HORIZONTAL DISTANCE (1) EQUIPMENT CLASS L (2) EQUIPMENT CLASS H (3) 75 feet 30 feet 15 feet 125 feet 50 feet 25 feet The safe horizontal distance shall be reduced to 10 feet for small rubber tire construction equipment like backhoes under 50,000 pounds, concrete placing equipment, and legal highway vehicles if such equipment travels at speeds of: ❑ <_5 mph on relatively smooth roadway surfaces or ❑ 5_3 mph on rough roadway surfaces (i.e. with potholes) Equipment Class L (Low Vibration) shall include tracked dozers under 85,000 pounds, track vehicles, trucks (unless excluded above), hand operated jack hammers, cranes, auger drill rig, caisson drilling, vibratory roller compactors under 30,000 pounds. Equipment Class H (High Vibration) shall include machine operated impact tools, pavement breakers, and other large pieces of equipment. • After the concrete has reached a minimum compressive strength specified above, the safe horizontal distance restrictions would no longer apply. Monitoring Safe Distance Method The Contractor may monitor the vibration producing operations in order to decrease the safe horizontal distance requirements of the prescriptive safe distance method. If this method is chosen, all construction operations that produce vibration or shock waves in the vicinity of freshly placed concrete shall be monitored by the Contractor with monitoring equipment sensitive enough to detect a minimum peak particle velocity (PPV) of 0.10 inches per second Monitoring devices shall be placed on or adjacent to the freshly placed concrete when the measurements are taken. During the time subsequent to the concrete placement, the Contractor shall cease all vibration or shock producing operations in the vicinity of the newly placed concrete when the monitoring equipment detects excessive vibration and shock waves defined as exceeding the following PPV's: MINIMUM COMPRESSIVE MAXIMUM PPV STRENGTH, f 'c < 1000 psi 1000 psi to < 1400 psi 1400 psi to 2000 psi 0.10 in / sec 10 in / sec 2.0 in/sec After the concrete has reached a minimum compressive strength specified above, the safe horizontal distance restrictions would no longer apply. 38 6-02.3(11) Curing Concrete In the first paragraph, item 3 is supplemented with the following: When continuous moisture or wet curing is required, the Contractor shall keep the concrete surfaces wet with water during curing. The first sentence in the second paragraph is revised to read: The Contractor may provide continuous moisture by watering a covering of heavy quilted blankets, by keeping concrete surfaces wet with water continuously and covering with a white reflective type sheeting, or by wetting the outside surfaces of wood forms. The third paragraph is revised to read: When curing Class 4000D, two coats of curing compound that complies with Section 9-23.2 shall be applied immediately (not to exceed 15 min.) after tining any portion of the deck. The surface shall be covered with presoaked heavy quilted blankets or burlap as soon as the concrete has set enough to allow covering without damaging the finish. Soaker hoses are required and shall be placed on top of burlap or blankets and shall be charged with water frequently to keep the entire deck covering wet during the course of curing The second sentence in the fourth paragraph is revised to read: The compound shall be applied immediately after finishing. The first sentence in the seventh paragraph is revised to read: The Contractor shall cover the top surfaces with white, reflective sheeting, leaving it in place for at least ten days. 6-02.3(17)F Bracing The table following the third paragraph of the sub section Temporary Bracing For Bridge Girders is supplemented with the following: Girder Series Distance In Inches Prestressed concrete tub girders with webs with flanges 30 WF42G, WF50G, WF58G, WF74G, W83G, and W95G 70 W32BTG, W38BTG, and W62BTG 70 WF74PTG, W83PTG, and W95PTG 72 6.02.3(17)K Concrete Forms on Steel Spans The following new paragraph is inserted between the second and third paragraphs: The compression member or bottom connection of cantilever formwork support brackets shall bear either within six inches maximum vertically of the bottom flange or within six inches maximum horizontally of a vertical web stiffener The Contractor shall also furnish and install temporary struts and ties to prevent rotation of the steel girder. Partial depth cantilever formwork support brackets that do not conform to the above requirements shall not be used, unless the Contractor submits details showing the additional formwork struts and ties used to brace the steel girder against web distortion caused by the partial depth bracket, and receives the Engineer's approval of the submittal. 6-02.3(17)0 Early Concrete Test Cylinder Breaks The third sentence in the first paragraph is revised to read: The Contractor shall retain a testing laboratory to perform this work. The first paragraph is supplemented with the following: 39 Testing laboratories' equipment shall be calibrated within one year prior to testing and testers shall be either ACI certified or qualified in accordance with AASHTO R 18. The first sentence in the fifth paragraph is revised to read: The Contractor shall furnish the Engineer with all test results, proof of equipment calibration, and tester's certification. The sixth paragraph is deleted. 6-02.3(19)A Elastomeric Bearing Pads This section including title is revised to read: 6-02.3(19)A Vacant 6-02.3(19)B Bridge Bearing Assemblies Item 4 is deleted. 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings The eighth paragraph is supplemented with the following: The grout pad may be loaded when a minimum of 4000 psi compressive strength is attained. 6-02.3(21) Drainage of Box Girder Cells This section is supplemented with the following: All drainage holes shall be screened in accordance with the Plan details. 6-02.3(22) Drainage of Substructure The second sentence in the first paragraph is supplemented with the following: Weep holes shall be covered with geotextile meeting the requirements of Section 9-33.2, Table 2 Class C before backfilling. Geotextile screening shall be bonded to the concrete with an approved adhesive. 6-02.3(24)C Placing and Fastening The fifteenth paragraph beginning with "Reinforcing steel bars shall not vary..." is supplemented with the following: Drilled Shafts top of rebar cage elevation +6 in./ -3 in. 6-02.3(24)E Welding Reinforcing Steel The ninth paragraph is revised to read: The minimum preheat and interpass temperature for welding Grade 60 reinforcing bars shall be in accordance with AWS D1.4 Table 5.2 and mill certification of carbon equivalence, per lot of reinforcing. Preheating shall be applied to the reinforcing bars and other splice members within 6 inches of the weld, unless limited by the available lengths of the bars or splice member. The twelfth paragraph is revised to read: Under supervision of the State Materials and Fabrication Inspector, the welder shall weld three test joints of the largest size reinforcing bar to be weld spliced, per type of joint shown in the Plans. Two of the test welds shall be test loaded to no less than 125 percent of the minimum specified yield strength of the bar. The remaining test weld shall be mechanically cut perpendicular to the direction of the welding and macroetched. The macroetch specimen for Flare V groove welds will be inspected for the weld size and effective throat as 40 1 1 1 1 1 1 1 1 1 1 1 1 1 1 shown in the Plans. Indirect butt splices shall be cut mechanically at two locations to provide a transverse cross-section of each of the bars spliced in the test assembly. The sections shall show the full cross-section of the weldment, the root of the weld, and any reinforcement. The etched cross-section shall have complete penetration and complete fusion with the base metal and between successive passes in the weld. Groove welds of direct butt splices and flare -groove welds shall not have reinforcement exceeding 1/8 inch in height measured from the main body of the bar and shall have a gradual transition to the base metal surface. No cracks will be allowed in either the weld metal or heat -affected zone. All craters shall be filled to the full cross-section of the weld. Weld metal shall be free from overlay. Undercutting deeper than 1/32 inch will not be allowed except at points where welds intersect the raised pattern of deformations where undercutting less than 1/16 inch deep will be acceptable. The sum of diameters of piping porosity in groove welds shall not exceed 1/8 inch in any linear inch of weld or exceed 9/16 inch in any 6 -inch length of weld. Corrections to welds with shielded metal arc, gas metal arc, or flux -cored arc welding processes shall be made in accordance with Engineer's approval. 6-02.3(25) Prestressed Concrete Girders The fourth paragraph is replaced with the following: The various types of girders are: Prestressed Concrete Girder — Refers to prestressed concrete girders of all types, including prestressed concrete I girders, prestressed concrete wide flange I girders, bulb tee girders, deck bulb tee girders, thin flange deck bulb tee girders, precast prestressed concrete members, spliced prestressed concrete girders, and prestressed concrete tub girders. Prestressed Concrete I Girder — Refers to a prestressed concrete girder with a flanged I shaped cross section, requiring a cast -in-place concrete deck to support traffic loads. WSDOT standard girders in this category include Series W42G, W50G, W58G, and W74G. Prestressed Concrete Wide Flange I Girder — Refers to a prestressed concrete girder with an I shaped cross section with wide top and bottom flanges, requiring a cast -in-place concrete deck to support traffic loads. WSDOT standard girders in this category include Series WF42G, WF50G, WF58G, WF74G, W83G, and W95G. Bulb Tee Girder — Refers to a prestressed concrete girder, with a' wide top flange requiring a cast -in-place concrete deck to support traffic Toads. WSDOT standard girders in this category include Series W32BTG, W38BTG, and W62BTG. Deck Bulb Tee Girder — Refers to a bulb tee girder with a top flange designed to support traffic loads, and designed to be mechanically connected at the flange edges to adjacent girders at the job site. Except where specific requirements are otherwise specified for these girders, deck bulb tee girders shall conform to all requirements specified for bulb tee girders. WSDOT standard girders in this category include Series W35DG, W41 DG, W53DG, and W65DG. Thin Flange Deck Bulb Tee Girder — Refers to a bulb tee girder with a top flange width equal to the girder spacing and requiring a cast -in-place concrete deck to support traffic loads. Except where specific requirements are otherwise specified for these girders, thin flange deck bulb tee girders shall conform to all requirements specified for bulb tee girders. WSDOT standard girders in this category include Series W32TFG, W38TFG, W50TFG, and W62TFG. Precast Prestressed Member (PCPS Member) — Refers to a precast prestressed slab, precast prestressed ribbed section, or a deck double tee girder PCPS members are designed to be mechanically connected at the flange or member edges to adjacent 41 PCPS members at the job site. Except where specific requirements are otherwise specified for these girders, PCPS members shall conform to all requirements specified for deck bulb tee girders. Spliced Prestressed Concrete Girder — Refers to prestressed concrete girders initially fabricated in segments to be longitudinally spliced together with cast -in-place concrete closures at the job site. Except where specific requirements are otherwise specified for these girders, spliced prestressed concrete girders shall conform to all requirements specified for prestressed concrete girders. Anchorages shall conform to Sections 6-02.3(26)B, 6-02.3(26)C, and 6-02.3(26)D. Ducts shall conform to the Section 6-02.3(26)E requirements for internal embedded installation, and shall be round, unless the Engineer approves use of elliptical shaped ducts. Duct -wedge plate transitions shall conform to Section 6-02.3(26)E. Prestressing reinforcement shall conform to Section 6-02.3(26)F. WSDOT standard girders in this category include Series WF74PTG, W83PTG, and W95PTG. Prestressed Concrete Tub Girder — Refers to prestressed concrete trapezoidal box or bathtub girders including those fabricated in segments to be spliced together with cast -in-place concrete closures at the job site. Except where specific requirements are otherwise specified for these girders, prestressed concrete tub girders shall conform to all requirements specified for prestressed concrete girders and spliced prestressed concrete girders. WSDOT standard girders in this category include Series U**G* or Series UF**G*, where U specifies webs without flanges, UF specifies webs with flanges, ** specifies the girder height in inches, and * specifies the bottom flange width in feet. 6-02.3(25)A Shop Plans The second, third and fourth paragraphs are revised to read: Shop plans shall show the size and location of all cast -in holes for installation of deck formwork hangers and/or temporary bracing. Holes for formwork hangers shall match approved deck formwork plans designed in accordance with Section 6-02.3(16). There shall be no field -drilled holes in prestressed concrete girders. Post -tensioning ducts in spliced prestressed concrete girders shall be located so their center of gravity is in accordance with the Plans. The Contractor shall have the option to furnish Series W74G prestressed concrete girders with minor dimensional differences from those shown in the Plans. The 2 5/8 -inch top flange taper may be reduced to 1 5/8 inches and the bottom flange width may be increased to 2 feet 2 inches. Other dimensions of the girder shall be adjusted as necessary to accommodate the above mentioned changes. Reinforcing steel shall be adjusted as necessary. The overall height and top flange width shall remain unchanged. If the Contractor elects to provide a prestressed concrete girder with an increased web thickness, shop plans along with supporting design calculations shall be submitted to the Engineer for approval prior to girder fabrication. The girder shall be designed for at least the same load carrying capacity as the girder shown in the Plans. The load carrying capacity of the mild steel reinforcement shall be the same as that shown in the Plans. The sixth paragraph is revised to read: The Contractor shall provide five copies of the shop plans to the Engineer for approval, except as otherwise noted. Shop drawings for spliced prestressed concrete girders shall conform to Section 6-02.3(26)A, and seven copies of the shop drawings shall be submitted to the Engineer for approval. The shop drawings for spliced prestressed concrete girders shall include all details related to the post -tensioning operations in the field, including details of hardware required, tendon geometry, blockout details, and details of additional or modified steel reinforcing bars required in cast -in-place closures. Approval of shop plans 42 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 means only that the Engineer accepts the methods and materials. Approval does not imply correct dimensions. 6-02.3(25)B Casting The first paragraph is revised to read: Before casting girders, the Contractor shall have possession of an approved set of shop drawings. Side forms shall be steel except that cast -in-place concrete closure forms for spliced prestressed concrete girders, interior forms of prestressed concrete tub girders, and end bulkhead forms of prestressed concrete girders may be plywood. Interior voids for precast prestressed slabs with voids shall be formed by either wax soaked cardboard or expanded polystyrene forms. The interior void forms shall be secured in the position as shown in the Plans and shall remain in place. The fourth paragraph is revised to read: Air -entrainment is not required in the concrete placed into prestressed precast concrete girders, including cast -in-place concrete closures for spliced prestressed concrete girders. The sixth paragraph is revised to read: The Contractor may form circular block-outs in the girder top flanges to receive falsework hanger rods. These block-outs shall: 1. Not exceed 1 inch in diameter; 2. Be spaced no more than 72 inches apart longitudinally on the girder; 3. Be located 3 inches or more from the outside edge of the top flange on Series W42G, W50G, W58G, girders, and all prestressed concrete tub girders with webs with flanges, 6 inches or more for Series W74G girders, and 7 inches or more for Series WF42G, WF50G, WF58G, WF74G, WF74PTG, W83G, W83PTG, W95G, W95PTG, W32BTG, W38BTG, W62BTG girders and other bulb tee girders. 6-02.3(25)C Prestressing The sixth paragraph is revised to read: Post -tensioning of spliced prestressed concrete girders shall conform to Section 6- 02.3(26)G, and the following requirements: 1. Before tensioning, the Contractor shall remove all side forms from the cast -in- place concrete closures. From this point until 48 hours after grouting the tendons, the Contractor shall keep all construction and other live loads off the superstructure and shall keep the falsework supporting the superstructure in place. 2. Once the post -tensioning steel is installed, no welds or welding grounds shall be attached to metal forms, structural steel, or steel reinforcing bars of the structural member. 3. The Contractor shall not tension the post -tensioning reinforcement until the concrete in the cast -in-place closures reaches the minimum compressive strength specified in the Plans (or 5,000 psi if the concrete strength is not specified in the Plans). This strength shall be measured with concrete cylinders made of the same concrete and cured under the same conditions as the cast -in-place closures. 43 4. All post -tensioning shall be completed before placing the sidewalks and barriers on the superstructure. 6-02.3(25)D Curing The fourth paragraph is revised to read: Curing of cast -in-place concrete closures for spliced prestressed concrete girders shall conform to Section 6-02.3(11). 6-02.3(25)E Contractors Control Strength The sixth through eleventh paragraphs are revised to read: For precast prestressed members, a test shall consist of four cores measuring 3 inches in diameter by 6 inches in height (for slabs) and by the thickness of the web (for ribbed sections). Two cores shall be taken from each side of the member and on each side of the member's span midpoint, at locations approved by the Engineer. The core locations for precast prestressed slabs shall be near mid -depth of the slab, within the middle third of the span length, and shall avoid all prestressing strands and steel reinforcing bars. The core locations for precast prestressed ribbed sections shall be immediately beneath the top flange, within the middle third of the span length, and shall avoid all prestressing strands and steel reinforcing bars. For prestressed concrete tub girders, a test shall consist of four cores measuring 3 inches in diameter by the thickness of the web', taken from each web approximately three feet to the left and to the right of the center of the girder span. The cores shall avoid all prestressing strands and steel reinforcing bars. For all other prestressed concrete girders, a test shall consist of three cores measuring 3 inches in diameter by the thickness of the web and shall be removed from just below the top flange; one at the midpoint of the girder's length and the other two approximately 3 feet to the left and approximately 3 feet to the right. The cores shall be taken in accordance with AASHTO T 24 and shall be tested in accordance with WSDOT FOP for AASHTO T 22. The Engineer may accept the girder if the average compressive strength of the four cores from the precast prestressed member, or prestressed concrete tub girder, or of the three cores from any other prestressed concrete girder, is at least 85 percent of the specified compressive strength with no one core less than75 percent of specified compressive strength. If the girder is cored to determine the release strength, the required patching and curing of the patch shall be done prior to shipment. If there are more than three holes or if they are not in a neutral location, the prestress steel shall not be released until the holes are patched and the patch material has attained a minimum compressive strength equal to the required release compressive strength or 4,000 psi, whichever is larger. The Contractor shall coat cored holes with an epoxy bonding agent and patch the holes using the same type concrete as that in the girder, or a mix approved during the annual plant review and approval. The epoxy bonding agent shall meet the requirements of Section 9- 26.1 for Type II, Grade 2 epoxy. The girder shall not be shipped until tests show the patch material has attained a minimum compressive strength of 4,000 psi. 6-02.3(25)F Prestress Release The third paragraph is revised to read: The Contractor may request permission to release the prestressing reinforcement at a minimum concrete compressive strength less than specified in the Plans. This request shall be submitted to the Engineer for approval in accordance with Section 6-01.9 and shall be accompanied with calculations showing the adequacy of the proposed release concrete 44 compressive strength. The release strength shall not be less than 3,500 psi, except that the release strength for spliced prestressed concrete girders shall not be less than 4,000 psi. The calculated release strength shall meet the requirements outlined in the Washington State Department of Transportation Bridge Design Manual for tension and compression at release. The proposed minimum concrete compressive strength at release will be evaluated by the Contracting Agency. Fabrication of girders using the revised release strength shall not begin until the Contracting Agency has provided written approval of the revised release compressive strength. If a reduction of the minimum concrete compressive strength at release is allowed, the Contractor shall bear any added cost that results from the change. 6-02.3(25)G Protection of Exposed Reinforcement The second paragraph is revised to read: Grouting of post -tensioning ducts for spliced prestressed concrete girders shall conform to Section 6-02.3(26)H. 6-02.3(25)H Finishing The fourth paragraph is revised to read: On the deck bulb tee girder section and all precast prestressed members, the Contractor shall test the roadway deck surface portion for flatness. This test shall occur after floating but while the concrete remains plastic. Testing shall be done with a 10 -foot straightedge parallel to the girder centerline and with a flange width straightedge at right angles to the girder centerline. The Contractor shall fill depressions, cut down high spots, and refinish to correct any deviation of more than 1/4 inch within the straightedge length. This section of the roadway surface shall be finished to meet the requirements for finishing roadway slabs, as defined in Section 6-02.3(10) except that, if approved by the Engineer, a coarse stiff broom may be used to provide the finish in lieu of a metal tined comb. 6-02.3(25)1 Tolerances The title, first paragraph, and items 7, 10, and 21 following the first paragraph are revised to read: 6-02.3(25)1 Fabrication Tolerances The girders shall be fabricated as shown in the Plans and shall meet the dimensional tolerances listed below. Construction tolerances of cast -in-place closures for spliced prestressed concrete girders shall conform to the tolerances specified. for spliced prestressed concrete girders. Actual acceptance or rejection will depend on how the Engineer believes a defect outside these tolerances will affect the structure's strength or appearance: 7. Flange Depth: For I and Wide Flange I girders: For bulb tee and deck bulb tee girders. For PCPS members: ± 1/4 inch + 1/4 inch, - 1/8 inch + 1/4 inch, - 1/8 inch 10. Longitudinal Position of the Harping Point: Single harping point ± 18 inches Multiple bundled strand groups First bundled strand group Second bundled strand group Third bundled strand group ± 6 inches ± 18 inches ± 30 inches 21. Differential Camber Between Girders in a Span (measured in place at the job site): For I, Wide Flange I, bulb tee, and spliced prestressed concrete girders: 1/8 inch per 10 feet of beam length. 45 For deck bulb tee girders: For PCPS members: member For prestressed concrete tub girders: member 6-02.3(25)J Horizontal Alignment The fourth paragraph is revised to read: Cambers shall be equalized by an approved method when the differences in cambers between adjacent girders or stages measured at mid -span exceeds 1/4 inch. ± 1/4 inch per ten feet of length measured at midspan, but not greater than ± 1/2 inch total. ± 1/4 inch per ten feet of length measured at midspan, but not greater than ± 1/2 inch total. The maximum deviation of the side of the precast prestressed slab, or the edge of the roadway deck slab of the deck double tee girder or the precast prestressed ribbed section, measured from a chord that extends end to end of the member, shall be ± 1/8 inch per 10 feet of member length, but not greater than 1/2 inch total. 6-02.3(25)K Girder Deflection The second and third paragraphs are revisedto read: The "D" dimensions shown in the Plans are computed girder deflections at midspan based on a time lapse of 40 and 120 days after release of the prestressing strands. A positive (+) "D" dimension indicates upward deflection. The Contractor shall control the deflection of prestressed concrete girders that are to receive a cast -in-place slab by scheduling fabrication between 40 and 120 days of girder erection. The fifth paragraph is revised to read: All costs, including roadway slab form adjustments required to maintain specified steel reinforcing bar clearances and deck profiles, and any additional Contracting Agency engineering expenses, in connection with accommodating excess girder deflection shall be at the Contractor's expense. 6-02.3(25)L Handling and Storage The first and second paragraphs are revised to read: During handling and storage, each girder shall always be kept plumb and upright, and each precast prestressed member and prestressed concrete tub girder shall always be kept in the horizontal position as shown in the Plans. It shall be lifted only by the lifting devices (strand lift loops or high-strength threaded steel bars) at either end. For strand lift loops, a minimum 2 inch diameter straight pin of a shackle shall be used through the loops. For high-strength threaded steel bars, the lifting hardware that connects to the bars shall be designed, detailed, and furnished by the Contractor. Series W42G, WF42G, W50G, WF50G, W58G, and WF58G girders, and Series W32BTG, W38BTG, W62BTG, and W74G girders up to 145 feet in length, can be picked up at a minimum angle of 60 degrees from the top of the girder. All other prestressed girders shall be picked up within 10 degrees of perpendicular to the top of the girder. For some girders, straight temporary top flange strands may be specified in the Plans. Pretensioned top temporary strands for full length prestressed concrete girders shall be 46 unbonded over all but the end 10 feet of the girder length. As an alternative for full length prestressed concrete girders, temporary top strands may be post -tensioned prior to shipment. When temporary top strands are specified for spliced prestressed concrete girders, the temporary top strands shall be post -tensioned prior to lifting the assembled girder. When the post -tensioned alternative is used, the Contractor shall be responsible for properly sizing the anchorage plates, and the reinforcement adjacent to the anchorage plates, to prevent bursting or splitting of the concrete in the top flange. Temporary strands shall be cut or released in accordance with Section 6-02.3(25)N. 6-02.3(25)M Shipping The third and fourth paragraphs are revised to read: No double tee girder, deck double tee girder, precast prestressed slab or precast prestressed ribbed section shall be shipped for at least three days after concrete placement. No deck bulb tee girder or prestressed concrete tub girder shall be shipped for at least seven days after concrete placement, except that deck bulb tee girders or prestressed concrete tub girders may be shipped three days after concrete placement when L/(bd) is less than or equal to 5.0, where L equals the shipping length of the girder, b equals the girder top flange width (for deck bulb tee girders) or the bottom flange width (for prestressed concrete tub girders), and d equals the girder depth, all in feet. No other girder shall be shipped for at least ten days after concrete placement. Girder support during shipping shall be located as follows unless otherwise shown in the Plans: Centerline Support Within Type of Girder This Distance From Either End Precast Prestressed Members Series W42G, WF42G, W50G and WF50G All bulb tee and deck bulb tee girders, except as noted Series W58G, WF58G, and W62BTG Series W74G and WF74G Series W83G and W95G Series WF74PTG, W83PTG, and W95PTG segments Prestressed concrete tub girder segment The sixth, seventh and eighth paragraphs are revised to read: 2 feet 3 feet 3 feet 4 feet 5 feet 8 feet 8 feet 4 feet If the Contractor elects to assemble spliced prestressed concrete girders into components of two or more segments prior to shipment, the Contractor shall submit shipment support location working drawings with supporting calculations to the Engineer in accordance with Section 6-01.9. The calculations shall show that concrete stresses in the assembled girders will not exceed those listed below. Lateral bracing for shipping is not required for prestressed concrete tub girders and precast prestressed members. Other prestressed concrete girders of lengths equal or shorter than the following will not require lateral bracing for shipping: Maximum Length Not Requiring Type of Girder Bracing for Shipping Series W42G, WF42G, W32BTG, and W38BTG Series W50G and WF50G Series W58G, WF58G, and W62BTG All deck bulb tee girders Series W74G and WF74G 47 80 feet 100 feet 105 feet 120 feet 130 feet For all girders exceeding these lengths, and all Series WF74PTG, W83G, W83PTG, W95G, and W95PTG girders, the Contractor shall provide bracing to control lateral bending during shipping, unless the Contractor furnishes calculations in accordance with Section 6-01.9 demonstrating that bracing is not necessary. External bracing shall be attached securely to the top flange of the girder. The Contractor is cautioned that more conservation guidelines for lateral bracing may be required for some delivery routes. The Contractor shall submit a bracing plan, with supporting calculations, to the Engineer for approval in accordance with Section 6-01.9. The Contractor shall not begin shipping the girders until receiving the Engineer's approval of the bracing plan, and shall perform all bracing operations at no additional cost to the Contracting Agency. Criteria for Checking Girder Stresses At the Time of Lifting or Transporting and Erecting Stresses at both support and harping points shall be satisfied based on these criteria: 1. Allowable compression stress, fc = 0.60fcm a. fcm = compressive strength at time of lifting or transporting verified by test but shall not exceed design compressive strength (fc) at 28 days in psi + 1,000 psi 2. Allowable tension stress, ksi a. With no bonded reinforcement = 3 times square root (fcm) <_ 0.20 ksi b. With bonded reinforcement to resist total tension force in the concrete computed on the basis of an uncracked section 6.0 times square root (fcm). The allowable tensile stress in the reinforcement is 30 ksi (AASHTO M-31, Gr. 60) 3. Prestress losses a. 1 day to 1 month = computed losses b. 1 month to 1 year = 75 percent of computed final losses c. 1 year or more = computed final losses 4. Impact on dead load a. Lifting from casting beds = 0 percent b. Transporting and erecting = 20 percent 6-02.3(25)N Prestressed Concrete Girder Erection The fifth paragraph is revised to read: The concrete in piers and crossbeams shall reach at least 80 percent of design strength before girders are placed on them. The Contractor shall hoist girders only by the lifting devices at the ends, always keeping the girders plumb and upright. Once erected, the girders shall be braced to prevent tipping until the intermediate diaphragms are cast and cured. When temporary strands in the top flange are used, they shall be cut after the girders are braced and before the intermediate diaphragms are cast. The Contractor shall place the cast -in-place deck on the girders within 30 calendar days of cutting the temporary strands, except as otherwise approved by the Engineer. For situations where the Contractor proposes to delay placing the cast -in-place deck on the girders beyond 30 calendar days after cutting the temporary strands, the Contractor shall submit supporting girder camber calculations to the Engineer for approval in accordance with Section 6-01.9. The Contractor shall not cut the temporary strands until receiving the Engineer's approval of the girder camber calculations. The seventh paragraph is deleted The eighth paragraph is revised to read: 48 The Contractor shall check the horizontal alignment of both the top and bottom flanges of each girder after girder erection but before placing concrete in the bridge diaphragms as described in Section 6-02.3(25)J. 6-02.3(25)N Prestressed Concrete Girder Erection The tenth paragraph is revised to read: For precast prestressed concrete slabs, the Contractor shall place the 11/4 inch diameter vertical dowel bars at the top of the pier walls as shown in the Plans. The Contractor shall either form the hole or core drill the hole following the alternatives shown in the Plans. The portion of the dowel bar in the top of the pier walls shall be set with either grout that complies with Section 9-26.3 or type II epoxy bonding agent conforming to Section 9-26.1 following placement of each precast prestressed slab. 6-02.3(25)0 Deck Bulb Tee Girder Flange Connection This section is revised to read: The Contractor shall submit a method of equalizing deck bulb tee girder (and precast prestressed member) deflections to the Engineer for approval in accordance with Section 6- 01.9, except that the submittal shall be made a minimum of 60 days prior to field erection of the deck bulb tee girder. Deflection equalizing methods approved for previous Contracting Agency contracts will be acceptable providing the bridge configuration is similar and the previous method was satisfactory. A listing of the previous Contracting Agency contract numbers for which the method was used shall be included with the submittal. The weld -ties may be used as a component of the equalizing system provided the Contractor's procedure outlines how the weld -ties are to be used, and that the Contractor's submittal includes a list and description of previous bridge projects where the Contractor has successfully used weld -ties as a component of the equalizing system. The concrete diaphragms for deck bulb tee girders shall attain a minimum compressive strength of 2,500 psi before any camber equalizing equipment is removed. On deck bulb tee girders, girder deflection shall be equalized utilizing the approved method before girders are weld -tied and before keyways are filled. Keyways between tee girders shall be filled flush with the surrounding surfaces with nonshrink grout, except that keyways for deck bulb tee girders receiving a cast -in-place concrete deck slab need not be filled with grout. This nonshrink grout shall have a compressive strength of 5,000 psi before the equalizing equipment is removed. Compressive strength shall be determined by fabricating and testing cubes in accordance with WSDOT Test Method 813 and testing in accordance with WSDOT FOP for AASHTO T-106. Welding ground shall be attached directly to the steel plates being welded when welding the weld -ties on bulb tee girders. No construction equipment shall be placed on the structure, other than equalizing equipment, until the girders have been weld -tied and the keyway grout has attained a compressive strength of 5,000 psi. 6-02.3(26) Cast -in -Place Prestressed Concrete 6-02.3(26)C Bearing Type Anchorages Item 6 in the first paragraph is revised to read: 6. For transverse post -tensioning of roadway slabs, the bearing stress shall not exceed 0.9fc at Pjack of all strands (before seating) or 4,000 psi at service load after all losses. 6-02.3(26)E Ducts The first paragraph under Ducts for Internal Embedded Installation is revised to read: 49 For longitudinal tendons, the Contractor shall encase each tendon in a semi-rigid, galvanized, ferrous metal duct. Semi-rigid ducts shall be corrugated, and their minimum wall thickness shall be either 26 gage for ducts less than or equal to 2-5/8 inches in diameter, or 24 gage for ducts greater than 2-5/8 inches in diameter. For prestressing steel bars preassembled with their ducts, the minimum duct thickness shall be 31 gage. For transverse tendons, the Contractor shall encase each tendon in a rigid plastic duct. This duct shall maintain the required profile within a placement tolerance of plus or minus 1/4 inch for longitudinal tendons and plus or minus 1/8 inch for transverse slab tendons during all phases of the work. The ducts shall be completely sealed to keep out all mortar. 6-02.3(26)H Grouting The first sentence in the sixth paragraph is revised to read: The Contractor shall proportion the mix to produce a grout with a flow of 11 to 20 seconds as determined by WSDOT Test Method for ASTM C 939, Flow of Grout for Preplaced Aggregate Concrete (Flow Cone Method). The third sentence in the seventh paragraph is revised to read: Cubes shall be made in accordance with WSDOT Test Method T 813 and stored in accordance with WSDOT FOP for AASHTO T 23. 6-02.3(27) Concrete for Precast Units This section is supplemented with the following: Self compacting concrete (SCC) may be used for precast concrete barrier covered under Section 6-10 and drainage items covered under Section 9-12. If self compacting concrete has been approved for use the requirements of Section 6-02.3(4)C consistency shall not apply. Self compacting concrete is concrete that is able to flow under its own weight and completely fill the formwork, even in the presence of dense reinforcement, without the need of any vibration, while maintaining homogeneity. When using SCC modified testing procedures for air content and compressive strength will be used. The modification shall be that molds will be filled completely in one continuous lift without any rodding, vibration, tamping or other consolidation methods other than lightly taping around the exterior of the mold with a rubber mallet to allow entrapped air bubbles to escape. In addition the fabricators QC testing shall include Slump Flow Test results, which do not indicate segregation. As part of the plants approval for use of SCC the plant fabricator shall cast one barrier, or drainage item and have that barrier or drainage item sawed in half for examination by the Contracting Agency to determine that segregation has not occurred. SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS August 2, 2004 7-05.5 Payment The sentence following "Catch Basin Type 2 In. Diam.", per each" is deleted. The following is inserted after "Concrete Inlet", per each": All costs associated with furnishing and installing gravel backfill for bedding manholes, inlets and catch basins shall be included in the unit contract price for the item installed. The following is inserted after "Precast Concrete Drywell", per each. "Combination Inlet", per each. All costs associated with furnishing and installing gravel backfill for bedding manholes, inlets, and catch basins shall be in the unit contract price for the item installed. 50 SECTION 7-12, VALVES FOR WATER MAINS April 5, 2004 7-12.3 Construction Requirements In the third paragraph the reference to Section 7-10 is revised to Section 7-09. In the fourth paragraph the reference to Section 7-11 is revised to Section 7-09. SECTION 7-14, HYDRANTS April 5, 2004 7-14.3(1) Setting Hydrants In the third paragraph the reference to Section 7-11 is revised to Section 7-09. 7-14.3(6) Hydrant Extensions The reference to Section 7-11 is revised to Section 7-09. SECTION 7-15, SERVICE CONNECTIONS April 5, 2004 7-15.3 Construction Requirements In the second paragraph the reference to Section 7-10 is revised to Section 7-09. SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL August 1, 2005 8-01.3(1)B Erosion and Sediment Control (ESC) Lead This section is revised to read: The Contractor shall identify the ESC Lead at the preconstruction discussions. The ESC Lead shall have, for the life of the contract, a current Certificate of Training in Construction Site Erosion and Sediment Control from a course approved by WSDOT's Statewide Erosion Control Coordinator. The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) plan. Implementation shall include, but is not limited to: 1. Installing and maintaining all temporary erosion and sediment control Best Management Practices (BMPs) included in the TESC plan to assure continued performance of their intended function. Damaged or inadequate TESC BMPs shall be corrected immediately. 2. Inspecting all on-site erosion and sediment control BMPs at least once every five working days and each working day there is a runoff event. Inspections shall occur within 24 hours of the runoff event. A TESC Inspection Report shall be prepared for each inspection and shall be included in the TESC file. A copy of each TESC Inspection Report shall be submitted to the Engineer no later than the end of the next working day following the inspection. The report shall include, but not be limited to: a. When, where and how BMPs were installed, maintained, modified, and removed; b. Observations of BMP effectiveness and proper placement; 51 c. Recommendations for improving future BMP performance with upgraded or replacement BMPs when inspections reveal TESC plan inadequacies. 3. Updating and maintaining a TESC file on site that includes, but is not limited to: a. TESC Inspection Reports. b. Temporary Erosion and Sediment Control (TESC) plan narrative. c. National Pollutant Discharge Elimination System construction permit (Notice of Intent). d. Other applicable permits. Upon request, the file shall be provided to the Engineer for review. 8-01.3(1)C Ground Water This section including title is revised to read: 8-01.3(1)C Water Management 1. Ground Water When ground water is encountered in an excavation, it shall be treated and discharged as follows: A. When the ground water conforms to Water Quality Standards for Surface Waters of the State of Washington (Chapter 173-201A WAC), it may bypass detention and treatment facilities and be routed directly to its normal discharge point at a rate and method that will not cause erosion. B. When the turbidity of the ground water is similar to the turbidity of the site runoff, the ground water may be treated using the same detention and treatment facilities being used to treat the site runoff and then discharged at a rate that will not cause erosion. C. When the turbidity is greater than the turbidity of the site runoff, the ground water shall be treated separately until the turbidity is similar to or better than the site runoff, and then may be combined and treated as in B, above. -2. Process Water All water generated on site from construction or washing activities that is more turbid than site runoff shall be treated separately until the turbidity is the same or less than the site runoff, and then may be combined and treated as in 1B, above. Water may be infiltrated upon the approval of the Engineer. 3. Offsite Water The Contractor shall, prior to disruption of the normal watercourse, intercept the offsite stormwater and pipe it either through or around the project site. This water shall not be combined with onsite stormwater and shall be discharged at its pre -construction outfall point in such a manner that there is no increase in erosion below the site. The method for performing this work shall be provided by the Contractor for the Engineer's approval. 52 SECTION 8-02, ROADSIDE RESTORATION August 1, 2005 8-02.3(2) Roadside Work Plan This section is revised to read: Before starting any work that disturbs the earth and as described in Sections 8-01, 8-02 and 8-03, the Contractor shall submit a roadside work plan for approval by the Engineer. The roadside work plan shall define the work necessary to provide all contract requirements, including: clearing and grubbing, roadway excavation and embankment, planting area preparation, seeding, planting, plant replacement, irrigation, and weed control in narrative form. The Roadside Work Plan shall also include the following: Progress Schedule In accordance with Section 1-08.3, the Progress Schedule shall include the planned time periods for work necessary to provide all contract requirements covered in Sections 8-01, 8-02, and 8-03. Where appropriate, notes on the schedule shall indicate the calendar dates during which these activities must occur. Weed Control Plan The Weed Control Plan shall be submitted and approved prior to starting any work defined in Section 8-02.3(2). The weed control plan shall show the scheduling of all weed control measures required under the Contract including, hand weeding, rototilling, applications of herbicides, noxious weed control, mowing, and shoulder slope weed control. Target weeds and unwanted vegetation to be removed shall be identified and listed in the weed control plan. The plan shall be prepared and signed by a licensed Commercial Pest Control Consultant when chemical pesticides are proposed. The plan shall include methods of weed control; dates of weed control operations; and the name, application rate, and Material Safety Data sheets of all proposed herbicides. In addition, the Contractor shall furnish the Engineer with a copy of the current product label for each pesticide and spray adjuvant to be used. These product labels shall be submitted with the weed control plan for approval. Plant Establishment Plan The Plant Establishment Plan shall be prepared in accordance with Section 8-02.3(13), submitted and approved prior to initial planting acceptance in accordance with Section 8-02.3(12). The Plan shall show the proposed scheduling of activities, materials, equipment to be utilized for the first year plant establishment, and an emergency contact person. The Plan shall include the management of the irrigation system, when applicable. Should the plan become unworkable at any time during the first year plant establishment, the Contractor shall submit a revised plan prior to proceeding with further work. No on-site soil placement, grading, weed control, irrigation, or planting work shall begin until the plan is approved. Upon approval of the roadside work plan by the Engineer, the Contractor shall proceed in accordance with the approved plan. 53 8-02.3(12) Completion of Initial Planting Item 1. is revised to read: 1. 100 percent of each of the plant material categories shall be installed as shown in the Contract Plans. A minimum of 95% shall be in a healthy and vigorous growing condition, as described in Section 8-02, on May 31st. 8-02.5 Payment The 11th paragraph is revised to read: Payment shall be increased to 70 percent of the unit contract price per each for contracted plant material at the completion of the initial planting. The 12th paragraph is revised to read: Payment shall be increased to the appropriate percentage upon accomplishment of the following phases of plant establishment. 3 months after completion of initial planting 80% 6 months after completion of initial planting 90% Completion of 1st year plant establishment 100% The 25th paragraph is revised to read: "Fine Compost ", per cubic yard. The below bid item is inserted to follow the 25th paragraph: "Coarse Compost", per cubic yard. The 26th paragraph is revised to read: The unit contract price per cubic yard for "Fine Compost" or "Coarse Compost" shall be full pay for furnishing and spreading the compost onto the existing soil. SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS December 6, 2004 8-04.3(1)A Extruded Cement Concrete Curb The second and third paragraphs are revised to read: The pavement shall be dry and cleaned of loose and deleterious material prior to curb placement. Cement concrete curbs shall be anchored to the existing pavement by placing steel tie bars 1 foot on each side of every joint. Tie bars shall meet the dimensions shown in the Standard Plans. SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE August 2, 2004 8-12.3(1)A Posts The seventh paragraph is revised to read: Pullposts shall be spaced at 1,000 -foot maximum intervals for Type 1, 3, and 6 fence, and at 500 -foot maximum intervals for Type 4 fence. 54 SECTION 8-14, CEMENT CONCRETE SIDEWALKS April 4, 2005 8-14.3(3) Placing and Finishing Concrete The fourth paragraph is revised to read: Sidewalk ramps shall be of the type specified in the Plans. The detectable warning pattern shall have the truncated dome shape shown in the Standard Plans and may be installed using a manufactured material before or after the concrete has cured, or by installing masonry or ceramic tiles. Embossing or stamping the wet concrete to achieve the truncated dome pattern or using a mold into which a catalyst hardened material is applied shall not be allowed. Acceptable manufacturers' products are shown on the Qualified Products List. When masonry or ceramic tiles are used to create the detectable warning pattern, the Contractor shall block out the detectable warning pattern area to the depth required for installation of the tiles and finish the construction of the concrete ramp. After the concrete has set and the forms have been removed, the Contractor shall install the tiles using standard masonry practices. The two -foot wide detectable warning pattern area on the ramp shall be yellow and shall match Federal Standard 595a, color number 33538. When painting the detectable warning pattern is required, paint shall conform to section 9-34.2(1). 8-14.3(5) Ramp Detectable Warning Retrofit This section is supplemented with the following: Where shown in the plans, the Contractor shall retrofit existing cement concrete sidewalk ramps by installing a detectable warning pattern having the truncated dome shape shown in the Standard Plans. The warning pattern shall be the width of the ramp and cover the bottom two feet of the ramp. The truncated dome pattern shall be perpendicular to the long axis of the ramp. The Contractor shall use one of the detectable warning pattern products listed in the Qualified Products List or submit another manufacturer's product for approval by the Engineer. The warning pattern shall be capable of being bonded to an existing cement concrete surface. The surface of the warning pattern, excluding the domes, 'shall not be more than 3/8 inch above the surface of the concrete after installation. 8-14.4 Measurement This section is supplemented with the following: Ramp detectable warning retrofit will be measured by the square foot of truncated dome material installed on the existing ramp. 8-14.5 Payment The following new bid item is inserted after "Cement Conc. Sidewalk Ramp Type ", per each. "Ramp Detectable Warning Retrofit", per square foot. SECTION 8-18, MAILBOX SUPPORT August 2, 2004 8-18.2 Materials This section is revised to read: 55 Materials shall meet the requirements of the following sections: Steel Posts 9-32.1 Bracket, Platform, and Anti -Twist Plate 9-32.2 Type 2 Mailbox Support 9-32.7 Timber Sign Posts 9-28.14(1) Fasteners 9-32.5 Snow Guard 9-32.6 Concrete Base 9-32.8 Steel pipe 9-32.9 U -Channel Post 9-32.10 Mailboxes will be furnished by others. 8-18.3 Construction Requirements This section is supplemented with the following: 8-18.3(1) Type 3 Mailbox Support The concrete base shall be constructed using commercial concrete, with the pipe set to the dimensions shown in the Standard Plans. The base shall be crowned so as to shed water. The concrete may be mixed on the jobsite as specified in Section 6-02.3(4)B. The U -channel post may be driven in place provided the method of driving does not damage the post. With the Engineer's consent, a Type 3 Mailbox Support design, made of steel or other durable material, that meets the NCHRP 350 crash test criteria may be used in place of the design shown in the Standard Pians. In which case, the manufacturer's recommendations concerning installation shall be followed; however, the mailbox itself shall be positioned on the roadway according to the dimensions shown in the Standard Plans. SECTION 8-20,ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL April 5, 2004 8-20.3(5) Conduit The third sentence in the seventeenth paragraph is revised to read: Grout shall obtain a minimum of 4000 psi compressive strength at 7 days. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes This section is supplemented with the following: Where conduit and junction boxes are placed in barrier, the Prime Contractor shall coordinate the work of the Contractor constructing the barrier and the electrical Contractor so that each junction box placed in the barrier is placed in correct alignment with respect to the barrier, with the face of the box flush or uniformly chamfered within 1/2 inch of the barrier surface. If any point on the surface of the junction box placed in barrier is recessed more than 1/2 inch from the surface of the barrier, the Contractor shall install a box extension meeting the Engineer's approval and grout around the extension or remove and replace the entire section of barrier. 8-20.3(9) Bonding, Grounding The first paragraph is revised to read: 56 All metallic appurtenances containing electrical conductors (luminaires, light standards, cabinets, metallic conduit, non-metallic conduit, etc.) shall be made mechanically and electrically secure to form a continuous systems which shall be effectively grounded. Where metallic conduit systems are employed, the conduit system constitutes the equipment grounding conductor. Where nonmetallic conduit is installed, the installation shall include an equipment ground conductor, in addition to the conductors noted in the contract. Bonding jumpers and equipment grounding conductors shall be installed in accordance with Section 9-29.3. The equipment ground conductor between the isolation switch and the sign lighter fixtures may be No. 14 AWG stranded copper conductor. Where parallel circuits are enclosed in a common conduit, the equipment grounding conductor shall be sized by the rating of the largest overcurrent device serving any circuit contained within the conduit. 8-20.3(11) Testing The fourth paragraph is revised to read: When the project includes a traffic signal system, the Contractor shall conduct tests noted in Section 8-20.3(14)D. The Contractor shall provide the Engineer a minimum of five days advance written notice of the proposed traffic signal turn -on date and time. The traffic signal turn -on procedure shall not begin until all required channelization, pavement markings, illumination, signs, and sign lights are substantially complete and operational unless otherwise allowed by the Engineer. The Contractor shall provide traffic control to stop all traffic from entering the intersection. The Contracting Agency electronics technician will program the controller and enter the timing data, then turn the traffic signal system to its flash mode to verify proper flash indications. The Contracting Agency electronics technician will then conduct functional tests to demonstrate that each part of the traffic signal system functions as specified. The Contractor shall conduct functional tests to demonstrate that each part of the illumination system, or other electrical system, functions as specified. These demonstration shall be conducted in the presence of a Contracting Agency electronic technician, the Contracting Agency electrical inspector, and Regional Traffic Engineer or his/her designee. The Contracting Agency electronics technician will then turn the traffic signal to stop -and -go operation for no less than one full cycle. Based on the results of the turn -on, the Engineer will direct the Contracting Agency electronics technician to either turn the traffic signal on to normal stop -and -go operation, to turn the signal to flash mode for a period not to exceed five calendar days, or to turn the signal off and require the Contractor to cover all signal displays and correct all deficiencies. SECTION 8-22, PAVEMENT MARKING April 4, 2005 8-22.1 Description Transverse Markings This section is revised to read: Crosswalk Line A series of SOLID WHITE lines, 24 inches wide and 8 feet long, conforming to details in the Standard Plans. Stop Line A SOLID WHITE line, 18 inches wide unless noted otherwise in the Contract. Symbol Markings This section is supplemented with the following: 57 Access Parking Space Symbol with Background A WHITE marking with, a BLUE background and WHITE border conforming to details in the Standard Plans that is used to a designate restricted parking stall on cement concrete pavement surfaces. Yield Line Symbol A series of WHITE markings conforming to details in the Standard Plans forming a transverse line across a vehicle path and used to designate the point when vehicles shall yield before entering a traffic lane. Yield Ahead Symbol A WHITE marking conforming to details in the Standard Plans that is used in advance of a yield line. Speed Bump Symbol WHITE marking used to identify a speed bump placed in a traffic lane. 8-22.3(2) Preparation of Roadway Surfaces This section is revised to read: For the application of paint the pavement surface temperature and ambient temperature shall be 50° F and rising. New and existing HMA pavement shall be dry, clean and free of contaminants such as surface oils. Portland cement concrete pavement shall have a minimum compressive strength of 2500 psi and shall be dry, clean and free of contaminants. Contaminants shall be removed by approved mechanical means. For the application of plastic pavement marking material surface temperature and ambient temperature shall be 50° F and rising. New and existing HMA pavement shall be dry, clean, and free of contaminants such as surface oils and existing pavement marking materials. Portland cement concrete pavement shall also be free of contaminants including curing agents. Contaminants shall be removed by approved mechanical means. Pavement surfaces shall be prepared for plastic marking application in accordance with the previous paragraph and the pavement marking material manufacturer's recommendations. Manufacturers of Type D material also require a pavement cure period prior to application. Typically, Type D material applied on hot mix asphalt pavement requires a pavement cure period of 21 days. Typically, Type D material applied on portland cement concrete pavement requires a pavement cure period of 28 days. These cure periods may be reduced if the manufacturer performs a successful bond test. Existing pavement marking material shall be removed, measured, and paid for in accordance with the provisions in this section of the Standard Specifications. 8-22.3(3) Marking Application The first paragraph is revised to read: Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. All temporary pavement markings shall be retroreflective. Paint and sprayed or extruded plastic material shall be applied with a top dressing of glass breads. Two applications of paint will be required to complete all paint markings. The time period between paint applications will vary depending on the type of pavement and paint (low VOC waterborne, high VOC solvent, or low VOC solvent) as follows: Pavement Type Bituminous Surface Treatment Hot Mix Asphalt Pavement Paint Type Low VOC Waterborne Low VOC Waterborne 58 Time Period 4 hours min., 48 hours max. 4 hours min., 30 days max. Cement Concrete Pavement Bituminous Surface Treatment Hot Mix Asphalt Pavement Cement Concrete Pavement Low VOC Waterborne High and Low VOC Solvent High and Low VOC Solvent High and Low VOC Solvent The first sentence of the second paragraph is revised to read: 4 hours min., 30 days max. 40 min. min., 48 hrs. max. 40 min. min., 30 days max. 40 min. min., 30 days max. Where paint is applied on centerline on two-way roads with bituminous surface treatment or centerline rumble strips, the second paint application shall be applied in the opposite direction as the first application. The ninth and tenth paragraphs are revised to read: Profiles are defined as that portion of the plastic line that is applied at a greater thickness than the base line thickness. Profiles shall be applied using the extruded method in the same application as the base line. See the Standard Plans for details. Embossed plastic lines are defined as a plastic line applied with a transverse groove. Embossed plastic lines may be applied with profiles. See the Standard Plans for details. The last paragraph is revised to read: When two or more spray applications are required to meet thickness requirements for Type A and Type D materials, top dressing with glass beads is only allowed on the last application. Any loose beads, dirt or other debris shall be swept or blown off the line prior to application of each successive application. Successive applications shall be applied squarely on top of the preceding application. 8-22.4 Measurement The sixth paragraph is revised to read: Diagonal and chevron -shaped lines used to delineate medians, gore areas, and parking stalls are constructed of painted or plastic 4 inch and 8 inch wide lines in the color and pattern shown in the Standard Plans. These lines will be measured as painted or plastic line or wide line by the linear foot of line installed. Crosswalk line will be measured by the square foot of marking installed. The seventh paragraph is revised to read: Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be measured per each. Type 1 through 6 traffic arrows will be measured as one unit each, regardless of the number of arrow heads. The ninth paragraph is revised to read: Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed bump symbol will be measured per each. Removal of crosswalk lines will be measured by the square foot of lines removed. 59 8-22.5 Payment The following items are deleted: "Painted HOV Lane Symbol Type "Plastic HOV Lane Symbol Type " This section is supplemented with the following: "Painted Access Parking Space Symbol with Background", per each. "Plastic Access Parking Space Symbol with Background", per each. "Painted HOV Lane Symbol", per each. "Plastic HOV Lane Symbol", per each. "Painted Yield Line Symbol", per each. "Plastic Yield Line Symbol", per each. "Painted Yield Ahead Symbol", per each. "Plastic Yield Ahead Symbol", per each. "Painted Speed Bump Symbol", per each. "Plastic Speed Bump Symbol", per each. SECTION 8-23, TEMPORARY PAVEMENT MARKINGS August 1, 2005 8-23.1 Description The second paragraph under "Temporary Lane Line" is revised to read: Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. Edge Lines shall be installed only if specifically required in the contract. All temporary pavement markings shall be retroreflective. SECTION 9-02, BITUMINOUS MATERIALS August 1, 2005 9-02.1(3) Rapid -Curing (RC) Liquid Asphalt The column headings MC -70, MC -250, MC -800, and MC -3000 are revised to RC -70, RC -250, RC -800, and RC -3000 respectively. The RC -250 requirement for "Residue of 680°F distillation % volume by difference" is revised from 67 to 65. 9-02.1(4)A Performance Grade (PG) Asphalt Cement This section including title is revised to read: 9-02.1(4)A Performance Graded Asphalt Binder -22 1 -28 1 -34 1 -22 1 -28 1 -34 1 -22 1 -28 1 -3 -22 1 -2 Original Binder PG58 PG64 Viscosity, AASHTO T316 PG76 Performance Grade PG70 -22 1 -28 1 -34 1 -22 1 -28 1 -34 1 -22 1 -28 1 -3 -22 1 -2 Original Binder Flash point temp, AASHTO T48 Minimum 0C 230 Viscosity, AASHTO T316 135 60 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Maximum 3 Pa • s, test temp, OC Dynamic shear, AASHTO T315 G*/sin❑, minimum 1.00 kPa Test temp. @ 10 rad/s, 0C 58 64 70 76 Rolling Thin Film Oven Residue (AASHTO T240) Mass Change, Maximum, percent 1.00 Dynamic shear, AASHTO T315 G*/sin❑, minimum 2.20 kPa Test temp. @ 10 rad/s, oC 58 64 70 76 Pressure Aging Vessel Residue (AASHTO R28) PAV aging temperature, °C 100 Dynamic shear, AASHTO T315 G*sin❑, maximum 5000 kPa Test temp. @ 10 rad/s, 0C 22 19 16 25 22 19 28 25 22 31 28 Creep stiffness, AASHTO T313 S, maximum 300 MPa, m - value, minimum 0.300 Test temp. @ 60 s, oC -12 -18 -24 -12 -18 -24 -12 -18 -24 -12 -18 All Performance Grade asphalt binders not included in this chart shall be determined by Table 1 -Performance Graded Asphalt Binder Specification in AASHTO M320. 9-02.1(9) Coal Tar Pitch Emulsion The first two sentences are replaced with the following: The coal tar pitch emulsions shall conform to the requirements found in ASTM D 5727. SECTION 9-03, AGGREGATES August 1, 2005 9-03.1(1) General Requirements This section is revised to read: Portland cement concrete aggregates shall be manufactured from ledge rock, talus, or sand and gravel in accordance with the provisions of Section 3-01. Aggregates tested in accordance with AASHTO T 303 or ASTM C 1260 with expansion greater than 0.20 percent are Alkali Silica Reactive (ASR) and will require mitigating measures. Aggregates tested in accordance with ASTM C 1293 with expansion greater than 0.04 percent are Alkali Silica Reactive (ASR) and will require mitigating measures. 61 Aggregates for use in Commercial Concrete as defined in 6-02.3(2)B shall not require mitigation. Mitigating measures for aggregates with expansions from 0.21 to 0.45 percent, when tested in accordance with AASHTO T 303 or ASTM C 1260, may be accomplished by using low alkali cement as per 9-01.2(3) or by using 25% Class F fly ash by total weight of the cementitious materials. The Contractor may submit an alternative mitigating measure through the Project Engineer to the State Materials Laboratory for—approval along with evidence in the form of test results from AASHTO T 303 or ASTM C 1260 that demonstrate the mitigation when used with the proposed aggregate controls expansion to 0.20 percent or less. The agency may test the proposed ASR mitigation measure to verify its effectiveness. In the event of a dispute, the agency's results will prevail. Mitigating measures for aggregates with expansions greater than 0.45 percent when tested in accordance with AASHTO T-303 or ASTM C-1260 shall include the use of low alkali cement per 9-01.2(3) and may include the use of fly ash, lithium compound admixtures, ground granulated blast furnace slag or other material as approved by the Engineer. The Contractor shall submit evidence in the form of test results from ASTM C 1260 or AASHTO T 303 through the Project Engineer to the State Materials Laboratory that demonstrate the proposed mitigation when used with the aggregates proposed will control the potential expansion to 0.20 percent or less before the aggregate source may be used in concrete. The agency may test the proposed ASR mitigation measure to verify its effectiveness. In the event of a dispute, the agency's results will prevail. Passing petrographic analysis (ASTM C 295) accepted by WSDOT prior to August 1, 2005, is acceptable as proof of mitigation until the aggregate source is reevaluated. ASTM C 1293 sampling and testing must be coordinated through the WSDOT State Materials Laboratory, Documentation Section utilizing the ASA (Aggregate Source Approval ) process. Cost of sampling, testing, and processing will be borne by the source owner. 9-03.1(4)C Grading The third paragraph is revised to read: In individual tests, a variation of four under the minimum percentages or over the maximum percentages will be permitted, provided the average of three consecutive tests is within the specification limits. Coarse aggregate shall contain no piece of greater size than two times the maximum sieve size for the specified grading measured along the line of greatest dimension. 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete This section is revised to read: As an option to using Coarse and Fine graded aggregates for Portland Cement Concrete, aggregate gradation may consist of a combined gradation. Aggregates shall consist of sand, gravel, crushed stone, or other inert material or combinations thereof, having hard, strong durable -particles free from adherent coatings. Aggregates shall be washed to remove clay, loam, alkali, organic matter, silt, bark, sticks, or other deleterious matter. 9-03.1(5)B Grading This section is revised to read: If a nominal maximum aggregate size is not specified, the Contractor shall determine the nominal maximum aggregate size, using ACI 211.1 as a guide. In no case will the maximum aggregate size exceed one-fifth of the narrowest dimension between sides of the forms, one-third the depth of slabs, nor three-fourths of the minimum clear spacing between individual reinforcing bars, bundles of bars, or pretensioning strands. 62 The combined aggregate shall conform to the following requirements based upon the nominal maximum aggregate size. Nominal Maximum Aggregate Size 1-1/2 1 3/4 1/2 3/8 No. 4 2 100 1-1/2 874a 100 1 8: 4tool 100 3/4 62-88 87=1,.00: 100 1/2 57-83 g1{Q0� 100 3/8 43-64 60-88 86n100. 100 4 29-47 34-54 41-64 48-73 68;I00 8 19-34 22-39 27-47 31-54 39-73 16 12-25 14-29 17-34 20-39 24-54 28-73 30 7-18 8-21 9-25 11-29 13-39 16-54 50 3-14 3-15 4-18 5-21 6-29 7-39 100 0-10 0-11 0-14 0-15 0-21 0-29 200 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0 = Nominal Maximum Size All percentages are by weight. Nominal maximum size for concrete aggregate is defined as the smallest standard sieve opening through which the entire amount of the aggregate is permitted to pass. Standard sieve sizes shall be those listed in ASTM C 33. The Contracting Agency may sample each component aggregate prior to introduction to the weigh batcher or as otherwise determined by the Engineer. Each separate component will be sieve analyzed alone per AASHTO Test Method T-11/27. All material components will be mathematically re -combined by proportions (Weighted Average), supplied by the Contractor. 9-03.8(2) HMA Test Requirements Number 1 is revised to read: Vacant. Item 3 is revised to read: 3. The uncompacted void content for the combined fine aggregate is tested in accordance with WSDOT Test Method for AASHTO T 304, Method A. The minimum percent voids shall be as required in the following table: Traffic HMA Evaluation ESAL's (millions) Statistical & Nonstiatistical Commercial < 3 40 40 > 3 44 40 The last paragraph of this section is revised to read: When material is being produced and stockpiled for use on a specific contract or for a future contract, the fine aggregate angularity, fracture, and sand equivalent requirements shall apply at the time of stockpiling. When material is used from a stockpile that has not been tested as provided above, the specifications for fine aggregate angularity, fracture, and sand equivalents shall apply at the time of its introduction to the cold feed of the mixing plant. 63 9-03.8(7) HMA Tolerances and Adjustments The requirement for "VMA" is revised to read: VMA 1.5% below minimum value in 9-03.8(2) 9-03.12(4) Gravel Backfill for Drains The percent Passing for Sieve size 3/8" square is revised from "10 - 40" to "0 - 40". 9-03.12(5) Gravel Backfill for Drywells The percent passing for sieve size 1" square is revised to "50-100". 9-03.14 Borrow This section is supplemented with the following: 9-03.14(1) Gravel Borrow Ballast may be substituted for gravel borrow for embankment construction. 9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall All backfill material used in the reinforced soil zone of the geosynthetic retaining wall shall conform to requirements of Section 9-03.14(1) and shall be free draining, free from organic or otherwise deleterious material. The material shall be substantially free of shale or other soft, poor durability particles, and shall not contain recycled materials, such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The backfill material shall meet the following requirements: Property Test Method Allowable Test Value Los Angeles Wear, 500 rev. AASHTO T 96 35 percent max. Degradation WSDOT Test Method 113 15 min. pH AASHTO T 289-91 ** ** 4.5 to 9 for permanent walls and 3 to 10 for temporary walls Wall backfill material satisfying these gradation, durability and chemical requirements. shall be classified as nonaggressive. 9-03.21(2) Recycled Hot Mix Asphalt The Maximum Bitumen Content (Percent) for Gravel Borrow is revised from "0" to "1.2". SECTION 9-04, JOINT AND CRACK SEALING MATERIALS April 5, 2004 9-04.2(2) Two Component Poured Rubber Joint Sealer The section title is revised to read: 9-04.2(2) Poured Rubber Joint Sealer SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS August 1, 2005 9-05.1(2) Zinc Coated (Galvanized) or Aluminum Coated (Aluminized) - Corrugated Iron or Steel Drain Pipe This section is revised to read: 64 Zinc coated (galvanized) or aluminum coated (aluminized Type 2) corrugated iron or steel drain pipe shall meet the requirements of AASHTO M 36. The steel sheet thickness shall be 0.064 inch for 6 -inch diameter and larger drain pipe. Zinc coated steel shall meet the material requirements of AASHTO M 218 (ASTM A929). Aluminum coated steel shall meet the material requirements of AASHTO M-274 (ASTM A929). 9-05.2(4) Zinc Coated (Galvanized) or Aluminum Coated (Aluminized) - Corrugated Iron or Steel Underdrain Pipe This section is revised to read: Zinc coated (galvanized) or aluminum coated (aluminized type 2) corrugated iron or steel underdrain pipe shall meet the fabrication requirements of AASHTO M 36, except that perforations required in Class I, II, and III pipe may be located anywhere on the tangent of the corrugations provided the other perforation spacing requirements remain as specified. Zinc coated steel shall meet the material requirements of AASHTO M 218 (ASTM A929). Aluminum coated steel shall meet the material requirements of AASHTO M-274 (ASTM A929). The pipe may conform to any one of the Type III pipes specified in AASHTO M 36,. and perforations in Class I, II, and III pipe may be drilled or punched. The sheet thickness shall be 0.064 inch for 6 -inch and larger diameter underdrain pipe. 9-05.4 Steel Culvert Pipe and Pipe Arch This section is revised to read: Steel culvert pipe and pipe arch shall meet the fabrication requirements of AASHTO M 36, Type 1 and Type II.. Zinc coated steel shall meet the material requirements of AASHTO M 218 (ASTM A929). Aluminum coated steel shall meet the material requirements of AASHTO M-274 (ASTM A929). 9-05.4(3) Protective Treatment This section is revised to read: Steel pipe and pipe arch culverts shall be coated by one of the following protective treatments, when such treatment is specified: Treatment 1 Coated uniformly inside and out with asphalt as per 9-05.4(4) (AASHTO M190 Type A) or with polymer as per 9-05.4(6). Treatment 2 Coated uniformly inside and out with asphalt and with an asphalt paved invert (AASHTO M 190 Type C) or with polymer as per 9- 05.4(6). Treatment 3 This treatment is no longer available. Treatment 4 This treatment is no longer available. Treatment 5 Coated inside and out with asphalt and a 100 percent periphery inside spun asphalt lining (AASHTO M 190 Type D). Treatment 6 This treatment is no longer available. 9-05.4(4) Asphalt Coatings and Paved Inverts Aluminum thickness in inches is deleted from the chart under item 1. The second paragraph under item 2 is revised to read: The paved invert for Treatment 2 shall consist of bituminous material applied in such a manner that one or more smooth pavements will be formed in the invert filling the corrugations for at least 40 percent of the circumference. The pavement shall have a minimum thickness of 1/8 inch above the crest of the corrugations except where the upper edges intercept the corrugation. The pavements shall be applied following the coating with asphalt . Treatment 5 may be substituted for Treatment 2, at the option of the Contractor. 65 Section 9-05 is supplemented with the following new section: 9-05.4(5) Polymer Protective Coating Polymer coated steel pipe and pipe -arch shall meet the fabrication requirements of AASHTO M 36 (ASTM A760). Polymer protective coatings shall meet the material requirements of AASHTO M 246 (ASTM A742). Polymer coating shall be mill applied to galvanized steel coils before fabrication and shall measure 10 mils thick on each side. 9-05.5(3) Protective Treatment This section including title is revised to read: 9-05.5(3) Vacant 9-05.5(4) Asphalt Coatings This section including title is revised to read: 9-05.5(4) Vacant 9-05.9 Steel Spiral Rib Storm Sewer Pipe This section is revised to read: Steel spiral rib storm sewer pipe shall meet the fabrication requirements of AASHTO M 36 and these Specifications. Zinc coated steel shall meet the material requirements of AASHTO M 218 (ASTM A929). Aluminum coated steel shall meet the material requirements of AASHTO M-274 (ASTM A929). The size, coating, metal, and protective treatment, if any, shall be as shown in the Plans or in the specifications. The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the Contracting Agency. Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam. Spiral rib storm sewer pipe shall have helical ribs that project outwardly, be formed from a single thickness of material, and conform to one of the following configurations: 1. 3/4 inch wide by 3/4 inch deep ribs at 7-1/2 inches on center. 2. 3/4 inch wide by 1 inch deep ribs at 11-1/2 inches on center. 3. 3/4 inch wide by 5/8 inch deep ribs at 12 inches on center. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands.When it is required, spiral rib pipe shall be furnished with bituminous or polymer protective treatment 1 or 2 treated or paved. The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-05.4(3) and 9-05.4(4). Polymer coating shall conform to Section 9-05.4(5). 9-05.9(2) Continuous Welded Seam Pipe This section including title is revised to read: 9-05.9(2) Vacant 9-05.10 Steel Storm Sewer Pipe This section is revised to read: 66 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Steel storm sewer pipe shall conform to the requirements of Section 9-05.4 for steel culvert pipe, except that protective coating shall be Treatment 1 or 5, and be constructed of helically corrugated lock seam pipe. When gasketed helically corrugated lock seam steel pipe is called for, and the pipe is properly sized to meet hydraulic requirements, Treatment 5 is not required. 9-05.11 Aluminum Storm Sewer Pipe This section is revised to read: Aluminum storm sewer pipe shall conform to the requirements of Section 9-05.5 for aluminum culvert pipe, and the pipe shall be constructed of helically corrugated lock seam aluminum pipe. 9-05.16 Grate Inlets and Drop Inlets The first and second paragraphs are revised to read: Steel in grates, angles, and anchors for grate inlets shall conform to ASTM A 36, except structural tube shall conform to ASTM A 500, Grade B, and structural shapes may conform to ASTM A 992. After fabrication, the steel shall be galvanized in accordance with AASHTO M 111, or galvanized with a hot -sprayed (plasma flame applied) 6 mil minimum thickness plasma coating. Steel grating shall be fabricated by weld connections. Welds, welding procedures, and welding materials shall conform with the AWS D1.1/D1.1M, latest edition, Structural Welding Code. 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe This section is revised to read: Aluminum spiral storm sewer pipe shall meet the fabrication requirements of AASHTO M 196 and these Specifications. Aluminum alloy shall meet the material requirements of AASHTO M 97 (ASTM B744). The size and corrugation shall be as shown in the Plans or in the Specifications. The size, metal, and protective treatment shall be as shown in the Plans or in the Specifications. The manufacturer of spiral rib storm sewer pipe shall furnish to the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the Contracting Agency. Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam. Spiral rib storm sewer pipe shall have helical ribs that project outwardly, be formed from a single thickness of material, and conform to one of the following configurations: t 3/4 inch wide by % inch deep ribs at 7-1/2 inches on center. 2. 3/4 inch wide by 1 inch deep ribs at 11-1/2 inches on center. 3. 3/4 inch wide by 5/8 inch deep ris at 12 inches on center. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. 9-05.19 Corrugated Polyethylene Culvert Pipe The first paragraph is revised to read: Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294 Type S or D for pipe 12 -inch to 60 -inch diameter. 67 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS January 5, 2004 9-06.16 Roadside Sign Structures The third paragraph is revised to read: Posts for multiple post sign structures shall conform to either ASTM A 36 or ASTM A 992. Posts conforming to either ASTM A 588 or ASTM A 572 Grade 50 may be used as an acceptable alternate to the ASTM A 36 and ASTM A 992 posts. All steel not otherwise specified shall conform to either ASTM A 36 or ASTM A 992. 9-06.18 Metal Railings The first paragraph is revised to read: Metal bridge railing shall conform to the type and material specifications set forth in the Plans and Special Provisions. Steel used for metal railings, when galvanized after fabrication in accordance with AASHTO M 111, shall have a controlled silicon content of either 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the silicon content of the steel shall be submitted to both the galvanizer and the Engineer prior to beginning galvanizing operations. SECTION 9-08, PAINTS April 5, 2004 9-08.2 Paint Formulas — General The following paint formulas and associate specifications are deleted: Formula A-6-86 Zinc Dust Zinc Oxide Primer Formula H -2 -83 -White Masonry Paint for Precast Curbs Formula H-3-83 Yellow Masonry Paint for Precast Curbs SECTION 9-12, MASONRY UNITS August 1, 2005 9-12.4 Precast Concrete Manholes The third paragraph is revised to read: Manufacturers may reinforce the concrete mix with synthetic fibers as an alternate to conventional secondary reinforcement in 48 -inch diameter by 3 -foot high eccentric or concentric cone sections. The synthetic fiber, either nylon multifilament fibers or polypropylene fibrillated fibers, shall meet the requirements of ASTM C 1116 , Section 4.1.3 and Note 3 and ICC ES AC 32, Sections 4.1.1 and 4.1.2. Synthetic fibers shall be added at a rate of 1.0 pound of Nylon Multifilament fibers per cubic yard of concrete or 1.5 pounds of Polypropylene Fibrillated fibers per cubic yard of concrete and shall be thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of 0.75 inches and a maximum of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the 48 -inch end of each cone. No steel is required in the remainder of the cone. Precast concrete units shall be furnished with knockouts or cutouts. 9-12.5 Precast Concrete Catch Basins The first and second sentences in the second paragraph are revised to read: 68 As an alternate, Type 1, Type 1L and Type 1P, Catch Basins may be fabricated using synthetic fiber reinforcement, either nylon multifilament fibers or polypropylene fibrillated fibers, meeting the requirements of ASTM C 1116 Section 4.1.3 and Note 3 and ICC ES AC 32, Sections 4.1.1 and 4.1.2.. Synthetic fibers shall be added at the rate of 1.0 pound of Nylon Multifilament fibers per cubic yard of concrete or 1.5 pounds of Polypropylene Fibrillated fibers per cubic yard of concrete, and shall be thoroughly mixed with the concrete before placement SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING August 1, 2005 9-14.4(1) Straw The first sentence is revised to read: All straw material shall be in an air dried condition free of noxious weeds and other materials detrimental to plant life. 9-14.4(8) Compost This section is revised to read: Compost products shall be the result of the biological degradation and transformation of plant -derived materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. Compost production and quality shall comply with. Chapter 173-350 WAC. Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with Testing Methods for the Examination of Compost and Composting (TMECC) Test Method 02.02-B, "Sample Sieving for Aggregate Size Classification". Fine Compost shall meet the following: Min. Max. Percent passing 2" 100% Percent passing 1" 90% 100% Percent passing 3/4" 70% 100% Percent passing'/4" 40% 75% Maximum particle length of 6 inches Coarse Compost shall meet the following: Min. Max. Percent passing 3" 100% Percent passing 1" 90% 100% Percent passing' " 70% 100% Percent passing '/<" 40% 60% Maximum particle length of 6 inches 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC 04.11-A, "1:5 Slurry pH" 69 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 0.5 percent on a dry weight or volume basis, whichever provides for the least amount of foreign material. 4. Minimum organic matter shall be 40 percent dry weight basis as determined by TMECC 05.07A, "Loss -On -Ignition Organic Matter Method". 5. Soluble salt contents shall be less than 6.0 mmhos/cm tested in accordance with TMECC 04.10-A, "1:5 Slurry Method, Mass Basis". 6. Maturity greater than 80% in accordance with TMECC 05.05A, "Germination and Root Elongation". 7. Stability 8 or below in accordance with TMECC 05.08-B, Carbon Dioxide Evolution Rate". 8. The compost product must originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A maximum of 35 percent by volume of other approved organic waste and/or biosolids may be substituted for recycled plant waste. The supplier shall provide written verification of feedstock sources The compost supplier will test all compost products within 30 calendar days prior to initial application with samples taken from the material stockpiled by the supplier for project use. Samples will be taken using the Seal of Testing Assurance (STA) sample collection protocol. (The sample collection protocol can be obtained from the U.S. Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741 Phone: 631-737-4931). The sample shall be sent to an independent STA Program approved lab. The compost supplier will pay for the test. A copy of the approved independent STA Program laboratory test report shall be submitted to the Contracting Agency prior to initial application of the compost. Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall be immediately removed from the project and replaced at no cost to the Contracting Agency. The contractor shall either select a compost supplier from the Qualified Products List, of submit the following information to the Engineer for approval: 1. A Request for Approval of Material Source. 2. A copy of the Solid Waste Handling Permit issued to the supplier by the Jurisdictional Health Department as per WAC 173-350 (Minimum Functional Standards for Solid Waste Handling). 3. The supplier shall verify in writing, and provide lab analyses that the material complies with the processes, testing, and standards specified in WAC 173-350 and these specifications. The analysis shall be performed by an independent STA Program certified laboratory. 4 A list of the feedstock by percentage present in the final compost product. 5. A copy of the producers Seal of Testing Assurance certification as issued by the U.S. Composting Council. Acceptance will be based upon a satisfactory Test Report from an independent STA program certified laboratory. 70 Section 9-14.4 is supplemented with the following new sections: 9-14.4(9) Bonded Fiber Matrix (BFM) The BFM shall be a hydraulically -applied blanket/mulch/covering composed of long strand, thermally processed wood fibers and crosslinked, hydro -colloid tackifier. The BFM may require a 24-48 hour curing period to achieve maximum performance. Once cured, the BFM forms an intimate bond with the soil surface to create a continuous, absorbent, flexible erosion resistant blanket that allows for rapid germination and accelerated plant growth. 9-14.4(10) Mechanically -Bonded Fiber Matrix (MBFM) The MBFM shall be a hydraulically -applied, flexible erosion control blanket/mulch/covering composed of long strand, thermally processed wood fibers, crimped, interlocking fibers and performance enhancing additives. The MBFM shall require no curing period and upon application forms an intimate bond with the soil surface to create a continuous, porous, absorbent and erosion resistant blanket that allows for rapid germination and accelerated plant growth. SECTION 9-16, FENCE AND GUARDRAIL April 4, 2005 9-16.1 Chain Link Fence and Gates All sub -sections under Section 9-16.1 are deleted and replaced with the following: 9-16.1(1) General All material used in the construction of chain link fence and gates shall be new. Iron or steel material shall be galvanized unless specified otherwise. Material upon which serious abrasions of galvanizing occur shall not be acceptable. 9-16.1(1)A Post Material for Chain Link Fence Except as noted otherwise, post material shall conform to the requirements of AASHTO M 181, Type I (zinc -coated steel), Grade 1 or 2, and shall be understood to include all round and roll -formed material (brace rails, top rails, line posts, brace posts, end posts, corner posts and pull posts). Grade 1 post material shall conform to the weight per linear foot, minimum wall thickness and detail requirements of Standard Plan L-2. Grade 1 post material that exceeds the maximum wall thickness requirement of Standard Plan L-2 may be accepted, provided it does not interfere with the proper construction of the fence. Grade 2 post material shall meet the organic exterior coatings requirements of AASHTO M 181 (Section 33) and the additional requirement that the interior coated surface shall be capable of resisting 300 hours of exposure to salt fog with a maximum of 5% red rust when tested in accordance with ASTM B 117. • Round Post Material Round post material shall be Grade 1 or 2. • Roll Form Material Roll -formed post material shall be Grade 1. Roll -formed end, corner, and pull posts shall have integral fastening loops to connect to the fabric for the full length of each post. Top rails and brace rails shall be open rectangular sections with internal flanges as shown in Standard Plan L-2. 9-16.1(1)B Chain Link Fence Fabric Chain link fabric shall consist of 11 gage wire for Types 3, 4, and 6 fence, and 9 gage wire for Type 1 fence. The fabric shall be zinc -coated steel wire conforming to AASHTO M 181, Class C. 71 The wire shall be woven into approximately 2 -inch diamond mesh. The width and top and bottom finish of the fabric shall be as specified in AASHTO M 181. 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)0 Fittings and Hardware Except where indicated, fittings shall be malleable cast iron or pressed steel and shall conform to the requirements of ASTM F626 or AASHTO M232, whichever is applicable. Fittings for any particular fence shall be those furnished by the manufacturer of the fence. Tension truss rods shall be 3/8 inch round galvanized rods with drop forged turnbuckles or other approved type of adjustment. Couplings for tubular sections shall be outside sleeve type and shall be at least 6 inches long. Eye bolts for attaching tension wire shall be 3/8 inch diameter and of sufficient length to fasten to the type of post being used. Tension bars shall be 3/16 inch by 3/4 inch nominal and cross sectional area shall be 0.141 int +1- 5%. Hog rings shall be 12 gage galvanized steel wire. Tie wire shall be 9 gage galvanized steel wire or 9 gage aluminum wire meeting the requirements of ASTM F626. 9-16.1(E) Chain Link Gates Gate frames shall be constructed of not less that 11/2 inch (I.D.) hot -dipped galvanized pipe conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-16.1(1)A. The corners of the gate frame shall be fastened together and reinforced with a malleable iron or pressed steel fitting designed for the purpose, or they may be welded. Welding shall conform to the requirements of Section 6-03.3(25). All welds shall be ground smooth and painted with an A-9-73 or A-11-99 primer meeting the requirements of Section 9-08.2. The paint shall be applied in one or more coats to provide a minimum dry film thickness of 3.5 mils. Chain link fence fabric for filling the gate frame shall meet the requirements of Section 9- 16.1(1)B for the fence type being furnished. Cross trussing shall be 5/16 inch steel adjustable rods galvanized in accordance with Section 9-16.1(1)D. Each gate shall be furnished complete with necessary hinges, latch, and drop bar locking device designed for the type of gate posts and gate used on the project. Gates shall have positive type latching devices with provisions for padlocking. Hinges, latches, and locking devices shall be galvanized in accordance with Section 9-16.1(1)D. Gate frames constructed of steel sections, other than pipe, that are fabricated in such a manner as to form a gate of equal or better rigidity may be used provided they are approved by the Engineer. 9-16.1(1)F Concrete All concrete for chain link fence shall be as specified in Section 6-02.3(2)B. 9-16.1(2) Approval Approval of materials for chain link fence shall be by evaluation of independent test results from a certified testing laboratory or by QPL. Independent test results for evaluation shall be submitted to the State Materials Engineer in Tumwater WA. 72 9-16.2 Wire Fence and Gates All sub -sections under Section 9-16.2 are deleted and replaced with the following: 9-16.2(1) General All materials used in the construction of the wire fence shall be new. All iron or steel material shall be galvanized. Material upon which serious abrasions of galvanizing occur will not be acceptable. 9-16.2(1)A Steel Post Material • Round Post Material Round post material shall conform to AASHTO M 181, Type I, Grade 1. • Angle Post Material (Channel, T, U, Y, or Other Approved Style) All angle post material shall be hot -dipped galvanized in accordance with the requirements of AASHTO M 111 grade 75. Galvanizing shall be 1.7 oz/ft2 of surface area. Angle post used for end, corner, gate and pull post and brace shall have a minimum weight of 3.1 lb/ft. Posts shall be not less than 7 feet in length. A tolerance of -5% on the weight of individual posts, braces or anchor plates will be permitted. One type of line post shall be used throughout the project. Line posts shall be studded, slotted, or properly adapted for attaching either wire or mesh in a manner that will not damage the galvanizing of posts, wire or mesh during the fastening. Line posts shall have a minimum weight of 1.33 lbs/ft and shall be provided with a tapered galvanized steel anchor plate. The anchor plate shall be securely attached and have a surface area of 20 +/-2 in2, a minimum weight of 0.67 pounds and 1.7 oz/ft2galvanizing. 9-16.2(1)B Wood Fence Posts and Braces Douglas fir, Western red cedar, hemlock, or larch shall be used in the construction of wood fence posts and braces. The material shall be of good quality and approved by the Engineer before use. Peeler cores shall not be used for round posts:Wood fencing materials shall have sufficient sapwood in the outer periphery to obtain the specified penetration of preservative. Western red cedar will not require preservative treatment. Fencing materials shall be cut to the correct length before pressure treatment. Line posts shall be 3 inch minimum diameter round posts or nominal 3 inch by 3 inch square sawed posts. If the posts are to be pointed for driving, they shall be pointed before treatment. Line posts shall be at least 7 feet in length. Pull posts and brace posts shall be 6 inch diameter round posts or nominal 6 inch by 6 inch material not less than 7 feet in length. End, gate, and corner posts, and posts at an intersecting fence shall be 6 inch diameter round posts or nominal 6 inch by 6 inch material not less than 7 feet 10 inches in length. All sawed posts and timbers shall meet the requirements in the table under Section 9-09.2. The preservatives used to pressure treat wood fencing materials shall meet the requirements of Section 9-09.3. The retention and penetration of the preservative shall be as follows: 73 Minimum Retention in Pounds Per Cubic Foot Preservative Sawed Posts Round Posts Creosote 10.00 8.00 Pentachlorophenol 0.50 0.40 ACA 0.40 0.40 ACZA 0.40 0.40 CCA 0.40 0.40 Minimum Penetration for material 5" or less - 0.40 inches penetration and 90% of sapwood for material 5" or greater - 0.50 inches penetration and 90% of sapwood 9-16.2(1)C Brace Wire Brace wire shall be 9 gage wire galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1. 9-16.2(1)D Staples and Wire Clamps The staples used to attach the wire fencing to wood posts shall be 9 gage wire, 1 1/2 inches long, galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1. The wire clamps used to attach the wire fencing to steel posts shall be 11 gage wire, galvanized to meet the requirements of AASHTO M 279, Type Z, Class 1. 9-16.2(1)E Barbed Wire Barbed wire shall conform to the requirements of AASHTO M 280, Type Z and shall consist of two strands of 12 1/2 gage wire, twisted with four point 14 gage barbs with barbs spaced 5 inches apart (Design 12-4-5-14R). Galvanizing shall be Class 3. 9-16.2(1)F Wire Mesh Wire mesh shall conform to the requirements of AASHTO M 279, Type Z and shall consist of eight horizontal wires with vertical stays spaced 6 inches apart. The top and bottom wires shall be -10 gage, and the intermediate wires and vertical stays shall be 12 1/2 gage. The mesh shall have a total width of 32 inches (Design 832-6-12 1/2). Galvanizing shall be Class 3. The zinc coated wire as represented by the test specimens shall be capable of being wrapped in a close helix at a rate not exceeding 15 turns/minute around a cylindrical steel mandrel having a diameter the same as the specimen being tested, without cracking or flaking the zinc coating to such an extent that any zinc can be removed by rubbing with the bare fingers. 9-16.2(1)G Vertical Cinch Stays Vertical cinch stays shall be 10 gage galvanized wire meeting the requirements of AASHTO M 279, Type Z, Class 1. 9-16.2(1)H Miscellaneous Hardware Bolts, nuts, hinges, latches and other miscellaneous hardware shall be galvanized in accordance with AASHTO M 232. 9-16.2(1)1 Wire Gates Gate frames shall be constructed of galvanized pipe with a nominal diameter of not less than 1 inch. The pipe shall conform to the requirements of AASHTO M 181 Type I, Grade 1. Wire gates shall be not less than 48 inches in height and shall be designed to fit openings of 74 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 the width called for in the Plans or as indicated by the bid items. Each gate shall be provided with two upright braces of the same material as the frame, spaced at 1/3 points in the gate. All gates shall be provided with adjustable 5/16 inch diameter galvanized diagonal truss rods from corner to corner. Galvanizing shall be in accordance with Section 9- 16.2(1)H. The gate frame shall be provided with wire mesh conforming to the requirements specified in Section 9-16.2(1)F, except that it shall consist of 10 horizontal wires and have a total width of 47 inches. Each gate shall be furnished complete with necessary galvanized hinges and latch designed for use with the type of gate posts used on the project. The hinges shall be so designed as to be securely attached to the gate post and to enable the gate to be swing back against the fence. Double gates shall be hinged in the same manner as single gates and shall be provided with an approved galvanized drop bar locking device. Galvanizing for hinges, latches, and locking devices shall be in accordance with Section 9-16.2(1)H. 9-16.2(1)J Concrete All concrete for wire fence shall be as specified in Section 6-02.3(2)B. 9-16.2(2) Approval Approval of materials for wire fence shall be by evaluation of independent test results from a certified testing laboratory or by QPL. Independent test results for evaluation shall be submitted to the State Materials Engineer in Tumwater WA. 9-16.3(1) Rail Element The third paragraph is revised to read: The 6 -inch channel rails and splice plates shall conform to ASTM A 36, except that the channel rails may conform to ASTM A 992. All fabrication shall be complete before galvanizing. 9-16.3(2) Posts and Blocks The first sentence of the first paragraph is revised to read: Posts and blocks may be of creosote treated timber, pentachlorophenol treated timber, waterborne chromated copper arsenate (CCA), ammoniacal copper arsenate (ACA), or ammoniacal copper zinc arsenate (ACZA), treated timber or galvanized steel; except only treated timber posts and blocks may be used for weathering steel beam guardrail. In the second paragraph, the treatment for Pentachlorophenol is revised from 060 lbs. pcf to 0.60 lbs. pcf. The fourth paragraph is revised to read: Steel posts, blocks, and base plates, where used, shall conform to either ASTM A 36 or ASTM A 992, and shall be galvanized in accordance with AASHTO M 111. Welding shall conform to Section 6-03.3(25). All fabrication shall be completed prior to galvanizing. 9-16.3(4) Hardware This section is revised to read: Bolts, unless otherwise specified, shall comply with ASTM A 307 Grade A specifications. High strength bolts shall conform to the requirements of AASHTO M 164. Nuts, unless otherwise specified, shall comply with ASTM A 563 Grade A specifications. Washers, unless otherwise specified, shall meet ASTM F 844 specifications. The Contractor shall submit a manufacturer's certificate of compliance for high strength bolts, nuts, and washers 75 prior to installing any of the hardware. A307 Bolts will be accepted by field verification and documentation that bolt heads are stamped 307A. 1 1 9-16.3(5) Anchors The sixth paragraph is revised to read: The anchor plate, W200 x 27 and metal plates shall be fabricated of steel conforming to the specifications of ASTM A 36, except that the W200 x 27 may conform to ASTM A 992. SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES April 4, 2005 This section is supplemented with the following new sub -sections: 9-23.10 Ground Granulated Blast Furnace Slag Ground granulated blast furnace slag shall meet the requirements of AASHTO M 302, Grade 100 or Grade 120. The grade of the ground granulated blast furnace slag, the source, and type of manufacturing facility shall be certified on the cement mill test certificate. 9-23.11 Microsilica Fume Microsilica Fume shall conform to the requirements of AASHTO M 307. The optional physical requirement for Reactivity with Cement Alkalies set forth in Table 3 will be required when Microsilica Fume is being used as an ASR mitigation measure. SECTION 9-28, SIGNING MATERIALS AND FABRICATION December 6, 2004 9-28.1 General The third sentence in the first paragraph is deleted. 9-28.6 Destination Sign Messages The second paragraph is deleted. 9-28.8 Sheet Aluminum Signs The sheet thickness chart is revised to read: Maximum Horizontal Dimension Overlay panels Up to 20 inches 20 inches to 36 inches, inclusive Over 36 inches (Permanent Signs) The fourth paragraph is revised to read: Sheet Aluminum Thickness 0.050 inch 0.063 inch 0.080 inch 0.125 inch Before placing aluminum in contact with untreated steel, the steel surfaces shall be protected by proper cleaning and painting with one coat of Zinc Primer A-9-73 or A-11-99 and two coats of aluminum paint D-1-57. 9-28.10 Plywood Signs This section is deleted. 9-28.11 Hardware The entry for hardware item "Angle and "Z" Bar" in the table in this section is revised to read: Angle and "Z" Bar ASTM B 221 6061-T6 Aluminum 76 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ASTM A 36 or ASTM A 992 Steel 9-28.14(2) Steel Structures and Posts This section is revised to read: Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall thickness shall be as shown in the Plans or Standard Plans. All other structural steel for sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 or ASTM A 992. Truss member connection hardware shall conform to Section 9-06.5(3). Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural steel for bridge mounted sign brackets shall conform to either ASTM A 36 or ASTM A 992. U bolts, and associated nuts and washers, shall be stainless steel conforming to Section 9-28.11, and shall be fabricated hot. Anchor rods for sign bridge and cantilever sign structure foundations shall conform to ASTM F 1554 Grade 105, including Supplemental Requirements S2, S3, and S5. Nuts and washers for sign bridge and cantilever sign structure foundations shall conform to AASHTO M 291 Grade DH and AASHTO M 293, respectively. Steel sign structures and posts shall be galvanized after fabrication in accordance with AASHTO M 111, unless noted otherwise in the Plans. All bolts, nuts, and washers shall be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise specified in the Plans or Special Provisions, metal surfaces shall not be painted. Except as otherwise noted, steel used for sign structures and posts shall have a controlled silicon content of either 0.00 to 0.04 percent or 0.15 to 0.25 percent. If the Plans or Special Provisions specify painting of the galvanized steel surfaces, then the controlled silicon content requirement does not apply for those steel members. Mill test certificates verifying the silicon content of the steel shall be submitted to both the galvanizer and the Engineer prior to beginning galvanizing operations. Minor fabricating and modifications necessary for galvanizing will be allowed if not detrimental to the end product as determined by the Engineer. If such modifications are contemplated, the Contractor shall submit to the Engineer, for approval, six copies of the proposed modifications, prior to fabrication. 77 SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL April 4, 2005 9-29.3 Conductors, Cable Under the second paragraph, item 5 is revised to read: 5. Pole and bracket cable shall be a two -conductor cable rated for 600 volts. The individual conductors shall be one red and one black 19 -strand No. 10 AWG copper, assembled parallel. The conductor insulation shall be 45 -mil polyvinyl chloride or a 600 volt rated cross-linked polyethylene. The Jacketing shall be polyethylene or polyvinyl chloride not Tess than 45 -mils thick. If luminaires with remote ballasts are specified in the contract, this same cable shall be used between luminaire and ballast for both timber and ornamental pole construction. If the luminaire requires fixture wire temperatures greater than 75°C, the outer jacket shall be stripped for that portion of the cable inside the luminaire. The single conductors shall then be sheathed with braided fiberglass sleeving of the temperature rating recommended by the luminaire manufacturer. 9-29.6 Light and Signal Standards The first paragraph is supplemented with the following: Fabrication of light and signal standards shall conform to the applicable requirements of Section 6-03.3(14). 9-29.6(1) Light and Signal Standards This section including title is revised to read: 9-29.6(1) Steel Light and Signal Standards Steel plates and shapes for light and signal standards shall conform to ASTM A 36, except that structural shapes may conform to ASTM A 992. Shafts for light and signal standards, except Type PPB 'signal standards, shall conform to ASTM A 572 Grade 50. Shafts and caps for Type PPB signal standards, slipfitters for type PS I, FB, and RM signal standards, and all pipes shall conform to ASTM A 53 Grade B. Base plates for light standards shall conform to ASTM A 572, Grade 50, except as otherwise noted in the Standard plans for fixed base light standards. Base plates for signal standards shall conform to ASTM A 36. Connecting bolts shall conform to AASHTO M 164. Fasteners for handhole covers, bands on lighting brackets, and connector attachment brackets shall conform. to ASTM F 593. Light and signal standards shall be hot -dipped galvanized in accordance with AASHTO M 111 and AASHTO M 232. Steel used for light and signal standards shall have a controlled silicon content of either 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the silicon content of the steel shall be submitted to both the galvanizer and the Engineer prior to beginning galvanizing operations. 9-29.6(2) Slip Base Hardware This section is revised to read: Slip plates and anchor plates for light standards and for Type FB and RM signal standards shall conform to the requirements of ASTM A 572 Grade 50. The keeper plate shall be 28 gage, conforming to ASTM A 653 coating designation G 90. Clamping bolts for slip base assemblies and slip base adapters shall conform to AASHTO M 164. Studs and bolts for slip base adapters shall conform to AASHTO M 164. Nuts shall conform to AASHTO M 291 Grade DH. Hardened washers shall conform to AASHTO M 293. Plate washers shall conform to ASTM A 36. Galvanized bolts shall meet standard specification 9-06.5(4). 78 9-29.10 Luminaires Under the first paragraph, the third sentence in item D is revised to read: All internal luminaire assemblies shall be assembled on or fabricated from either stainless steel or galvanized steel. 9-29.13 Traffic Signal Controllers This section is supplemented with the following: All Traffic Signal Control Equipment Shall be Tested As Follows. The supplier shall: 1. Seven days prior to shipping, arrange appointment for controller cabinet assembly, and testing at the WSDOT Materials Laboratory or the facility designated in the Special Provisions. 2. Assembly shall be defined as but not limited to tightening all screws, nuts and bolts, verifying that all wiring is clear of moving parts and properly secured, installing all pluggables, connecting all cables, Verify that all contract required documents are present, proper documentation is provided, and all equipment required by the contract is installed. 3. The assembly shall be done at the designated WSDOT facility in the presence of WSDOT personnel. 4. The supplier shall demonstrate that all of the functions required by this specification and the contract Plans and Special Provisions perform as intended. Demonstration shall include but not be limited to energizing the cabinet and verifying that all 8 phases, 4 pedestrian movements, 4 overlaps (as .required by the Contract Provisions) operate per Washington State Standard Specifications Section 9-29.13. The supplier shall place the controller in minimum recall with interval timing set at convenient value for testing purposes. Upon a satisfactory demonstration the controller assembly will then be accepted by WSDOT for testing. 5. If the assembly, and acceptance for testing is not complete within 5 working days of delivery, the Project Engineer may authorize the return of the assembly to the supplier, with collect freight charges to the supplier. 6. The Contractor will be notified when the testing is complete, and where the assembly is to be picked -up for delivery to the project. 7. The supplier has 5 working days to repair or replace any components that fail during the testing process at no cost to the Contracting Agency. A failure shall be defined as a component that no longer functions as intended under the conditions required or does not meet the requirements of the Contract Specifications and is at the soul discretion of WSDOT. 8. Any part or component of the controller assembly, including the cabinet that is rejected shall not be submitted for use by WSDOT or any City or County in the State of Washington. 9-29.13(6) Radio Interference Suppressers In the first paragraph, the second sentence is revised to read: 79 Interference suppressers shall be of a design which will minimize interference in both broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50 decibels over a frequency range of 200 kilohertz to 75 megahertz when used in connection with normal installations 9-29.13(7) Traffic -Actuated Controllers In the first paragraph, item 3 is revised to read: 3. A minimum of four overlaps. 9-29.13(7)8 Auxiliary Equipment for NEMA Controllers Under the first paragraph, item 2 is supplemented with the following: The controller cabinet shall have all cabinet wiring installed for eight vehicle phases, four pedestrian phases, four emergency pre-empts, four overlaps (OL A, B, C, D). Under the first paragraph, item 7 is revised to read: 7. A "Display Panel" when noted in the contract. The display panel shall depict a generic eight -phase operation. The panel shall be mounted on the inside of the front cabinet door and the mounting shall be of a design that allows positioning of the panel in four orientations 90 degrees from each other. The mounting shall be removable without use of any tools. Incandescent red, yellow, green, walk and don't walk indicator lights shall be provided for each phase. The indicator lights shall be connected to the associated field terminals. The connecting cable shall be long enough to allow for any mounting orientation. No diodes will be allowed in the display panel. A means of disconnecting all wiring entering the panel shall be provided. Switches shall be provided on the panel with labels and functions as follows: a. Display On — Signal indicator lamps will display the operation of the intersection. b. Test — All indicator lamps shall be energized. c. Display Off — all signal indicator lamps shall be de -energized. A "Detector Panel", as specified in Standard Specification Section 9-29.12(7)D, shall be installed. The panel shall be mounted on the inside of the front cabinet door. The detector panel shall be constructed as a single unit. Detector switches with separate operate,. test, and off positions shall be provided for each field detector input circuit. A high intensity light emitting diode (LED) shall be provided for each switch. The lamp shall energize upon vehicle, pedestrian or test switch actuation. The test switch shall provide a spring loaded momentary contact that will place a call into the controller. When in the OFF position, respective detector circuits will be disconnected. In the operate position, each respective detector circuit shall operate normally. Switches shall be provided on the panel with labels and functions as follows: a. Display On — Detector indicator lights shall operate consistent with their respective switches. b. Display Off — detector indicator lights shall be de -energized. A means of disconnecting all wiring entering the panel shall be provided The disconnect shall include a means to jumper detection calls when the display panel is disconnected. All switches on the panel shall be marked with its associated plan detector number. All markers shall be permanent. 80 9-29.13(7)0 NEMA Controller Cabinets This section is revised to read: Each traffic -actuated NEMA controller shall be housed in a weatherproof cabinet conforming to the following requirements: 1. Construction shall be of 0.073 -inch minimum- thickness series 300 stainless steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The stainless steel shall be annealed or one -quarter -hardness complying with ASTM A666 stainless steel sheet. Cabinets may be finished inside with an approved finish coat of exterior white enamel. If no other coating is specified in the Contract Provisions the exterior of all cabinets shall be bare metal. All controller cabinets shall be furnished with front and rear doors. 2. The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, or rotating or relocating one device to remove another. A 24 slot rack or racks shall be installed. The rack(s) shall be wired for 2 channel loop detectors and as follows. Slots 1 & 2 phase 1 loop detectors. Slots 3, 4, & 5 phase 2 loop detectors. Slots 6 & 7 phase 3 loop detectors. Slots 8, 9, & 10 phase 4 loop detectors. Slots 11 & 12 phase 5 loop deterctors. Slots 13, 14, & 15 phase 6 loop detectors. Slots 16 & 17 phase 7 loop detectors. Slots 18, 19 & 20 phase 8 loop detectors. Slot 21 upper phase 1 loop detector. Slot 21 lower phase 5 detector. Slot 22 wired for a 2 channel discriminator channels A, C. Slot 23 wired for a 2 channel discriminator, channels B, D. Slot 24 wired for a 4 channel discriminator, wired for channel A, B, C, D. All loop detector slots shall be wired for presence/ pulse detection/ extension. If an external power supply is required in order for the entire racks(s) to be powered it shall be installed. All rack(s) slots shall be labeled with engraved identification strips. 3. Additional detection utilizing the "D" connector shall be installed in accordance with the contract. The cabinet shall be of adequate size to properly house the controller and all required appurtenances and auxiliary equipment in an upright position with a clearance of at least 3 inches from the vent fan and filter to allow for proper air flow. In no case shall more than 70 percent of the cabinet volume be used. There shall be at least a 2 -inch clearance between shelf mounted equipment and the cabinet wall or equipment mounted on the cabinet wall. 4. The cabinet shall have an air intake vent on the lower half of the front door, with a 12 inch by 16 inch by 1 inch removable throw away filter, secured in place with a spring-loaded framework. 5. The cabinet door(s) shall be provided with: a. Spring loaded construction core locks capable of accepting a Best type CX series six segment (core installed by others) shall be installed in each door with the exception of the police panel door. Cabinet doors shall each have a three point latch system. b. A police panel assembly shall be installed in the front door and shall have a stainless steel hinge pin and a police panel lock. Two police keys with shafts a minimum of 1 3/4 inches long shall be provided with each cabinet. c. All doors and police panel door shall have one piece closed cell, neoprene gaskets. 81 d. A two position doorstop assembly. Front and rear interior light control switches. 1 1 9-29.13(7)E Type 170E, 170E -HC -11, 2070, 2070 Lite, ATC Controller Cabinets This section is revised to read: The above controllers shall be housed in a Models 332, Double 332, 336, 336S, 303 ITS/ATC cabinets, or as specified in the contract. Each door shall be furnished with a construction core lock conforming to Standard Specifications 9-29.13 (7)D 5a, b and c above. A police panel with door, stainless steel hinge pin and lock shall be provided. Two police keys with shafts a minimum of 1 3/4" long shall be provided with each cabinet. Each of these cabinets shall be furnished with auxiliary equipment described in Standard Specification 9-29.13(7)C. Type 334 cabinets for traffic data station controller furnished shall meet current Caltrans 170E specifications, as stated in Standard Specification 9- 29.13(7) and as follows. Camera control and DMS local control cabinets shall contain the equipment shown in the •Plans. The cabinet shall have the same external physical dimensions and appearance of Model 334 cabinets. 1. The cabinet shall be fabricated of stainless steel or sheet aluminum in accordance with Section 9-29.13(7)D, Item number 1. Painted steel, painted or anodized aluminum is not allowed. 2. Cabinet doors shall have a three-point latch and two -position stop assembly with spring loaded construction core lock capable of accepting a Best lock company type, with 6 -pin CX series core. The Contractor shall supply construction cores. Upon contract completion, the Contractor shall deliver two master keys to the Engineer. 3. Field wire terminals shall be labeled in accordance with the Field Wiring Chart. 4. A shatterproof fluorescent interior cabinet lights with self-starting ballast shall be furnished, one fixture mounted on the rear rack near the top and the second mounted at the top of the front rack. Door switches shall automatically turn on both lights when either door is opened. 5. One controller unit shelf, which attaches to the front rails of the EIA rack, shall be provided in lieu of the two controller unit support angles. The shelf shall be fabricated from aluminum and shall be installed such that it does not interfere with access to any terminal block. The shelf shall contain a rollout flip -top drawer for storage of wiring diagrams and manuals. A disposable paper filter element of at least 180 square inches shall be provided in lieu of a metal filter. All traffic data and ramp meter cabinets shall include the following accessories: 1. Each cabinet shall be equipped with a fully operable controller equipped as specified in the Contract Provisions. 2. Two input files, except on Type 303 and 336 cabinet shall be supplied, each using 133 millimeters of rack height. 3. Power Distribution Assembly shall be PDA #3 as detailed in the January 1989 Caltrans 170 specification, with all current amendments. The PDA #3 shall contain three Model 200 Load Switches. 82 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A transient voltage protection device .shall be provided, which plugs into the controller unit receptacle and in turn accepts the controller plug and meets the electrical requirements of Section 9-29.13(7)6(3) item e. A second transfer relay, Model 430, shall be mounted on the rear of the PDA #3 and wired as shown in the Plans. 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be labeled POLICE CONTROL, ON-OFF. 5. Display Panel A. General Each cabinet shall be furnished with a display panel. The panel shall be mounted, showing and providing detection for inputs and specified controller outputs, at the top of the front rack above the controller unit. The display panel shall be fabricated from brushed aluminum and constructed according to the detail in the Plans. B. Text All text on the display panel shall be black in color and silk screened directly to the panel except the Phenolic detector and cabinet nameplates. A nameplate for each loop shall be engraved with a 1/4 inch nominal text according to the ITS Field Wiring Charts. The nameplates shall be permanently affixed to the display panel. C. LEDs The LEDs for the display panel shall meet the following specifications: Case size T 1-3/4 Viewing angle 50° minimum Brightness 8 Milli candelas LEDs with RED, YELLOW or GREEN as part of their labels shall be red, yellow or green in color. All other LEDs shall be red. All LEDs shall have tinted diffused lenses. D. Detector Display Control Switch Each display panel shall be equipped with one detector display control switch on the panel with labels and functions as follows: ON Detector display LEDs shall operate consistent with their separate switches. OFF All detector indicator LEDs shall be de -energized. Detector calls shall continue to reach the controller. TEST All detector indicator LEDs shall illuminate and no calls shall be placed to the controller. E. Advance Warning Sign Control Switch Each display panel shall be equipped with one advance warning sign control switch on the panel with labels and functions as follows: AUTOMATIC 83 Sign Relay shall energize upon ground true call from controller. SIGN OFF Sign Relay shall de -energize. SIGN ON Sign Relay shall energize. F. Sign Relay The sign relay shall be plugged into a socket installed on the rear of the display panel. The relay shall be wired as shown in the Plans. The relay coil shall draw (or sink) 50 milliamperes ± 10% from the 170E controller and have a DPDT contact rating not less than 10 amperes. A 1N4004 diode shall be placed across the relay coil to suppress voltage spikes. The anode terminal shall be connected to terminal #7 of the relay as labeled in the Plans. The relay shall energize when the METERING indicator LED is lit. G. Detector Input Indicators One display LED and one spring-loaded two -position SPST toggle switch shall be provided for each of the 40 detection inputs. These LEDs and switches shall function as follows: TEST When the switch is in the test position, a call shall be placed to the controller and energize the associated LED. The switch shall automatically return to the run position when it is released. RUN In the run position the LEDs shall illuminate for the duration of each call to the controller. H. Controller Output Indicators The display panel shall contain a series of output indicator LEDs mounted below the detection indicators. The layout shall be according to the detail in the Plans. These LEDs shall illuminate upon a ground true output from the controller via the C5 connector. The output indicator LEDs shall have resistors in series to drop the voltage from 24 volts DC to their rated voltage and limit current below their rated current. The anode connection of each LED to +24 VDC shall be wired through the resistor. I. Connectors Connection to the display panel shall be made by three connectors, one pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1 and P2 connectors shall be 50 -pin cannon D series, or equivalent 50 pin connectors and shall be compatible such that the two connectors can be connected directly to one another to bypass the input detection. Wiring for the P1, P2 and C5 connectors shall be as shown in the Plans. The Contractor shall install wire connectors P1, P2, C1 P, C2, C4, C5 and C6 according to the pin assignments shown in the Plans. 6. Model 204 Flasher Unit Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign flasher unit mounted on the right rear side panel. The flasher shall be powered from T1-2. The outputs from the flasher shall be wired to T1-5 and T1-6. 84 7. Fiber Optic Patch Panel The Contractor shall provide and install a rack -mounted fiber optic patch panel as identified in the Plans. Cabinet Wiring 1. Terminal blocks TB1 through TB9 shall be installed on the Input Panel. Layout and position assignment of the terminal blocks shall be as noted in the Plans. Terminals for field wiring in traffic data and/or ramp metering controller cabinet shall be labeled, numbered and connected in accordance with the following: Terminal Terminal and Connection Block Pos. Wire Numbers Identification TBS 501-502 AC Power, Neutral T1-2 641 Sign on T1-4 643 Sign off T1-5 644 Flasher Output NC T1-6 645 Flasher Output NO T4-1 631 Lane 3 - Red T4-2 632 Lane 3 - Yellow T4-3 633 Lane 3 - Green T4-4 621 Lane 2 - Red T4-5 622 Lane 2 - Yellow T4-6 623 Lane 2 - Green T4-7 611 Lane 1 - Red T4-8 612 Lane 1 - Yellow T4-9 613 Lane 1 - Green Loop lead-in cables shall be labeled and connected to cabinet terminals according to the ITS Field Wiring Chart. This chart will be provided by the Engineer within 20 days of the Contractor's request. 9-29.16(2)A Optical Units Under the first paragraph, number 4 (warranty) is deleted. 9-29.19 Pedestrian Push Buttons The third paragraph is deleted 9-29.21 Flashing Beacon This section is revised to read: Flashing beacons shall be installed as detailed in the Plans, as specified in the Special Provisions, and as described below: Controllers for flashing beacons shall be as specified in Section 9-29.15. Beacons shall consist of single section, 8 -inch or 12 -inch traffic signal heads, three or four-way adjustable, meeting all of the applicable requirements of Section 9-29.16. Displays (red or yellow) may be either LED type or incandescent. 12 inch yellow displays shall be dimmed 50% after dark. Mounting brackets, mountings, and installation shall meet all applicable requirements of Section 9-29.17. Lenses shall be either red or amber, glass or polycarbonate as noted in the Plans or as determined by the Engineer. 85 9-29.24 Service Cabinets Under the first paragraph, item F is revised to read: F. The minimum size of control circuit conductors used in service cabinets shall be No. 14 AWG stranded copper. All electrical contactors shall have the loadside terminals toward the front (door side) of the service cabinet. Under the first paragraph, the fourth sentence of item I is revised to read: No electrical devices shall be connected to the dead front panel. 9-29.25 Amplifier, Transformer, and Terminal Cabinets Under the first paragraph, the fourth sentence of item 3 is revised to read: The Contractor shall supply construction cores with two master keys. The keys shall be delivered to the Engineer. SECTION 9-32, MAILBOX SUPPORT August 2, 2004 9-32.2 Bracket, Platform and Anti -Twist Plate This section is revised to read: The bracket, platform, and anti -twist plate shall be 16 gage sheet steel, conforming to ASTM A 36. 9-32.4 Wood Posts' This section is revised to read: Wood posts shall meet the requirements of Section 9-28.14(1) or western red cedar. Section 9-32 is supplemented with the following: 9-32.8 Concrete Base The concrete in the concrete base shall meet or exceed the requirements of Section 6- 02.3(2)B. 9-32.9 Steel pipe The requirements for commercially available, Schedule 40, galvanized steel pipe, elbows, and couplings shall be met for all parts not intended to be bent or welded. Welded and bent parts shall be galvanized after fabrication in accordance with AASHTO M 111. 9-32.10 U -Channel Post U -channel posts shall meet the requirements of ASTM A 29, weigh a minimum of 3 pounds per linear foot; and shall be galvanized according to AASHTO M 111. 86 SECTION 9-33, CONSTRUCTION GEOTEXTILE August 1, 2005 This section including title is revised to read: SECTION 9-33, CONSTRUCTION GEOSYNTHETIC April 5, 2004 9-33.1 Geosynthetic Material Requirements The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and prefabricated drainage mats. Geotextiles, including geotextiles attached to prefabricated drainage core to form a prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns formed into a stable network such that the fibers or yarns retain their position relative to each other during handling, placement, and design service life. At least 95 percent by weight of the material shall be polyolefins or polyesters. The material shall be free from defects or tears. The geotextile shall also be free of any treatment or coating which might adversely alter its hydraulic or physical properties after installation. Geogrids shall consist of a regular network of integrally connected polymer tensile elements with an aperture geometry sufficient to permit mechanical interlock with the surrounding backfill. The long chain polymers in the geogrid tensile elements, not including coatings, shall consist of at least 95 percent by mass of the material of polyolefins or polyesters. The material shall be free of defects, cuts, and tears. Prefabricated drainage core shall consist of a three dimensional polymeric material with a structure that permits flow along the core laterally, and which ' provides support to the geotextiles attached to it. The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in Section 9-33.2, and •additional tables as required in the Standard Plans and Special Provisions for each use specified in the Plans. Specifically, the geosynthetic uses included in this section and their associated tables of properties are as follows: Geotextile Application Underground Drainage, Low Survivability, Classes A, B, and C Applicable Property Tables Tables 1 and 2 Underground Drainage, Moderate Survivability, Classes A, B, and C Tables 1 and 2 Separation Table 3 Soil Stabilization Table 3 Permanent Erosion Control, Moderate Survivability, Classes A, B, and C Tables 4 and 5 Permanent Erosion Control, High Survivability Classes A, B, and C Tables 4 and 5 Ditch Lining Table 4 Temporary Silt Fence Table 6 Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans 87 Temporary Geosynthetic Retaining Wall Prefabricated Drainage Mat Table 10 will be included in the Special Provisions. Tables 7 and 10 Table 8 Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the properties specified in the Standard Plans for permanent walls, and Table 10 for temporary walls. For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material placed at the wall face to retain the backfill material as shown in the Plans shall conform to the properties for Construction Geotextile for Underground Drainage, Moderate Survivability, Class A. Thread used for sewing geotextiles shall consist of high strength polypropylene, polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of temporary or permanent geosynthetic retaining walls, shall also be resistant to ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile itself. 9-33.2 Geosynthetic Properties 9-33.2(1) Geotextile Properties Table 1: Geotextile for underground drainage strength properties for survivability. Geotextile Property Grab Tensile Strength, min. in machine and x -machine direction Grab Failure Strain, in machine and x -machine direction Seam Breaking Strength Puncture Resistance Tear Strength, min. in machine and x -machine direction Ultraviolet (UV) Rediation stability Test Method 2 ASTM D4632 ASTM D4632 ASTM D46323 ASTM D4833 ASTM D4533 ASTM D4355 Geotextile Property Requirements' Low Moderate Survivability Survivability Woven/Nonwoven Woven/Nonwovan 180 lbs./115 lbs. min. 250 lbs./160 lbs. min. <50%/>50% <50%/>50% 160 lbs./100 lbs. min. 67 lbs./40 lbs. min. 67 lbs/40 lbs. min. 88 50% strength retained min., after 500 hrs. in weatherometer 220 lbs./140 lbs. min. 80 lbs./50 lbs. min. 80 lbs./50 lbs. min. 50% strength retained min., after 500 hrs. in weatherometer Table 2: Geotextile for underground drainage filtration properties. Geotextile Property Requirements' Geotextile Property Test Method2 Class A Class B Class C AOS ASTM D4751 .43 mm max. .25 mm max. .18 mm max. Water Permittivity ASTM D4491 (#40 sieve) .5 sec' min. Table 3: Geotextile for separation or soil stabilization. Geotextile Property AOS Water Permittivity Grab Tensile Strength, min. in machine and x -machine direction Grab Failure Strain, in machine and x -machine direction Seam Breaking Strength Puncture Resistance Tear Strength, min. in machine and x -machine direction Test Method 2 ASTM D4751 ASTM D4491 ASTM D4632 ASTM D4632 ASTM D46322 (#60 sieve) (#80 sieve) .4 sec' min. .3 sec' min. Geotextile Property Requirements' Separation Soil Stabilization Woven/Nonwoven Woven/Nonwovan .60 mm max. .43 mm max. (#30 sieve) (#40 sieve) .02 sec' min. .10 sec"' min. 250 lbs./160 lbs. min. 315 lbs./200 lbs. min. <50%/>50% <50%/>50% 220 lbs./140 lbs. min. 270 lbs./180 lbs. min. ASTM D4833 80 lbs./50 lbs. min. 112 lbs./79 lbs. min. ASTM D4533 80 lbs/50 lbs. min. 112 lbs./79 lbs. min. Ultraviolet (UV) ASTM D4355 Rediation stability 50% strength retained min., after 500 hrs. in weatherometer Table 4: Geotextile for permanent erosion control and ditch lining. Geotextile Property Requirements' Permanent Erosion Control Ditch Lining Moderate High Servicability Servicability Test Method 2 Woven/Nonwoven Woven/Nonwovan Woven/Nonwovan ASTM D4751 See Table 5 See Table 5 .60 mm max (#30 Geotextile Property AOS sieve) 50% strength retained min., after 500 hrs. in weatherometer Water Permittivity ASTM D4491 See Table 5 See Table 5 .02 sec"' min. Grab Tensile Strength, lbs. min. 250 lbs./160 lbs min. min. in machine and x -machine direction ASTM D4632 250 lbs./160 lbs. min. 315 lbs./200 Grab Failure Strain, inASTM D4632 15%-50%/>50% 15%-50%/>50% <50%/>50% machine and x -machine 89 direction Seam Breaking Strength ASTM D46322 220 lbs./140 lbs. min. lbs. min. 220 lbs./140 lbs. min. Burst Strength ASTM D3785400 pse/190 psi min.500 psi/320 psi min. Puncture Resistance ASTM D4833 80 lbs./50 lbs. min. 112 lbs./79 lbs. min. min. Tear Strength, min. in ASTM D4533 80 lbs/50 lbs. min. 112 lbs./79 lbs. min. min. machine and x -machine direction Ultraviolet (UV) Rediation stability Table 5: ASTM D4355 70% strength retained min., after 500 hrs. in weatherometer 70% strength retained min., after 500 hrs. in weatherometer Filtration properties for geotextile for permanent erosion control. Geotextile Property AOS Water. Permittivity Test Method2 ASTM D4751 ASTM D4491 Table 6: Geotextile for temporary silt fence. Geotextile Property AOS Water Permittivity Grab Tensile Strength, min. in machine and x -machine direction Grab Failure Strain, in machine and x -machine direction Ultraviolet (UV) Rediation stability Test Method 2 ASTM D4751 ASTM D4491 ASTM D4632 ASTM D4632 ASTM D4355 270 lbs./180 80 lbs./50 lbs. 80 lbs./50 lbs. 70% strength retained min., after 500 hrs. in weatherometer Geotextile Property Requirements' Class A Class B Class C .43 mm max. .25 mm max. .22 mm max. (#40 sieve) (#60 sieve) (#70 sieve) .7 sec -1 min. .4 sec' min. .2 sec -1 min. Geotextile Property Requirements' Supported Between Unsupported Posts with Wire or Between Posts Polymeric Mesh .60 mm max. for slit .60 mm max. for slit film wovens film wovens (#30 sieve) (#30 sieve) .30 mm max. for all .30 mm max. for all other geotextile other geotextile types (#50 sieve) types (#50 sieve) .15 mm min. .15 mm min. (#100 sieve) (#100 sieve) .02 sec' min. .02 sec' min. 180,Ibs. min. in machine direction, 100 lbs. min. in x -machine direction 30% max. at 180 lbs. or more 90 70% strength retained min., 100 lbs. min. 70% strength retained min., after 500 hrs. in after 500 hrs. in weatherometer weatherometer 'All geotextile properties in Tables 1 through 6 are minimum average roll values (i.e., the test result for any sampled roll in a lot shall meet or exceed the values shown in the table). 2The test procedures used are essentially in conformance with the most recently approved ASTM geotextile test procedures, except for geotextile sampling and specimen conditioning, which are in accordance with WSDOT Test Methods 914 and 915, respectively. Copies of these test methods are available at the State Materials Laboratory in Tumwater. 3With seam located in the center of 8 -inch long specimen oriented parallel to grip faces. 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes All geotextile properties provided in Table 7 are minimum average roll values. The average test results for any sampled roll in a lot shall meet or exceed the values shown in the table. The test procedures specified in the Table are in conformance with the most recently approved ASTM geotextile test procedures, except for geotextile sampling and specimen conditioning, which are in accordance with WSDOT Test Methods 914 and 915, respectively. Table 7: Minimum properties required for geotextile reinforcement used in geosynthetic reinforced slopes and retaining walls. Geotextile Property Water Permittivity AOS Grab Tensile Strength, min. in machine and x -machine direction Grab Failure Strain, in machine and x -machine direction Seam Breaking Strengthl Puncture Resistance Tear Strength, min. in machine and x -machine direction Ultraviolet (UV) Radiation Stability Test Method ASTM D4491 ASTM D4751 ASTM D4632 ASTM D4632 ASTM D4632 ASTM D4833 ASTM D4533 ASTM D4355 1Applies only to seams perpendicular to the wall face. 91 Geotextile Property Requirements Woven/Nonwoven .02 sec. -1 min. .84 mm max. (No. 20 Sieve) 200 lbs/120 lbs min. <50%/>50% 160 lbs/100 lbs min. 63 lbs/50 lbs min. 63 lbs/50 lbs min. 70% (for polypropylene and polyethyelene) and 50% (for polyester) Strength Retained min., after 500 Hr. in weatherometer The ultraviolet (UV) radiation stability, ASTM D4355, shall be a minimum of 70% strength retained after 500 hours in the weatherometer for polypropylene and polyethylene geogrids and geotextiles, and 50% strength retained after 500 hours in the weatherometer for polyester geogrids and geotextiles. 9-33.2(3) Prefabricated Drainage Mat Prefabricated drainage mat shall have a single or double dimpled polymeric core with a geotextile attached and shall meet the following requirements: Table 8: Minimum properties required for prefabricated drainage mats. Property Test Method Prefabricated Drainage Material/Geotextile Property Requirements Width Thickness Compressive Strength at Yield In Plan Flow Rate Gradient = 0.1, Pressure = 5.5 psi ASTM D 5199 12 inches min. 0.4 inches min. ASTM D 1621 100 psi min. ASTM D 4716 5.0 gal. /min./ft. Gradient = 1.0, Pressure = 14.5 psi 15.0 gal. /min./ft. Geotextile - AOS ASTM D 4751 #60 US Sieve max. Geotextile - Permittivity ASTM D 4491 > 0.4 SEC -1 Geotextile - Grab Strength ASTM D 4632 Nonwoven - 110 Ib. min. Prefabricated drainage mats will be accepted based on the manufacturer's certificate of compliance that the material furnished conforms to these specifications. The Contractor shall submit the manufacturer's certificate of compliance to the Engineer in accordance with Section 1-06.3. 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile Aggregate cushion for permanent erosion control geotextile, Class A shall meet the requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2). 9-33.4 Geosynthetic Approval and Acceptance 9-33.4(1) Source Approval The Contractor shall submit to the Engineer the following information regarding each geosynthetic proposed for use: Manufacturer's name and current address, Full product name, Geotextile structure, including fiber/yarn type, Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining walls), and Proposed geotextile use(s). 92 If the geosynthetic source has not been previously evaluated, or is not listed in the current WSDOT Qualified Products List (QPL), a sample of each proposed geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for evaluation. After the sample and required information for each geosynthetic type have arrived at the State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. Source approval will be based on conformance to the applicable values from Tables 1 through 8 in Section 9-33.2 and additional tables as specified in the Special Provisions. Source approval shall not be the basis of acceptance of specific lots of material unless the lot sampled can be dearly identified and the number of samples tested and approved meet the requirements of WSDOT Test Method 914. Geogrid and geotextile products that are qualified for use in permanent geosynthetic retaining walls and reinforced slopes (Classes 1, 2, or both) are listed in the current WSDOT QPL. For geogrid and geotextile products proposed for use in permanent geosynthetic retaining walls or reinforced slopes that are not listed in the current QPL, the Contractor shall submit test information and the calculations used in the determination of Tai performed in accordance with WSDOT Standard Practice T925 to the State Materials Laboratory in Tumwater for evaluation. The Contracting Agency will require up to 30 calendar days after receipt of the information to complete the evaluation. 9-33.4(3) Acceptance Samples Samples will be randomly taken by the Engineer at the job site to confirm that the geosynthetic meets the property values specified. Approval will be based on testing of samples from each lot. A "lot" shall be defined for the purposes of this specification as all geosynthetic rolls within the consignment (i.e., all rolls sent the project site) that were produced by the same manufacturer during a continuous period of production at the same manufacturing plant and have the same product name. After the samples have arrived at the State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. If the results of the testing show that a geosynthetic lot, as defined, does not meet the properties required for the specified use as indicated in Tables 1 through 8 in Section 9-33.2, and additional tables as specified in the Special Provisions, the roll or rolls which were sampled will be rejected. Geogrids and geotextiles for temporary geosynthetic retaining walls shall meet the requirements of Table 7, and Table 10 in the Special Provisions. Geogrids and geotextiles for permanent geosynthetic retaining wall shall meet the requirements of Table 7, and Table 9 in the Special Provisions, and both geotextile and geogrid acceptance testing shall meet the required ultimate tensile strength To as provided in the current QPL for the selected product(s). If the selected product(s) are not listed in the current QPL, the result of the testing for To shall be greater than or equal to Tuft as determined from the product data submitted and approved by the State Materials Laboratory during source approval. Two additional rolls for each roll tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the required properties, the entire lot will be rejected. If the test results from all the rolls retested meet the required properties, the entire lot minus the roll(s) that failed will be accepted. All geosynthetic that has defects, deterioration, or damage, as determined by the Engineer, will also be rejected. All rejected geosynthetic shall be replaced at no additional expense to the Contracting Agency 9-33.4(4) Acceptance by Certificate of Compliance When the quantities of geosynthetic proposed for use in each geosynthetic application are less than or equal to the following amounts, acceptance shall be by Manufacturer's Certificate of Compliance: 93 Application Geotextile Quantity Underground Drainage 600 sq. yards Soil Stabilization and Separation 1,800 sq. yards Permanent Erosion Control 1,200 sq. yards Temporary Silt Fence All quantities Temp. or Perm. Geosynthetic Retaining Wall Not required Prefabricated Drainage Mat All quantities The Manufacturer's Certificate of Compliance shall include the following information about each geosynthetic roll to be used: Manufacturer's name and current address, Full product name, Geosynthetic structure, including fiber/yarn type, Polymer type (for all temporary and permanent geosynthetic retaining walls only), - Geosynthetic roll number, Proposed geosynthetic use(s), and Certified test results. 9-33.4(5) Approval of Seams If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of sewn seam which can be sampled by the Engineer before the geotextile is installed. The seam sewn for sampling shall be sewn using the same equipment and procedures as will be used to sew the production seams. If production seams will be sewn in both the machine and cross -machine directions, the Contractor must provide sewn seams for sampling which are oriented in both the machine and cross -machine directions. The seams sewn for sampling must be at least 2 yards in length in each geotextile direction. If the seams are sewn in the factory, the Engineer will obtain samples of the factory seam at random from any of the rolls to be used. The seam assembly description shall be submitted by the Contractor to the Engineer and will be included with the seam sample obtained for testing. This description shall include the seam type, stitch type, sewing thread type(s), and stitch density. SECTION 9-34, PAVEMENT MARKING MATERIAL August 2, 2004 9-34.5 Temporary Pavement Marking Tape This section is supplemented with the following: Pavement marking masking tape shall conform to ASTM D 4592 Type 1 (removable), except that material shall be black, non-retroreflective and non -glaring. 94 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS August 1, 2005 Temporary traffic control materials in this section consist of various traffic communication, channelization and protection items described in Section 1-10 and listed below: Stop/Slow Paddles Construction Signs Wood Sign Posts Sequential Arrow Signs Portable Changeable Message Signs Barricades Traffic Safety Drums Barrier Drums Traffic Cones Tubular Markers Warning Lights and Flashers Truck -Mounted Attenuator The basis for acceptance of temporary traffic control devices and materials shall be visual inspection by the Engineer's representative. No sampling or testing will be done except that deemed necessary to support the visual inspection. Requests for Approval of Material and Qualified Products List submittals are not required. Certification for crashworthiness according to NCHRP 350 will be required as described in Section 1-10.2(3). "MUTCD," as used in this section, shall refer to the latest WSDOT adopted edition of the Manual on Uniform Traffic Control Devices for Streets and Highways. In the event of conflicts between the MUTCD and the contract provisions, then the provisions shall govern. 9-35.1 Stop/Slow Paddles Paddles shall conform to the requirements of the MUTCD, except that the minimum width shall be 24 inches. 9-35.2 Construction Signs Construction signs shall conform to the requirements of the MUTCD and shall meet the requirements of NCHRP Report 350 for Category 2 devices. Except as noted below, any sign/sign stand combination that satisfies these requirements will be acceptable. Where aluminum sheeting is used to fabricate signs, it shall have a minimum thickness of 0.080 inches and a maximum thickness of 0.125 inches. All orange background signs shall be fabricated with Type X reflective sheeting. All post -mounted signs with Type X sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts or nuts) and thereflective sheeting. Any fabric sign which otherwise meets the requirements of this sectionand was purchased prior to July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall have been fabricated with Type VI reflective sheeting. 9-35.3 Wood Sign Posts Use the charts below to determine post size for construction signs. One Post Installation Post Size 4x4 4x6 6x6 Min. Sign Sq. Ft. 17.0 21.0 Max. Sign Sq. Ft. 16.0 20.0 25.0 95 6x8 26.0 Two Post Installation (For signs 5 feet or greater in width) Post Size 4x4 4x6 6x6 6x8 Min. Sign Sq. Ft. 17.0 37.0 47.0 31.0 Max. Sign Sq. Ft. 16.0 36.0 46.0 75.0 * * The Engineer shall determine post size for signs greater than 75 square feet. Sign posts shall conform to the grades and usage listed below. Grades shall be determined by the current standards of the West Coast Lumber Inspection Bureau (WCLIB) or the Western Wood Products Association (WWPA). 4x4 4x6 6 x 6, 6 x 8, 8 x 10 6 x 10, 6 x 12 Construction grade (Light Framing, Section 122-b WCLIB) or (Section 40.11 WWPA) No. 1 and better, grade (Structural Joists and Planks, Section 123-b WCLIB) or (Section 62.11 WWPA) No. 1 and better, grade (Posts and Timbers, Section 131-b WCLIB) or (Section 80.11 WWPA) No. 1 and better, grade (Beams and Stringers, Section 130-b WCLIB) or (Section 70.11 WWPA) 9-35.4 Sequential Arrow Signs Sequential Arrow Signs shall meet the requirements of the MUTCD supplemented with the following: Sequential arrow signs furnished for stationary lane closures on this project shall be Type C. The color of the light emitted shall be yellow. , The dimming feature shall be automatic, reacting to changes in light without a requirement for manual adjustment. 9-35.5 Portable Changeable Message Signs Portable Changeable Message Signs (PCMS) shall meet the requirements of the MUTCD and the following: The PCMS shall employ one of the following technologies: 1. Fiber optic/shutter 2. Light emitting diode 3. Light emitting diode/shutter 4. Flip disk Regardless of the technology, the PCMS shall meet the following general requirements: • Be light emitting and must not rely solely on reflected light. The emitted light shall be generated using fiber optic or LED technology. • Have a display consisting of individually controlled pixels no larger than 2 1/2 inch by 2 1/2 inch. If the display is composed of individual character modules, the space 96 between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix. • When activated, the pixels shall display a yellow or orange image. When not activated, the pixels shall display a flat black image that matches the background of the sign face. • Be capable of displaying alphanumeric characters that are a minimum of 18 inches in height. The width of alphanumeric characters shall be appropriate for the font. The PCMS shall be capable of displaying three lines of eight characters per line with a minimum of one pixel separation between each line. • The PCMS message, using 18 -inch characters, shall be legible by a person with 20/20 corrected vision from a distance of not less than 800 feet centered on an axis perpendicular to the sign face. • The sign display shall be covered by a stable, impact resistant polycarbonate face. The sign face shall be non -glare from all angles and shall not degrade due to exposure to ultraviolet light. • Be capable of simultaneously activating all pixels for the purpose of pixel diagnostics. Any sign that employs flip disk or shutter technology shall be programmable to activate the disks/shutters once a day to clean the electrical components. This feature shall not occur when the sign is displaying an active message. • The light source shall be energized only when the sign is displaying an active message. The PCMS panels and related equipment shall be permanently mounted on a trailer with all controls and power generating equipment. The PCMS shall be operated by a controller that provides the following functions: 1. Select any preprogrammed message by entering a code. 2. Sequence the display of at least five messages. 3. Blank the sign. 4. Program a new message, which may include animated arrows and chevrons. 5. Mirror the message currently being displayed or programmed. 9-35.6 Barricades Barricades shall conform to the requirements of the MUTCD supplemented by the further requirements of Standard Plan H-2. 9-35.7 Traffic Safety Drums Traffic safety drums shall conform to the requirements of the MUTCD and the following: The drums shall have the following additional physical characteristics: Material Fabricated from low-density polyethylene that meets the requirements of ASTM D 4976 and is UV stabilized. Overall Width 18 -inch minimum in the direction(s)of traffic flow. Shape Rectangular, hexagonal, circular, or flat -sided semi -circular. Color The base color of the drum shall be fade resistant safety orange. The traffic safety drums shall be designed to accommodate at least one portable light unit. The method of attachment shall ensure that the light does not separate from the drum upon impact. 97 Drums and light units shall meet the crashworthiness requirements of NCHRP 350 as described in Section 1-10.2(3). When recommended by the manufacturer, drums shall be treated to ensure proper adhesion of the reflective sheeting. 9-35.8 Barrier Drums Barrier drums shall be small traffic safety drums, manufactured specifically for traffic control purposes to straddle a concrete barrier and shall be fabricated from low-density polyethylene that meets the requirements of ASTM D 4976 and is UV stabilized. The barrier drums shall meet the following general specifications: Total height 22 in., ± 1 in. Cross-section hollow oval 10 in. X 14 in., ± 1 in. Formed support legs length 13 in., ± 1 in. Space between legs 6 1/4 in. min. (taper to fit conc. barrier) Weight 33 Ib. ± 4 Ib. with legs filled with sand. Color Fade resistant safety orange. Barrier drums shall have three 4 -inch reflective white stripes, (one complete and two partial). Stripes shall be fabricated from Type III or Type IV reflective sheeting. When recommended by the manufacturer, barrier drums shall be treated to ensure proper adhesion of the reflective sheeting. 9-35.9 Traffic Cones Cones shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. 9-35.10 Tubular Markers Tubular markers shall conform to the requirements of the MUTCD, except that the minimum height shall be 28 inches. Pavement -mounted tubular markers shall consist of a surface -mounted assembly which uses a separate base with a detachable tubular marker held in place by means of a locking device. 9-35.11 Warning Lights and Flashers Warning lights and flashers shall conform to the requirements of the MUTCD. 9-35.12 Truck -Mounted Attenuator The Truck -Mounted Attenuator (TMA) shall be selected from the approved units listed on the Qualified Products List. The TMA shall be mounted on a vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the unit complies with NCHRP 230 or 350 requirements. Units fabricated after 1998 must comply with NCHRP 350 requirements. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. 98 The TMA unit shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non -reflective black and reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. 99 SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2004 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision ( ) Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions' date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are commonly applicable statewide. Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region NW R Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are commonly applicable statewide. Project Specific Special Provisions normally appear only in the contract for which they were developed. The APWA Supplement to Division 1 (Division 1-99) of the 2004 Standard Specifications for Road, Bridge, and Municipal Construction will apply to this Contract. DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK This contract provides for the reconstruction, widening and realignment of 1.25 miles of a 2 -lane roadway into a 5 -lane wide arterial street. The work on Washington Avenue, from 72nd Avenue to 52nd Avenue includes the approximate quantities of: clearing and grubbing; 17,000 cubic yards of roadway excavation; 30,400 tons of CSBC; 1,700 tons of CSTC; 11,100 tons of ATB; 6,100 tons of Hot Mix Asphalt; 4,100 linear feet of 12" storm sewer pipe; 2,000 linear feet of 36" drainage retention perf. pipe; 7,200 linear feet of PVC sanitary sewer pipe; 800 square yards of planter block — in place; 13,200 linear feet of concrete traffic curb & gutter; 9,300 square yards of concrete sidewalk; illumination systems; and other miscellaneous items, all in accordance with the Contract Plans, Contract Provisions, and the Standard Specifications as prepared by the City Engineer of the City of Yakima. 101 1-02 BID PROCEDURES AND CONDITIONS 1-02.4 Examination Of Plans, Specifications And Site Of Work 1-02.4(1) General Section 1-02.4 is supplemented with the following: A pre-bid conference will be held in the Yakima City Hall CED Conference room, second floor, 129 N. 2nd Street, Yakima, WA at the time and date stated in the "Invitation to Bid." The conference will include project discussion, DBE Contractor participation, and the Affirmative Action Plan. 1-02.12 Public Opening Of Proposal Section 1-02.12 is supplemented with the following: Date Of Opening Bids Sealed bids are to be received at the following location prior to the time Specified: At the City Clerk's Office, City of Yakima, 129 N. 2nd Street, Yakima, WA 98903. The bid opening date for this project is listed in the "Invitation to Bid." Bids received will be publicly opened and read after 2:00 p.m. on this date. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.2 Award of Contract This section is supplemented with the following: Award of the contract will be to the lowest bidder of all three schedules combined. The City reserves the right to award any or all bid schedules to a single bidder. Some schedules may not be awarded due to budgetary constraints. 1-04 SCOPE OF WORK 1-04.11 Final Cleanup This section is supplemented with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is completed. 102 1-05 CONTROL OF WORK 1-05.4 Conformity With And Deviations From Plans And Stakes Section 1-05.4 is supplemented with the following: (*****) Contractor Surveying - Roadway Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10 -foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 103 8. Provide references for paving pins at 25 -foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: Slope stakes Subgrade grade stakes set 0.04 feet below grade Vertical Horizontal ±0.10 feet ±0.10 feet ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not�change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. 104 Contract work to be performed using contractor -provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan H-14. When stakes are needed that are not described in the Plans, then those stakes shall be marked as directed by the Engineer. Payment No additional payment will be made for Contractor Surveying — Roadway. Payment will be incidental to other items contained in the contract. (..*.,.) Licensed Surveyors The Contractor shall be responsible for locating legal survey markers such as GLO monuments or property corner monuments. The Contracting Agency will provide "rights of entry" as needed by the Contractor to perform the work. The Contractor shall brush out or clear and stake or mark the right-of-way lines as designated by the Engineer. Existing right of way documentation, existing base maps, existing horizontal and vertical controldescriptions, maps, plan sheets, aerial photographs and all other available material may be viewed by prospective bidders at the office of the Project Engineer. The Contractor shall perform all of the necessary calculations for the contracted survey work and shall provide copies of these calculations to the Contracting Agency. Electronic files of all survey data shall be provided and in a format acceptable to the Contracting Agency. All survey work performed by the Contractor shall conform to all applicable sections of the Revised Code of Washington and the Washington Administrative Code. The Contractor shall provide all traffic control, signing, and temporary traffic control devices in order to provide a safe work zone. Payment No additional payment will be made for Licensed Surveyors. Payment will be incidental to other items contained in the contract. 1-06 CONTROL OF MATERIAL Foreign Made Materials Section 1-06 is supplemented with the following: (March 13, 1995) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500.00 , whichever is greater. American-made material is defined as material having all manufacturing processes occur in the United States. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from 105 the original reduction from ore to the finished product constitutes a manufacturing process for iron. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented with the following: Trench Backfillinq Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. 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). 106 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. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes This section is supplemented with the follwing: ( ) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay State sales tax on portions of the project work and obligates the Contractor to collect State sales tax from the Contracting Agency on other portions of the project as follows: 1. The provisions of Section 1-07.2(2) apply to the following listed portions of the project: The sanitary sewer and all work included in Schedule B of the Bid Item Proposals: Washington Avenue Widening/Reconstruction. 2. The provisions of Section 1-07.2(1) apply to all of the remaining portions of the project. For bidding purposes the Contracting Agency has segregated the plan quantities which are affected by Section 1-07.2(1) from those quantities affected by Section 1-07.2(2). These approximate quantities are shown on the Summary of Quantities sheets; however, any tax payments shall be based on actual quantities used. 1-07.5 Environmental Regulations 1-07.5(4) Air Quality This section is supplemented with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574-1410. 1-07.6 Permits and Licenses This section is supplemented with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds 107 The Contractor shall have or obtain a valid City of Yakima Business License for the duration of this project. 1-07.9 Wages 1-07.9(1) General Section 1-07.9(1) is supplemented with the following: (October 6, 2003) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA030001. 1-07.11 Requirements For Nondiscrimination Section 1-07.11 is supplemented with the following: (March 6, 2000) Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Until further notice Minorities - by Standard Metropolitan Statistical Area (SMSA) Goal 6.9% Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA WA Benton; WA Franklin. Non -SMSA Counties WA Walla Walla. 5.4 3.6 Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. 108 Seattle, WA. SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR -WA 4.5 WA Clark. Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; 109 c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Pian is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Pian goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 110 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards 111 g. accessible to all employees at each location where construction work is performed. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas.of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 112 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor -union, contractor -community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 113 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (August 2, 2004) Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. The requirements of this contract are to encourage DBE participation, supply a bidder's list, and to report race neutral accomplishments quarterly as described in this special provision. No preference will be included in the evaluation of bids/proposals, no minimum level of DBE participation shall be required as a condition for receiving an award and bids/proposals will not be rejected or considered non-responsive on that basis. DBE Goals No DBE goals have been assigned as a part of this contract. Affirmative Efforts to Solicit DBE Participation DBE firms shall have equal opportunity to compete for and perform subcontracts which the Contractor enters into pursuant to this contract. Contractors are encouraged to: 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably designed to provide DBEs capable of performing the work with timely notice of such opportunities. All advertisements should include a provision encouraging participation by DBE firms and may be done through general advertisements (e.g. newspapers, journals, etc.) or by soliciting bids/proposals directly from DBEs. 2. Utilize the services of available minority community-based organizations, minority contractor groups, local minority assistance offices and organizations that provide assistance in the recruitment and placement of DBEs and other small businesses. In addition, the Office of Minority and Women's Business Enterprises has two DBE Supportive Services Offices available to assist you as follows: Seattle: (206) 553-7356 Tacoma: (253) 680-7393 3. Establish delivery schedules, where requirements of the contract allow, that encourage participation by DBEs and other small businesses. 4. Achieve attainment through joint ventures. In the absence of a mandatory goal, all DBE participation that is attained on this project will be considered as "race neutral" participation and will be reported as such. DBE Eligibility (for reporting purposes only) Selection of DBEs: DBEs utilized on the contract will be eligible to be counted as race neutral participation only if the firm is identified as a DBE on the current list of firms certified by the Office of Minority and Women's Business Enterprises (OMWBE), the DBE firm is certified in the corresponding NAICS code(s) for the type of work to be performed, and the DBE firm performs a commercially useful function. A list of firms certified by OMWBE, including the NAICS codes for which they are certified, is available from that office and on line through their website (www.omwbe.wa.gov/directory/directory.htm) or by telephone at (360) 704-1181. 114 Counting DBE Participation For Reporting Race Neutral Accomplishments When a DBE firm participates in a contract, only the value of the work actually performed by the DBE will be counted as race -neutral participation. 1. Count the entire amount of the portion of the contract that is performed by the DBEs own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract, including supplies purchased or equipment leased by the DBE (except supplies and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliate, unless the Prime Contractor is also a DBE). Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates will not be counted as race - neutral participation. In very rare situations, a DBE firm may utilize equipment and/or personnel from a non -DBE firm other than the Prime Contractor or its affiliates. Should this situation arise, the arrangement must be short-term and have prior written approval from the Contracting Agency. The arrangement must not erode a DBE firm's ability to perform a Commercially Useful Function (See discussion of CUF, below). 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted as race neutral participation only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE Subcontracts to a non -DBE firm does not count as race neutral participation. 4. When a non -DBE subcontractor further subcontracts to a lower -tier subcontractor or supplier who is a certified DBE, then that portion of the work further subcontracted may be counted toward the DBE goal, so long as it is a distinct clearly defined portion of the work of the subcontract that the DBE is performing with its own forces in a commercially useful function. DBE Prime Contractor A DBE prime Contractor may only count the work performed with its own forces and the work performed by DBE Subcontractors and DBE suppliers. Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces will count as race neutral participation. Commercially Useful Function Payments to a DBE firm will count as race neutral participation only if the DBE is performing a commercially useful function on the contract. 1. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. 115 2 A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is listed on a particular contract. 2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the contract. 3. The DBE receives credit only for the total value of the transportation services it provides on the contract using trucks it owns or leases, insures, and operates with drivers it employs. 4. For purposes of this paragraph a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 5. The DBE may lease trucks from another DBE firm, including an owner - operator who is certified as a DBE. The DBE who leases trucks from another DBE may report race -neutral participation for the total value of the transportation services the lessee DBE provides on the contract. 6. The DBE may also lease trucks from a non -DBE firm and may enter an agreement with an owner -operator who is a non -DBE. The DBE who leases trucks from a non -DBE or employs a non -DBE owner -operator is entitled to count race -neutral participation only for the fee or commission it receives as a result of the lease arrangement. The DBE may not count the total value of the transportation services provided by the lessee, since these services are not provided by a DBE. 7. In any lease or owner -operator situation, as described in paragraphs 5 & 6 above, the following rules shall apply: • The DBE is limited to leasing or renting two additional trucks for each truck owned by the DBE trucking firm. The total number of leased or rented trucks shall include owner -operator arrangements. • A written lease/rental agreement on all trucks leased or rented, showing the true ownership and the terms of the rental must be submitted and approved by the Contracting Agency prior to the beginning of the work. The agreement must show the lessor's name, trucks to be leased, and agreed upon amount or method of payment (hour, ton, or per load). All lease agreements shall be for a long-term relationship, rather than for the individual project. Does not apply to owner -operator arrangements. • Only the vehicle, (not the operator) is leased or rented. Does not apply to owner -operator arrangements. 116 8. In order for payments to be counted as race -neutral participation, DBE trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior to performing their portion of the work. Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted toward race neutral participation as provided in the following: Manufacturer 1. Counting If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward race neutral participation. 2. Definition To be a manufacturer, the firm operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. 3. In order to receive credit as a DBE manufacturer, the firm must have received an "on-site" review and been approved by WSDOT-OEO to operate as a DBE Manufacturing firm. To schedule a review, the manufacturing firm must submit a written request to WSDOT/OEO and may not receive race neutral credit, until the completion of the review. Once a firm's manufacturing process has been approved in writing, it is not necessary to resubmit the firm for approval unless the manufacturing process has substantially changed. Information on approved manufacturers may be obtained from WSDOT- OEO. Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward race neutral participation. 2. Definition a) To be a regular dealer, the firm must own, operate or maintain a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. It must also be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a Tong -term lease agreement and not on an ad hoc or contract -by -contract basis. c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. 117 3. Regular dealer status is granted on a contract -by -contract basis. To obtain regular dealer status, a formal written request must be made by the interested supplier (potential regular dealer) to WSDOT/OEO. Included in the request shall be a full description of the project, type of business operated by the DBE, and the manner the DBE will operate as a regular dealer on the specific contract. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55.e.2. Once the request is reviewed by WSDOT-OEO, the DBE supplier requesting it will be notified in writing whether regular dealer status was approved. Materials or Supplies Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of materials or supplies required on a job site may be counted as race neutral participation. No part of the cost of the materials and supplies themselves may be applied as race neutral participation. Procedures Between Award and Execution After award of the contract, the successful bidder shall provide the additional information described below. A failure to comply shall result in the forfeiture of the bidder's proposal bond or deposit. A list of all firms who submitted a bid or quote in an attempt to participate in this project whether they were successful or not. Include the correct business name, federal employer identification number (optional) and a mailing address. The firms identified by the Contractor may be contacted to solicit general information as follows: 1. age of the firm 2. average of its gross annual receipts over the past three -years Procedures After Execution Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" (actual payments) on a quarterly basis for any calendar quarter in which DBE work is accomplished or upon completion of the project, as appropriate. The quarterly reports are due on January 20th, April 20th, July 20t, and October 20th of each year. The dollars reported will be in accordance with the "Counting DBE Participation For Reporting Race Neutral Participation" section of this specification. In the event that the payments to a DBE have been made by an entity other than the Prime Contractor (as in the case of a lower -tier subcontractor or supplier), then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency. Payment Compensation for all costs involved with complying with the conditions of this specification and any associated DBE requirements is included in payment for the associated contract items of work. 118 (March 13, 1995) 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. (February 5, 2001) 1-07.17 Utilities And Similar Facilities Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Qwest Charter Cable City of Yakima Water Division City of Yakima Wastewater Division Cascade Natural Gas Corporation Pacific Power Nob Hill Water Congdon Orchards, Inc. 8 W 2nd Ave, Room 304 Yakima, Washington 98902 509-575-7183 1005 N 16th Avenue Yakima, Washington 98902 2301 Fruitvale Blvd. Yakima, Washington 98902 2220 E. Viola, Yakima, Washington 98901 401 N 1st Street, Yakima, Washington 98901 PO Box 1729 Yakima, Washington 98907 6111 Tieton Dr. Yakima, Washington 98908 509-575-1697 509-575-6154 509-575-6077 509-457-5905 509-575-3146 509-966-0272 509-955-4440 ( ) The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1-800-553-4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be 119 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. 1-07.23 Public Convenience And Safety 1-07.23(1) Construction Under Traffic Section 1-07.23(1) is supplemented with the following: (April 5, 2004) The construction safety zone will be determined as follows: When the posted speed is 35 MPH or under, the safety zone will be 10 feet from the outside edge of traveled way or 2 feet beyond the outside edge of the sidewalk. When the posted speed is from 40 to 55 MPH the safety zone will be 15 feet from the outside edge of traveled way. When the posted speed is 60 MPH or over the safety zone will be 30 feet from the outside edge of traveled way. During nonworking hours equipment or materials shall not be within the safety zone unless it is protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the safety zone at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. 120 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1-08 PROSECUTION AND PROGRESS 1-08.1 Subcontracting Section 1-08.1 is supplemented with the following: (October 12, 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420-004). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. The Contractor shall use the Subcontractors List and Subcontractor Certification form included within these contract documents to comply with the specifications of this section. 1-08.3 Progress Schedule The first and second paragraphs of Section 1-08.3 are replaced 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. This section is supplemented with the following: The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on this weekly activity schedule, or in a sequence differing form the which he has shown on this schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 121 1-08.5 Time For Completion (March 13,1995) Section 1-08.5 is supplemented with the following: This project shall be physically completed in its entirety within ***120*** working days. 1-08.10 Termination of Contract 1-08.10(1) Termination for Default Revise the last sentence of the fifth paragraph of Section 1-08.10(1) as follows: Replace "State of Washington, Department of Transportation" with "Contracting Agency." 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 1-10.2(1) General (August 2, 2004) Section 1-10.2(1) is supplemented with the following: 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 1-10.4 Measurement (August 2, 2004) Section 1-10.4(2) is supplemented with the following: The bid proposal does not contain the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(2) shall apply. 122 1-99 APWA SUPPLEMENT 1-02 BID PROCEDURES AND CONDITIONS (APWA Only) 1-02.1 Qualifications of Bidder (APWA Only) This section is supplemented with the following: Pre -qualification is not required for this project. 1-07.18 Public Liability and Property Damage Insurance (APWA Only) 1-07.18(1) General Requirements (APWA Only) The seventh paragraph is revised as follows: Change "45 days" to "20 days." The eighth paragraph is revised by adding the following to the end of the first sentence: ", the City of Yakima, and Yakima County, their employees, agents, and elected or appointed officials." The tenth paragraph is revised to read as follows: The Contractor shall forward to the City the additional insured endorsement as requested in the Evidence of Insurance Section. 1-07.18(2) Coverages and Limits (APWA Only) This section is revised to read as follows: All coverage's combined single limit shall be $1,000,000 per occurrence. The commercial general liability policy will contain a "per Job Aggregate" Endorsement. If this endorsement is not provided, an additional $2,000,000 umbrella limit will be required over and above the $1,000,000 underlying. A commercial general liability deductible of $5,000 or less is acceptable. The contractor will be responsible for the payment of that deductible for any losses which occur. Higher retention or deductible limits may be acceptable on prior approval by the City. Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. 1-07.18(4) Evidence of Insurance (APWA Only) This section is revised to read as follows: The Contractor shall provide evidence of insurance by the following method. A completed ACORD form #25 (or equivalent) shall be submitted which conforms to the following requirements: 1. The ACORD form shall be accompanied by a completed Endorsement naming the City of Yakima, and Yakima County, their agents, employees, and elected or appointed officials as an additional insured and containing the insured's name and policy number, and shall be signed by a duly authorized agent. 123 2 The wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 20 days to the City of Yakima. 3. Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS: The City of Yakima, and Yakima County, their agents, employees, and elected or appointed officials are additional insured's for Washington Avenue Widening and Reconstruction, City Projects 1957 and 1958. 4. Contain the appropriate amount and types of coverages that are specified by the Contract. 124 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented with the following: (March 13, 1995) Clearing and grubbing on this project shall be performed within the following limits: From Station 10+00 to 74+00: Between the edge of the existing roadway and the new right of way line. 2-01.2 Disposal of Useable Material and Debris Revise the third paragraph as follows: Change the word "three" to "two." 2-01.2(1) Disposal Method No. 1 — Open Burning This section is deleted. 2-01.3(4) Roadside Cleanup This section is supplemented with the following: Any temporary fills that are constructed must be removed in their entirety and the affected areas returned to their preexisting elevation and condition. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description This section is supplemented with the following: This work shall consist of removing the existing median where detailed in the Plans. 2-02.3 Construction Requirements 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs This section is supplemented with the following: Where detailed in the Plans, the median curb and gutter, along with the adjoining six inches of asphalt shall be removed to a depth of one foot below the finished elevation of the existing asphalt concrete pavement. Where the median is to remain, approximately 6 inches of dirt and rock material is to be removed. There is approximately 1,300 linear feet of curb and gutter to be removed, approximately 650 square feet of asphalt concrete pavement approximately 4 inches thick to be removed, and approximately 400 cubic yards of surfacing material to be removed. These quantities are approximate. They are listed only for the convenience of the Contractor in determining the volume of work involved and are not guaranteed to be accurate. Prior to removal, the Contractor shall use a vertical saw cut to delineate the areas of pavement removal from those areas of pavement that is to remain. The materials removed shall become the property of the Contractor, and shall be removed and disposed of outside the project limits. 125 Damage done to any portion of the pavement that is scheduled to remain, due to the Contractor's operation, shall be repaired by the Contractor, to the Engineer's satisfaction, at no additional cost to the City. 2-02.4 Measurement This section is supplemented with the following: Saw Cut, Per Inch Depth will be measured by the linear foot per inch of depth. 2-02.5 Payment This section is supplemented with the following: Add the items: "Remove Existing Median", lump sum. The lump sum contract price for "Remove Existing Median", shall be full pay for all equipment and labor required to remove the existing median material and haul it off the project limits. "Saw Cut, Per Inch Depth", per linear foot. 2-07 WATERING 2-07.3 Construction Requirements Supplement this section with the following: The Contractor shall secure permission from and comply with all requirements of the water utility before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant us. Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2-07.4 Measurement This section is revised to read: 126 Water will be measured with the metered hydrant connection. 2-07.5 Payment This section is revised to read as follows: Water will be furnished by the water utility without charge, but the Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. 2-09 STRUCTURE EXCAVATION 2-09.4 Measurement The second paragraph, Horizontal Limits, is revised to read: The horizontal limits shall be as detailed in the Plans. The second sentence of the paragraph titled, Shoring or Extra Excavation, is revised to read: Shoring or Extra Excavation Class B will be measured by the linear foot. 2-09.5 Payment Revise the item: "Shoring or Extra Excavation Class B", per square foot To read: "Shoring or Extra Excavation Class B", per linear foot. Revise the two paragraphs immediately following the above item as follows: Replace "per square foot", wherever it appears, with "per linear foot". 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. 127 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5.04 HOT MIX ASPHALT (,*) Section 5-04 is revised in its entirety to read: 5-04.1 Description This work shall consist of providing and placing one or more layers of plant -mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. HMA Class A, Class B, Class D, Class F, and Class G are designated as leveling or wearing courses. HMA Class E is designated as a pavement base course. With the exception of HMA Class D, all mixtures are considered dense graded HMA. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti -Stripping Additive 9-02.4 Aggregates 5-04.3(8)A2 Blending Sand 9-03.8(4) Mineral Filler 9-03.8(5) The contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, blending sand, and mineral filler. The Contractor shall have the option of utilizing recycled asphalt pavement (RAP) in the amount up to 20 percent of total aggregate weight in combination with new aggregate in the production of HMA. The RAP may be from HMA removed under the contract, if any, or old HMA from an existing stockpile. Recycled materials shall not be used in HMA Class D. When aggregates or a source for the production of aggregates is provided by the Contracting Agency, the approximate percentage of asphalt binder required in the mixture for the particular class of pavement will be set forth in the special provisions. The percentage is based upon a midline gradation mix design for the source provided. The grade of asphalt binder shall be as required by the contract. Prior to the submittal of the mix design, the Contractor shall provide a written designation of the grade of PG asphalt binder to be used. The Contractor may propose the substitution of alternate grades of performance grade (PG) asphalt binder at no cost to the Contracting Agency. The proposal will be approved if the proposed alternate asphalt binder has an average 7 -day maximum pavement design temperature that is equal to or higher than the specified asphalt binder and has a minimum pavement design temperature that is equal to or lower than the specified asphalt binder. The substituted alternate grade of asphalt binder shall be used in all HMA contract items of the same class and originally specified grade of asphalt binder. Blending of asphalt binder from different sources is not permitted. 128 1 1 1 1 1 1 1 1 1 1 1 Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.3 Construction Requirements 5-04.3(1) HMA Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder. Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment. An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by inspectors. The plant shall also be equipped with an approved dial -scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3 Sampling and Testing of Mineral Materials. The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section1- 05.6 for crushing and screening operation. ' The contractor shall provide sufficient space as required for the setup and operation of the field testing facilities of the Contracting Agency. 1 1 1 1 1 1 1 5-04.3(2) Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions include (or are forecast to include) during the workshift precipitation or an air temperature less than 45°F, the canvas cover shall be securely attached to protect the HMA. In order to prevent the HMA mixture from adhering to the hauling equipment, truck beds are to be sprayed with an environmentally benign release agent. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating materials that contaminate or alter the characteristics of the HMA shall not be used. ' For hopper trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3) Hot Mix Asphalt Pavers HMA pavers shall be self-contained, power -propelled units, provided with an internally - heated vibratory screed or strike -off assembly and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. 129 The screed or strike -off assembly shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed or strike off assembly. Extensions without, augers, vibration and heated screeds shall not be used in the traveled way. When laying HMA, the paver shall be operated at a uniform forward speed consistent with the plant production rate and roller train capacity to result in a continuous operation. The auger speed and flight gate opening shall be adjusted to coordinate with the operation. The paver shall be equipped with automatic screed controls with sensors for either or both sides of the paver. The controls shall be capable of sensing grade from an outside reference line, sensing the transverse slope of the screed, and providing automatic signals that operate the screed to maintain the desired grade and transverse slope. The sensor shall be constructed so it will operate from a reference line or a mat referencing device. The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. The paver shall be equipped with automatic feeder controls, properly adjusted to maintain a uniform depth of material ahead of the screed. Manual operation of the screed will be permitted in the construction of irregularly shaped and minor areas. These areas include, but are not limited to, gore areas, road approaches, tapers and left -turn channelization. When specified in the contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the traveled way of each roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Project Engineer may suspend work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(4) Rollers Rollers shall be of the steel wheel, vibratory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer's recommendations. When ordered by the Project Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that 130 results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results will not be used. 5-04.3(5) Conditioning of Existing Surface When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. 5-04.3(5)A Preparation of Existing Surfaces Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA mix and the surface of the patched area shall be leveled and compacted thoroughly. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots. A heavy application of tack coat will be applied to all joints. For roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor's operation damages the tack coat it shall be repaired prior to placement of the HMA. Unless otherwise approved by the Engineer, the tack coat shall be CSS -1, CSS -1 h, or STE-1 emulsified asphalt. The CSS -1 and CSS -1h emulsified asphalt may be diluted with water at a rate not to exceed one part water to one part emulsified asphalt. The emulsified asphalt shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 5-04.3(5)B Preparation of Untreated Roadway When designated in the plans the existing roadway shall be prepared and the roadway primed as provided in Section 5-02.3(2)A, except that only one application of asphalt and one application of aggregate, which shall conform to aggregate for HMA Class B as listed in Section 5-04.3(8) or other granular materials approved by the Engineer, will be required. All other provisions of Section 5-02 pertaining to bituminous surface treatment Class A shall apply, except as hereinafter modified. The prime coat shall be applied over the full length of the project, and HMA shall not be placed until the prime coat has cured for 5 days unless otherwise approved by the Engineer. Should any holes, breaks, or irregularities develop in the roadway surface after the prime coat has been applied, they shall be patched with HMA, as described in Section 5-04.3(5)A, in advance of placing the HMA. The Contractor shall maintain the completed prime coat by blading or brooming with equipment and procedures approved by the Engineer, until the HMA pavement is placed. 131 After the maintenance, patching or repair work has been completed and immediately prior to placing the HMA, the surface of the prime coat shall be swept clean of all dirt, dust, or other foreign matter. When the prime coat application is not specified in the Special Provisions or shown in the Plans, the Contractor shall prepare the untreated roadway as described above and shall omit the prime coat treatment. The HMA shall be constructed on the prepared subgrade. In areas used as turnouts or which will receive heavy service, the Engineer may order a change in the grade to provide a greater depth of pavement. The Contractor shall prepare untreated shoulders and traffic islands by blading and compacting to provide a sound base for paving and shall omit the prime coat treatment. The HMA shall be constructed on the prepared subgrade. If the Contractor protects the completed untreated surfacing materials to the degree that the surface meets the requirements of Section 5-02.3(2)A at the time of construction of the prime coat or the construction of the pavement if the prime coat is not required, the Contractor will not be required to perform the work specified in Section 5-02.3(2)A but shall be compensated for the item of work preparation of untreated roadway. 5-04.3(5)C Crack Sealing When the proposal includes a pay item for crack sealing, all cracks and joints '4 -inch and greater in width shall be cleaned with a stiff -bristled broom and compressed air and then shall be filled completely with sand slurry. The sand slurry shall consist of approximately 20 percent CSS -1 emulsified asphalt, approximately 2 percent Portland cement, water (if required), and the remainder clean U.S. No. 4-0 paving sand. The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of 1-06 will not apply to the Portland cement and paving sand used in the Sand Slurry. 5-04.3(5)D Soil Residual Herbicide Where shown in the Plans, the Contractor shall apply one application of an approved soil residual herbicide. Paving shall begin within 24 hours after application of the herbicide. Any area that has not been paved within the time limit or that has been rained on, shall be treated again at the Contractor's expense. The herbicide shall be applied uniformly in accordance with the manufacturer's recommendations. The material to be used shall be registered with the Washington State Department of Agriculture for use under pavement. Before use, the Contractor shall receive approval of the material to be used and the proposed rate of application, from the Engineer. The following information shall be included in the request for approval of the material: Brand name of the material, manufacturer, Environmental Protection Agency (EPA) registration number, material safety data sheet, and proposed rate of application. 5-04.3(5)E Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as staked. 132 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The actual excavation depth may vary to a maximum depth of 1 -foot maximum, depending upon where stable foundation material is encountered, as determined by the Engineer. The minimum width of any pavement repair area shall be 3 feet unless shown otherwise in the Plans. All pavement repair areas shall be sawcut before removal, or shall be removed by a pavement grinder approved by the Engineer. Asphalt for tack coat shall be required as specified in Section 5-04.3(5)A, and shall be applied to all edges of existing pavement in the pavement repair area. The Contractor shall excavate only within one lane at a time. The areas shall be excavated, backfilled, and compacted within the same day's working shift, in accordance with the details shown in the Plans and to the satisfaction of the Engineer. Excavated materials will become the property of the Contractor for disposal off the right of way. The Contractor shall conduct the excavation operations in a manner that will protect the pavement areas not designated to be removed. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. Placement of the HMA backfill shall be accomplished in lifts. Each lift shall not exceed 0.35 foot compacted depth. Compaction shall be accomplished by mechanical tamper or a roller as approved by the Engineer. HMA for pavement repair shall be HMA Class A, B, E, or F at the Contractor's option, unless otherwise specified in the contract. 5-04.3(6) Heating of Asphalt Binder The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. 5-04.3(7) Preparation of Aggregates The aggregates shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate. The aggregates shall be removed from stockpile(s) in a manner to ensure a minimum of segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(7)A Mix Design The Contractor shall obtain representative samples from mineral aggregate stockpiles, and blend sand sources to be used for HMA production and submit them for development of a mix design. Sample submittal shall include asphalt binder grade and sources, production mix gradation and combining ratios of mineral aggregate stockpiles and blend sand that will be used in production. This will be the basis for the mix design and job mix formula. The Contractor shall allow 20 calendar days for this approval and design once the aforementioned information and material has been received. Additional time may be required if the proportions will not make an adequate design as determined by the Engineer, or if the Contractor requests more than one asphalt binder source approval. The Contractor is also advised that production of the HMA shall not commence until the job mix formula has been established. Adjustments to the job mix formula may be made per Basis of Acceptance. 133 The Contractor shall obtain the Engineer's approval prior to changing the source of asphalt binder during the production of HMA. Blending of different asphalt binder grades sources will not be permitted. 5-04.3(8) Mixing After the required amounts of mineral materials and asphalt binder have been introduced into the mixer the HMA shall be mixed until a complete and uniform coating of the particles and a thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the maximum temperature recommended by the asphalt binder manufacturer. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Project Engineer. Storing or holding of the HMA in approved storage facilities will be permitted during the daily operation but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. 5-04.3(8)A Acceptance Sampling and Testing -HMA Mixture 1. General. Acceptance of HMA shall be as provided under statistical evaluation, nonstatistical evaluation or commercial evaluation. Determination of statistical evaluation, nonstatistical evaluation or commercial evaluation shall be based on proposal quantities and shall consider the total of all bid items involving HMA of a specific class. Dense graded mixes (HMA Classes A, B, E, F, and G) will be evaluated for quality of gradation and asphalt binder content. Open graded mixes (HMA pavement Class D) will be evaluated for quality of gradation only, based on samples taken from the cold feed. Nonstatistical Evaluation will be used for HMA. Statistical Evaluation procedures will apply only to contracts that specify statistical evaluation in the contract Special Provisions. Statistical Evaluation will be administered under the provisions of Section 5- 04.5(1) for Quality Assurance Price Adjustments and evaluation of quality. Commercial Evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores and other nonstructural applications as approved by the Project Engineer. The contractor shall select a class of HMA appropriate for the required use. The Project Engineer will determine anti -strip requirements for the HMA. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The proposal quantity of HMA that is accepted by 134 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 commercial evaluation will be excluded from the quantities used in the determination of statistical and nonstatistical evaluation. 2 Aggregates. A. General Requirements. Aggregates for HMA shall be manufactured from ledge rock, talus, or gravel in accordance with Section 3-01. The material from which they are made shall meet the following test requirements: Los Angeles Wear, 500 Revs Degradation Factor, Wearing Course Degradation Factor, Other Courses 30% max 30 min 20 min It shall be uniform in quality, substantially free from wood, roots, bark, extraneous materials, and adherent coatings. The presence of a thin, firmly adhering film of weathered rock will not be considered as coating unless it exists on more than 50% of the surface area of any size between consecutive laboratory sieves. Aggregate removed from deposits contaminated with various types of wood waste shall be washed, processed, selected or otherwise treated to remove sufficient wood waste so that oven—dried material retained on a U.S. No. 4 sieve shall not contain more than 0.1% by weight of material with a specific gravity less than 1.0. B. Test Requirements. Aggregate for HMA shall meet the following test requirements: Fracture, by weight (See Note) Sand Equivalent Min. 45 45 --- 45 35 45 Class of HMA A BDEF G 1 2 3 4 4 2 1The fracture requirements are at least one fractured face on 90 percent of the material retained on each specification sieve size U.S. No. 10 and above, if that sieve retains more than 5 percent of the total sample. 2The fracture requirements are at least one fractured face on 75 percent of the material retained on each specification sieve size U.S. No. 10 and above, if that sieve retains more than 5 percent of the total sample. 3The fracture requirements are at least two fractured faces on 75 percent and at least one fractured face on 90 percent of the material retained on each specification sieve, U.S. No. 8 and above, if that sieve retains more than 5 percent of the total sample. 4The fracture requirements are at least one fractured face on 50 percent of the material retained on each specification sieve size U.S. No. 10 and above, if that sieve retains more than 5 percent of the total sample. When material is being produced and stockpiled for use on a specific contract or for a future contract, the fracture and sand equivalent requirements shall apply at the time of stockpiling. When material is used from a stockpile that has not been tested as provided above, the requirements for fracture and sand equivalents shall apply at the time of its introduction to the cold feed of the mixing plant. The properties of the aggregate in a preliminary mix design for HMA shall be such that, when it is combined within the limits set forth in Proportions of 135 Materials and mixed in the laboratory with the designated grade of asphalt binder, HMA mixtures with the following test values can be produced: Class of HMA A B D E F G Stabilometer Value Min. 37 35 35 35 35 Cohesiometer Value Min. 100 100 100 50 100 Percent Air Voids 2-4.5 2-4.5 2-4.5 2-4.5 2-4.5 Modified Lottman Stripping Test Pass Pass Pass Pass Pass Pass C. Gradation. The materials of which HMA is composed shall be of such sizes, gradings, and quantities that, when proportioned and mixed together, they will produce a well graded mixture within the requirements listed in the table which follows. The percentages of aggregate refers to completed dry mix, and includes mineral filler when used. Grading Requirements Class A Class D Class E Class F Class G Sieve Size and B Percent Passing 114 square 100 --- 1 square 90-100 --- 34 square 100 100 5 8 square 67-86 --- 12 square 90-100 100 60-80 80-100 100 3 8 square 75-90 97-100 --- 97-100 U.S. No. 4 46-66 30-50 34-56 38-70 50-78 U.S. No. 8 5-15 U.S. No. 10 30-42 25-40 30-50 32-53 U.S. No. 40 11-24 -- 10-23 --- 11-24 U.S. No. 200 3.0-7.0 2.0-5.0 2.0-9.0 2.0-8.0 3.0-7.0 5-04.(8)B Basis of Acceptance 1. HMA will be accepted based on its conformance to the project job mix formula (JMF). For the determination of a project JMF, the Contractor shall submit to the Engineer, representative samples of the various aggregates and blend sand to be used along with the gradation data showing the various aggregate stockpile averages and the proposed combining ratios and the average gradation of the completed mix. Based on this submittal from the Contractor, the Engineer will determine the asphalt binder content, anti -strip requirement, and ignition furnace correction factor in the mix design process. Using the representative samples submitted and proposed proportion of each, trial mix tests will be run to determine the percentage of asphalt binder, by weight, to be added. The JMF thus established shall be changed only upon order of the Engineer. The intermingling of HMA mixtures produced from more than one JMF is prohibited. Each strip of HMA pavement placed during a working shift shall conform to a single job mix formula established for the class of HMA specified unless there is a need to make an adjustment in the JMF. No HMA shall be produced for use on the project until the amount of asphalt binder and anti -strip additive to be added has been established. 2. Job Mix Formula — Statistical Acceptance 136 The average gradation of the completed HMA mix submitted by the Contractor in the mix design proposal, as required in Gradation and the resulting Mix Design Recommendations, shall be the JMF. Any change or adjustment of percentages in any constituent of the JMF creates a new JMF 3. Job Mix Formula Tolerances and Adjustments A. Tolerances — Statistical Acceptance. After the JMF is determined, the several constituents of the mixture at the time of acceptance shall conform to the following tolerances: Constituent of Mixture Aggregate passing 1", 3/4", 5/8", 1/2", and 3/8" sieves Proportions of Materials Aggregate passing No. 4 sieve Aggregate passing No. 10 sieve Aggregate passing No. 40 sieve Aggregate passing No. 200 sieve Asphalt cement Tolerance Limits The tolerance limit for each mix constituent shall not exceed the broad band specification limits specified in 5-04.3(8)C except the tolerance limits for sieves designated as 100% passing will be 99-100. Broad band specification limits Section 5-04.3(8)C ± 6% ± 5% ± 4% ± 2.0% ± 0.5% For open graded mix: Tolerance limits shall be for aggregate gradation only and shall be as specified in Proportions of Materials. B. Tolerances — Nonstatistical Acceptance. After the JMF is determined, the constituents of the mixture at the time of acceptance shall conform to the range of the proportion specified in the broad band specifications in for gradation and the design mix asphalt binder content plus or minus 0.7 percent. C. Adjustments 1. Aggregates. Upon written request from the Contractor, the Project Engineer may approve field adjustments to the JMF including the Contractor's proposed combining ratios for mineral aggregate stockpiles and blend sand. The maximum allowed gradation change shall be 2 percent for the aggregate retained on the No. 10 sieve and above, 1 percent for the aggregate passing the No. 10 and No. 40 sieves, and 0.5 percent for the aggregate passing the No. 200 sieve. Blend sand may be changed a maximum of 5 percent. The above adjustments and/or any further adjustments as ordered by the Engineer will be considered as a new JMF. Adjustments beyond these limits will require development of a new JMF. The adjusted JMF plus or minus the allowed tolerances shall be within the range of the broad band specifications. 2. Asphalt Binder Content. The Project Engineer may order or approve the Contractor's request to change asphalt binder content a maximum of 0.3 percent from the approved JMF. No field adjustments of the JMF relative to the asphalt binder 137 content exceeding 0.3 percent from the initial JMF will be made without the approval of the Materials Engineer. D. Commercial HMA Acceptance. The contractor shall submit a certification that the mix design submitted meets the requirements of Proportions of Materials. Verification of the mix design by the Contracting Agency is not required. The Project Engineer will determine anti -strip requirements for the HMA. 4. Hot Mix Asphalt Mixture A. Sampling 1. A sample will not be obtained from either the first or last 25 tons of mix produced in each production shift. 2. Samples for compliance of gradation and asphalt binder content will be obtained on a random basis from the hauling vehicle. The Contractor shall provide adequate platforms to enable samples to be obtained in accordance with WAQTC FOP for AASHTO T 168. The platforms shall allow the sample to be taken without the Engineer entering the hauling vehicle. B Definition of Sampling Lot and Sublot. For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF), placed and represented by randomly selected samples tested for acceptance. All of the test results obtained from the acceptance samples shall be evaluated collectively and shall constitute a lot. Only one lot per JMF will be expected to occur. The JMF (Job Mix Formula) is defined in Basis of Acceptance. The Contractor may request a change in the JMF. If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of available tests and a new lot will begin. The quantity represented by each sample will constitute a sublot. Sampling and testing for statistical evaluation shall be performed on a random basis at the frequency of one sample per sublot, with a minimum of five sublots per class of HMA. Sublot size shall be determined to the nearest 100 tons to provide not less than five uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. Sampling and testing for nonstatistical evaluation shall be performed on a random basis at a minimum frequency of one sample for each sublot of 400 tons or each day's production, whichever is least. When proposal quantities exceed 1,200 tons for a class of HMA under nonstatistical evaluation, sublot size shall be determined to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. C. Test Results. The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field at the beginning of the next paving shift. The Engineer will also provide the Composite Pay Factor (CPF) of the completed sublots after three sublots have been produced. The CPF will be provided by the midpoint of the next paving shift after sampling. Individual acceptance sample test results (gradation and asphalt binder content) may be challenged by the Contractor. A written challenge of the test results by the Contractor shall be received by the Project Engineer within five working days after receipt of the specific test results. A split of the original 138 acceptance sample shall be sent, for testing, to the Region Materials Lab or to State Materials Lab as determined by the Engineer. The challenged sample will not be tested with the same equipment or by the same tester that ran the original acceptance sample. The challenge sample will be tested for a complete gradation analysis and asphalt binder content. 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 No. 4 sieve and larger No. 6 sieve to No. 80 sieve No. 100 and No. 200 sieve Asphalt binder % ±4 percent ±2 percent ±0.4 percent ±0.3 percent If the deviation of the challenge sample is within each parameter established, the acceptance sample will be used to determine to composite pay factor and the cost of testing will be deducted from any monies due or that may come due the Contractor under the contract, at the rate of $250 per test. If the deviation of the challenge sample is outside of any one parameter established, the challenge sample will be used to determine the composite pay factor and the cost of testing will be the Contracting Agency's responsibility. D. Test Methods. Acceptance testing for compliance of asphalt binder content will be WSDOT FOP for AASHTO Test Method T 308. Acceptance testing for compliance of gradation will be WAQTC FOP for AASHTO T 27&T11. E. Reject Mixture 1. Rejection by Contractor. The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material at no expense to the Contracting Agency. Any such new material will be sampled, tested, and evaluated for acceptance. 2. Rejection Without Testing. The Engineer may, without sampling, reject any batch, Toad, or section of roadway that appears defective in gradation or asphalt binder content. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the statistical acceptance specification. If the CPF for the rejected material is Tess than 0.75, no payment will be made for the rejected material, and in addition, the cost of sampling and testing shall be borne by the Contractor. However, if the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency and the HMA will be compensated at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than 0.75, compensation for the rejected HMA will be at the calculated CPF with an addition of 139 25 percent of the unit contract price added for placement and removal costs. 3. A Partial Sublot. In addition to the preceding random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be evaluated for price adjustment in accordance with the statistical evaluation section. This material will be considered a separate lot. 4. An Entire Sublot. If an entire sublot is rejected in accordance with Section 1-06.2, four additional random samples from this sublot will be obtained and the sublot evaluated as an independent lot with the original test result included as a fifth test with the new independent lot instead of with the original lot. 5. A Lot in Progress. The Contractor shall shut down operations and shall not resume HMA placement until such time as the Project Engineer is satisfied that specification material can be produced: a. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or b. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or c. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 6. An Entire Lot. An entire lot with a CPF of Tess than 0.75 will be rejected. The designated percentage reduction as defined in Section 1-06.2(2)B under Financial Incentive Paragraph 1, Item 3, shall be 25 percent. 5-04.3(9) Spreading and Finishing The HMA shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the HMA mixture. Unless otherwise directed by the Engineer or specified in the Plans or in the Special Provisions, the nominal compacted depth of any layer of any course shall not exceed the following depths: HMA Class E HMA Class A and B when used for Base Course HMA Class A, B, and F HMA Class G HMA Class D 0.35 foot 0.35 foot 0.25 foot 0.10 foot 0.08 foot On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF, shall be placed by separate spreading and compacting equipment. 140 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5-04.3(10) Compaction 5-04.3(10)A General Immediately after the HMA mixture has been spread, struck off, and surface irregularities adjusted, it shall be thoroughly and uniformly compacted. The completed course shall be free from ridges, ruts, humps, depressions, objectionable marks, or irregularities and in conformance with the line, grade, and cross-section shown in the Plans or as established by the Engineer. If necessary, the mix design may be altered to achieve desired results. Compaction shall take place when the HMA is in the proper condition so that no undue displacement, cracking, or shoving occurs. All compaction units shall be operated at the speed, within specification limits, that will produce the required compaction. Areas inaccessible to large compaction equipment shall be compacted by mechanical or hand tampers. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt binder, or is in any way defective, shall be removed and replaced at no additional cost with fresh HMA which shall be immediately compacted to conform with the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided specification densities are attained. An exception shall be that the pneumatic tired roller shall be used between October 1 and April 1. Coverage's with a vibratory or steel wheel roller may precede pneumatic tired rolling. When HMA Class D is being constructed, the use of pneumatic rollers will not be required. Vibratory rollers shall not be operated in the vibratory mode when the internal temperature of the HMA is less than 175°F without permission of the Engineer. In no case shall a vibratory roller be operated in a vibratory mode when checking or cracking of the mat occurs at a greater temperature. Vibratory rollers in the vibratory mode are also prohibited on bridge decks. 5-04.3(10)B Control HMA Classes A, B, E, and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than .75 when evaluated in accordance with Section 1-06.2(1), using a minimum of 91.0 percent of the reference maximum density as determined by WSDOT FOP for AASHTO T 209. The reference maximum density shall be determined as the moving average of the most recent five determinations for the lot of HMA being placed. The specified level of density attained will be determined by the statistical evaluation of five nuclear density gauge tests taken in accordance with WAQTC FOP TM 8 and WSDOT SOP T 729 on the day the HMA is placed (after completion of the finish rolling) at locations determined by the stratified random sampling procedure conforming to WSDOT Test Method 716 within each density lot. The quantity represented by each density lot will be no greater than a single day's production or 400 tons, whichever is less. The final lot for each day of paving may be increased to 600 tons. The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed within one working day. Acceptance of pavement compaction will be based on the statistical evaluation and CPF so determined. For compaction lots falling below a 1.00 pay factor and thus subject to price reduction or rejection, cores may be used as an alternate to the nuclear density gauge tests. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after paving. The cost for the coring expenses when the core results indicate the specified level of relative density within a 141 lot has not been achieved, will be deducted from any monies due or that may become due the Contractor under the contract at the rate of $125 per core. At the start of paving, the Contractor must demonstrate to the Engineer that the HMA is compactable by constructing compaction test section(s). Test section(s) shall be constructed using the compaction train and a variety of rolling patterns that the Contractor expects to use in the paving operation. A test section will be considered to have established compatibility, based on the results of three density determinations, when the average of the three tests exceeds 92 percent of Rice or when all three tests individually exceed 91 percent of Rice. This will require consideration of the presence of a correlation factor for the nuclear gauge and may require final resolution after the factor for the gauge is known. A minimum 1.00 compaction pay factor shall be used until a gauge correlation factor is known, and until the HMA is considered compactable. When construction of the test section(s) has demonstrated that the HMA is not compactable, paving must stop. To resume paving, all factors contributing to compaction shall be analyzed and Engineer approved changes made, which may require a new mix design. When paving is resumed, the Contractor must again, as previously defined, demonstrate that the HMA is compactable. If the Contractor does not construct test section(s), the HMA is considered compactable and all HMA placed will be evaluated according to Section 5-04.3(10)B. HMA Class A, B, E, F, and G constructed under conditions other than listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA Class D and preleveling HMA shall be compacted to the satisfaction of the Engineer. In addition to the randomly selected locations for tests of the density, the Engineer may also isolate from a normal lot any area that is suspected of being defective in relative density. Such isolated material will not include an original sample location. A minimum of 5 randomly located density tests will be taken. The isolated area wilt then be evaluated for price adjustment in accordance with the statistical evaluation section, considering it as a separate lot. 5-04.3(11) Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid HMA only when the placement of the course must be discontinued for such a length of time that the HMA will cool below compaction temperature. When the work is resumed, the previously compacted HMA shall be cut back to produce a slightly beveled edge for the full thickness of the course. Where a scheduled transverse joint or when an unscheduled joint that must be left in place after a workshift is being made in the wearing course, strips of heavy wrapping paper shall be used. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. When the transverse joint will be open to traffic a temporary wedge of HMA shall be constructed 50H:1 V or flatter. The material that is cut away shall be wasted and new HMA shall be laid against the fresh cut. Rollers or tamping irons shall be used to seal the joint. The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints 142 constructed in the wearing course shall be located at a lane line or an edge line of the traveled way. Except, on one -lane ramps a longitudinal joint may be constructed at the center of the traffic lane, subject to approval by the Project Engineer, if: 1. The ramp must remain open to traffic, or 2. The ramp is closed to traffic and a hot -lap joint is constructed. If a hot -lap joint is allowed, two paving machines shall be used; a minimum compacted density in accordance with Section 5-04.3(10)B shall be achieved throughout the traffic lane; and construction equipment other than rollers shall not operate on any uncompacted HMA. When HMA is placed adjacent to cement concrete pavement, the Contractor shall construct longitudinal joints between the HMA and the cement concrete pavement. The joint shall be sawed to the dimensions shown on Standard Plan A-1 and filled with joint sealant meeting the requirements of Section 9-04.2. 5-04.3(12) Vacant 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than [1/8 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than 1/4 inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Project Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Project Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Project Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When Portland cement concrete pavement is to be placed on HMA, the surface tolerance of the HMA shall be such that no surface elevation lies above the plan grade minus the specified plan depth of Portland cement concrete pavement. Prior to placing the Portland cement concrete pavement, any such irregularities shall be brought to the required tolerance by grinding or other means approved by the Project Engineer. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the roadway shall be paved before the utility appurtenances are adjusted to the finished grade. 143 5-04.3(14) Planing Bituminous Pavement The surface of existing pavements or the top surface of subsurface courses shall be planed to remove irregularities and to produce a smooth surface Planing shall be performed in such a manner that the underlying pavement is not torn, broken, or otherwise damaged by the planing operation. The surface of the underlying pavement shall be slightly grooved or roughened sufficiently to ensure a bond when overlaid. The planings shall become the property of the Contractor and shall be removed from the right-of-way. The planings may be utilized as RAP, within the requirements of Section 5-04.2 or 9-03.21. The Contractor shall dispose of all other debris resulting from the planing operation in a Contractor -provided site off the right-of-way. For mainline planing operations, the equipment shall have automatic controls, with sensors for either or both sides of the equipment. The controls shall be capable of sensing the proper grade from an outside reference line, or a mat -referencing device. The automatic controls shall also be capable of maintaining the desired transverse slope. The transverse slope controller shall be capable of maintaining the mandrel at the desired slope (expressed as a percentage) within plus or minus 0.1 percent. 5-04.3(15) HMA Road Approach HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Project Engineer. The work shall be performed in accordance with Section 5-04. 5-04.3(16) Weather Limitations HMA for wearing course shall not be placed on any traveled way between October 1 of any year and April 1 of the following year without written approval from the Project Engineer. Asphalt for prime coat shall not be applied when the ground temperature is lower than 50°F, without written permission of the Engineer. HMA Class D shall not be placed when the air temperature is Tess than 60°F. HMA shall not be placed on any wet surface, or when the average surface temperatures are less than those specified in the following table, or when weather conditions otherwise prevent the proper handling or finishing of the HMA mixtures: Surface Temperature Limitations Compacted Thickness Sub -Surface (Feet) Surface Course Courses Less than 0.10 55 F 55 F 0.10 to 0.20 45 F 35 F 0.21 to 0.35 35 F 35 F More than 0.35 DNA 25 F* *Only on dry subgrade, not frozen and when air temperature is rising. 5-04.3(17) Paving Under Traffic When the roadway being paved is open to traffic, the following requirements shall apply: The Contractor shall keep on -ramps and off -ramps open to traffic at all times except when paving the ramp or paving across the ramp. During such time, and provided that there has been an advance warning to the public, the ramp may be closed for the minimum time required to place and compact the HMA. In hot 144 weather, the Project Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing a ramp, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. Ramps shall not be closed on consecutive interchanges at the same time. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit contract prices for the various bid items involved in the contract. 5-04.3(18) Vacant 5-04.3(19) Sealing of Pavement Surfaces Where shown in the Plans, the Contractor shall apply a fog seal. Before application of the fog seal all surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. The fog seal shall be CSS -1 or CSS -1h uniformly applied to the pavement free of streaks and bare spots at the rate 0.03 to 0.05 residual gallons per square yard. The emulsified asphalt shall be diluted at a rate of one part water to one part emulsified asphalt unless otherwise directed by the Engineer. The emulsified asphalt shall be applied within the temperature range specified in Section 5-02.3(3). Unless otherwise approved by the Project Engineer, the fog seal shall be applied prior to opening to traffic. 5-04.3(20) Anti -Stripping Additive When directed by the Engineer, an anti -stripping additive shall be added to the HMA material in accordance with Section 9-02.4. 5-04.3(21) Asphalt Binder Revision When the Contracting Agency provides a source of aggregate, the expected percentage content of new asphalt binder in the resulting HMA will be identified in the contract documents. Should the actual percentage of new asphalt binder required by the job mix formula for HMA produced with Agency -provided aggregate vary by more than plus or minus 0.3 percent from the amount shown in the documents, an adjustment in payment will be made. The adjustment in payment (plus or minus) will be based on the invoice cost to the Contractor. No adjustment will be made when the Contractor elects not to use a Contracting Agency -provided source, or when no source is made available by the Contracting Agency.[Added for PG binders] 5-04.4 Measurement HMA Cl. _ PG _ or HMA for _ Cl. _ PG _ or Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the HMA. If the Contractor elects to remove and replace HMA as allowed by Section 5-04.3(8)A, the material removed will not be measured. Preparation of Untreated Roadway will be measured by the mile once along the centerline of the main line roadway. No additional measurement will be made for ramps, auxiliary 145 lanes, service roads, frontage roads, or shoulders. Measurement will be to the nearest 0.01 mile. No specific unit of measure will apply to the force account item of Crack Sealing. Soil Residual Herbicide will be measured by the mile for the stated width to the nearest .01 mile or by the square yard, whichever is designated in the proposal. Pavement Repair Excavation Incl. Haul will be measured by the square yard of surface marked prior to excavation. Asphalt for Prime Coat will be measured by the ton in accordance with Section 1-09.2. Prime Coat Aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the proposal. Asphalt For Fog Seal will be measured by the ton, before dilution, in accordance with Section 1-09.2. Longitudinal Joint Seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. Planing Bituminous Pavement will be measured by the square yard. Temporary Pavement Marking will be measured by the linear foot as provided in Section 8- 23.4. Removing Temporary Pavement Marking will be measured by the linear foot as provided in Section 8-23.4. Water will be measured by the M gallon as provided in Section 2-07.4. No specific unit of measure will apply to the calculated item of Anti -Stripping Additive. No specific unit of measure will apply to the calculated item of Job Mix Compliance Price Adjustment. No specific unit of measure will apply to the calculated item of Compaction Price Adjustment. 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "HMA Cl. PG ", per ton. "HMA for Approach Cl. _ PG ", per ton. "HMA for Preleveling Cl. PG ", per ton. "HMA for Pavement Repair Cl. _ PG ", per ton. "Commercial HMA", per ton. The unit contract price per ton for "HMA Cl. _ PG ", "HMA for Approach Cl. _ PG ", "HMA for Preleveling Cl. _ PG ", "HMA for Pavement Repair Cl. _ PG ", and "Commercial HMA" shall be full compensation for all costs incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this sub -section and which are included in the proposal. "Preparation of Untreated Roadway', per mile. The unit contract price per mile for "Preparation of Untreated Roadway" shall be full pay for all work described under Section 5-04.3(5)B, with the exception, however, that all costs involved in patching the roadway prior to placement of HMA shall be included in 146 the unit contract price per ton for "HMA Cl. _ PG " which was used for patching. If the proposal does not include a bid item for "Preparation of Untreated Roadway", the roadway shall be prepared as specified, but the work shall be included in the contract prices of the other items of work. All costs for asphalt tack coat shall be included in the unit contract price per ton of the HMA. "Crack Sealing", by force account. "Crack Sealing" will be paid for by force account as specified in Section 1-09.6. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. "Soil Residual Herbicide ft. Wide," per mile, or "Soil Residual Herbicide", per square yard. The unit contract price per mile or per square yard for "Soil Residual Herbicide" shall be full payment for all costs incurred to obtain, provide and install herbicide in accordance with Section 5-04.3(5)D. "Pavement Repair Excavation Incl. Haul", per square yard. The unit contract price per square yard for "Pavement Repair Excavation Incl. Haul" shall be full payment for all costs incurred to perform the work described in Section 5- 04.3(5)E. "Asphalt for Prime Coat", per ton. The unit contract price per ton for "Asphalt for Prime Coat" shall be full payment for all costs incurred to obtain, provide and install the material in accordance with Section 5- 04.3(5)B. "Prime Coat Aggregate", per cubic yard, or per ton. The unit contract price per cubic yard or per ton for "Prime Coat Agg." shall be full pay for furnishing, loading, and hauling aggregate to the place of deposit and spreading the aggregate in the quantities required by the Engineer. "Asphalt for Fog Seal", per ton. The unit contract price per ton for "Asphalt for Fog Seal" shall be full pay for all costs of material, labor, tools, and equipment necessary for the application of the fog seal as specified. If there is no bid item and a fog seal is required, it shall be applied and the work shall be included in the unit contract prices of the other work items. "Longitudinal Joint Seal", per linear foot. The unit contract price per linear foot for "Longitudinal Joint Seal" shall be full payment for all costs incurred to perform the work described in Section 5-04.3(11). "Planing Bituminous Pavement", per square yard. The unit contract price per square yard for "Planing Bituminous Pavement" shall be full payment for all costs incurred to perform the work described in Section 5-04.3(14). "Temporary Pavement Marking", per linear foot. Payment for "Temporary Pavement Marking" is described in Section 8-23.5. "Removing Temporary Pavement Marking", per linear foot. Payment for "Removing Temporary Pavement Marking" is described in Section 8-23.5. "Water", per M gallon. Payment for' Wates'" is described in Section 2-07.5. "Anti -Stripping Additive", by calculation. 147 "Anti -Stripping Additive" will be paid for in accordance with Section 1-09.6 except that no overhead, profit or other costs shall be allowed. Payment shall be made only for the invoice cost of the additive. The quantity of asphalt binder shall not be reduced by the quantity of anti -stripping additive used. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. "Job Mix Compliance Price Adjustment," by calculation. "Job Mix Compliance Price Adjustment" will be calculated and paid for as described in Section 5-04.5(1)A. "Compaction Price Adjustment," by calculation. "Compaction Price Adjustment" will be calculated and paid for as described in Section 5-04.5(1)B. 5-04.5(1) Quality Assurance Price Adjustments All HMA will be subject to price adjustments for Quality of HMA and Quality of HMA Compaction based on the Acceptance Plans in effect for each class of HMA within the contract. For the purpose of providing a common proposal for all bidders, the Contracting Agency has estimated a calculated amount for all price adjustment items and has entered these amounts in the proposal to become a part of the total bid by the Contractor. 5-04.5(1)A Price Adjustments for Quality of HMA Statistical analysis of quality of gradation and asphalt binder content will be determined based on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing 1, 3/4 , 5/8, 1/2, and 3/8 sieves 2 All aggregate passing No. 4 sieve 6 All aggregate passing No. 10 sieve 10 All aggregate passing No. 40 sieve 6 All aggregate passing No. 200 sieve 20 Asphalt cement 52 Factors for Open Graded Mix Constituent Factor "f" All aggregate passing 1/2 sieve 10 All aggregate passing 3/8 sieve 15 All aggregate passing No. 4 sieve 40 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Note: Open graded mix shall be evaluated for gradation only. The quality incentive multiplier for open -graded mix shall be 40 percent rather than 60. 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 (CPF). 1. Statistical Evaluation. For each lot of HMA produced under Statistical - Evaluation, a Job Mix Compliance Incentive Factor (JMCIF) will be determined. The JMCIF equals the algebraic difference between the CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price 148 Adjustment will be calculated as the product of the JMCIF, the quantity of HMA in the lot in tons, and the unit contract price per ton of HMA. 2. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical 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 statistical evaluation. When one or more constituents fall outside the job mix formula, the lot shall be evaluated to determine the appropriate CPF. When Tess 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 Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the difference between the CPF and unity with regard to sign 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 HMA. 3. 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 tolerances, the lot shall be evaluated to determine the appropriate CPF. The 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. 5-04.5(1)B Price Adjustments for Quality HMA Compaction For each compaction control lot, a Compaction Incentive Price Adjustment Factor (CIPAF) will be determined. The CIPAF equals the difference between the Composite Pay Factor and unity with regard to sign multiplied by 40 percent. The Compaction Compliance Price Adjustment will be calculated as the product of CIPAF, the quantity of HMA in the compaction control lot in tons, and the unit contract price per ton of HMA. 149 5-05 CEMENT CONCRETE. PAVEMENT 5-05.1 Description Section 5-05.1 is supplemented with the following: This work also consists of furnishing and placing masonry pavers as planter brick — in place where shown and as detailed in the Plans. 5-05.2 Materials This section is supplemented with the following: The masonry pavers used as planter brick shall be the cobblestone size with a running bond pattern in the rustic blend color, as manufactured by the Mutual Materials Company, or an approved equivalent. The concrete block pavers shall meet the specifications of ASTM C 936. 5-05.3 Construction Requirements 5-05.3(23) Masonry Pavers (New Section) The masonry pavers used as planter brick shall be installed per the manufacturer's specifications, and as detailed in the Plans. In areas where the outer edge of the pavers is not adjacent to curbing, sidewalk or pavement, an approved edge restraint that meets the manufacturer's specification shall be installed prior to the placing of the pavers. 5-05.3 Measurement Section 5-05.4 is supplemented with the following: Planter brick — in place will be measured by the square yard in their final location. 5-05.4 Payment Section 5-05.5 is supplemented by the following: "Planter Brick — In Place", per square yard. The unit contract price per square yard for "Planter Brick — In Place" shall include all cost for furnishing and placing the masonry pavers, including furnishing and placing the sand around the pavers and the compacted sand layer beneath the pavers. 150 DIVISION 7 DRAINAGE STRUCTURES, STORMSEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05.1 Description This section is supplemented with the following: This work shall include relocating existing orchard drains and placing new pipe to connect to an existing D.I.D. pipe. This work shall include removing a portion of the existing concrete Irrigation standpipe and placing a concrete slab with a manhole riser. 7-05.2 Materials This section is supplemented with the following: The frame and grate used in conjunction with type 1 catch basins shall be a reversible frame and herringbone grate manufactured in accordance with Section 9-05.15(2). 7-05.3 Construction Requirements This section is supplemented with the following: The existing orchard drains located as shown in the Plans, which are 24 -inch diameter catch basin, shall be removed and reset approximately 20 feet south of existing locations. A 6 - inch diameter pipe, approximately 20 feet in length, shall be connected to the relocated catch basin and the existing 6 -inch diameter D.I.D. pipe. The top of the existing 60 -inch diameter concrete standpipe located on the northeast corner of the Washington Avenue and 64th Avenue intersection shall be cleanly cut to approximately 12 inches below the proposed roadway elevation. A 6 -inch reinforced concrete slab, at least 12 inches wider than the diameter of the standpipe shall be constructed over the standpipe. This reinforced slab shall not rest on the top of the remaining irrigation standpipe. A 24 -inch diameter hole shall be provided in this new reinforced slab to allow access to the standpipe. Concrete risers and a new cast iron manhole ring and cover shall be placed such that the top matches finished asphalt grade elevation. Manhole risers shall be used to adjust the cover to the proper elevation as detailed in section 7-05.3(1). The new manhole cover shall be marked "IRRIGATION". The second paragraph of this section is supplemented with the following: The term drywell shall be synonymous with the term Drainage Retention Basin. The 36 -inch diameter perforated corrugated polyethylene storm sewer pipe (smooth interior wall) used within the drainage retention basin shall conform to Schedule A of the Storm Sewer Pipe Schedule in Section 7-04.2 of the Standard Specifications. An 18 -inch diameter pipe including a tee section shall be connected to the 72 -inch diameter Type 2 Catch Basin and shall transition to a 36 -inch diameter pipe prior to connecting to the 36 -inch diameter perforated pipe in the drainage retention basin. The drain rock shall meet the requirements of ASTM C-33 for #4 Drain Rock (11/2" — 3/8"). Non -woven geotextile fabric shall be wrapped around the drainage retention basin. Six -mil plastic construction sheeting shall be placed over the top of the entire basin, and the sheeting shall extend and be anchored a minimum of 18 inches beyond the excavation limits of the basin walls. 151 7-05.3(1) Adjusting Manholes and Catch Basins to Grade This section is supplemented with the following: Manholes, Catch Basins, Valve Boxes, Monument Cases and other utility castings shall be adjusted in accordance with Section 5-04.3(13). 7-05.4 Measurement Supplement this section with the following: Relocate existing orchard drain and connect to D.I.D. pipe will be measured per each for every relocated orchard drain and its reconnection to the existing D.I.D. pipe. Remove portion of and rebuild standpipe and cover will be measured per each for every standpipe modified. Drainage retention basin w/36 In. diam. perf. pipe will be measured by the linear foot for the length of perforated pipe. Reversible frame and herringbone grate for type 1 will be measured per each for every frame and grate furnished and installed. 7-05.5 Payment Add the following pay items: "Relocate Existing Orchard Drain and Connect to D.I.D. Pipe", per each. The unit contract price per each for "Relocate Existing Orchard Drain and Connect to D.I.D. Pipe" shall be full pay for all labor, equipment, and material required to relocate the drainage structure an connect it to the D.I.D. pipe, including new 6 -inch diameter schedule A culvert pipe, connecting all pipe, crushed surfacing top course for trench backfill, structure excavation class B including haul, and shoring or extra excavation. "Remove Portion of and Rebuild Standpipe and Cover", per each. The unit contract price per each for `Remove Portion of and Rebuild Standpipe and Cover" shall be full pay for all labor, equipment and material required to remove the top portion of the standpipe, construct a reinforced concrete lid, and install a new cover, including excavating, sawcutting, disposing of the removed portion, and providing and adjusting a manhole riser and cover. "Drainage Retention Basin w/36 In. Diam. Perf. Pipe", per linear foot. The unit contract price per linear foot for "Drainage Retention Basin w/36 In. Diam. Perf. Pipe" shall be full pay for all labor, equipment and material required for the complete construction of the retention basin, including the perforated pipe, geotextile fabric, drain rock, plastic construction sheeting, pipe, connections, shoring or extra excavation, and all of the excavation and backfilling required to install the retention basins. "Reversible Frame and Herringbone Grate for Type 1", per each. This section is supplemented with the following: All costs associated with furnishing and installing manholes and catch basins, including frame and grates and adjusting them to their final grade, as described in Section 5-04.3(13), shall be included in the unit contract price per each for the item installed. 152 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.2 Materials Add the following: Crushed Surfacing Top Course (for Trench Backfill) 7-08.3(1)A Trenches This section is supplemented with the following: Trench dewatering will be required for portions of the sanitary sewer pipe installation. It is anticipated that dewatering will only be required between 52nd Avenue and 1000' west of 52nd Avenue. The Contractor is advised that the existing water table is approximately 10 feet higher than the required grade of the sanitary sewer pipe. It will be the Contractor's responsibility to ensure that the sanitary sewer pipe is laid in the dry. The Contractor shall provide the Engineer with his proposed method of dewatering the trench, and shall not begin work until his method has been approved. The Contractor shall not discharge water from the trenching operation directly into any adjacent streams. The Contractor may discharge the water onto the open pasture between existing Washington Avenue (west of the existing airport security fence) and 48th Avenue in a flood irrigation or sprinkler discharge manner such that any suspended solids have amply settled prior to the water reaching Spring Creek. The Contractor shall provide the Engineer with his proposed method of water discharge, and shall not begin work until the Engineer has approved this method. Delete paragraph 8. 7-08.3(3) Backfilling Add the following paragraph to this section: All street crossing trenches, and other areas as designated by the Engineer, shall be backfilled to their full depth with Crushed Surfacing Top Course (for Trench Backfill). 7-08.3 Measurement The sixth paragraph of this section shall be revised to read: Shoring or extra excavation class B will be measured by the linear foot. Add the following: Crushed Surfacing Top Course (for Trench Backfill) will be measured by the Ton. 7-08.5 Payment Add the following pay items: "Crushed Surfacing Top Course (for Trench Backfill)", per ton. "Trench Dewatering", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Trench Dewatering", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 153 Revise the pay Item: "Shoring or Extra Excavation Class B", per square foot To read: "Shoring or Extra Excavation Class B", per linear foot 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. 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, they shall be adjusted in accordance with Section 5-04.3(13). Where existing valve boxes are located in the proposed sidewalk, they shall be adjusted to finish grade prior to placing the concrete. 7-09.4 Measurement The following item is added to this section: Adjust valve box will be measured per each, for each valve box adjusted. 7-09.5 Payment The following item is added to this section: "Adjust Valve Box", per each. The unit contract price per each for "Adjust Valve Box" shall be full pay for all labor, equipment and material required to adjust the valve box. 7-17 SANITARY SEWERS 7-17.2 Materials This section is supplemented with the following: The sanitary sewer pipe installed on this project shall be Solid Wall PVC Sanitary Sewer Pipe conforming to Section 9-05.12(1). 7-17.3(2)H Television Inspection This section is revised as follows: Replace the word "may" in the first sentence of the first paragraph with the word "shall". This section is supplemented with the following: Television inspection shall be done by City of Yakima Wastewater forces, after the trench has been backfilled and compacted to the required density, but before any paving over the trench. The Engineer shall do the television inspection following all repairs found necessary by air and mandrel tests. The Contractor shall make arrangements with the City of Yakima 154 Wastewater Collection at (509) 575-6118 or (509) 952-6077 at least 24 hours in advance of the test. 7-17.4 Measurement Replace the second paragraph with the following: No separate measurement will be made for testing sewer pipe. 7-17.5 Payment This section is revised as follows: The sentence following the bid item "Testing Sewer Pipe" is replaced with the following: All costs for testing the sewer pipe as required in Section 7-17.3(2) shall be included in the unit contract price for "PVC Sanitary Sewer Pipe In. Diam.", per linear foot. 155 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3 Construction Requirements 8-01.3(1) General Section 8-01.3(1) is supplemented with the following: Erosion control BMPs shall be installed before any earth moving activities take place. (January 5, 2004) Erodible Soil Eastern Washington Erodible soil not being worked that could drain to surface waters, whether at final grade or not, shall be covered within the following time limitations using approved soil cover practices. July 1 through September 30 October 1 through June 30 30 days 15 days 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.1 Description Supplement this section with the following: The work shall include the installation of commercial driveway approaches, and adjusting utility castings within the concrete apron of the approaches. 8-06.3 Construction Requirements Supplement this section with the following: Commercial Driveway approaches. Commercial Driveway Approaches shall be constructed as shown on the City of Yakima Standard Detail for Commercial Approach. The sidewalks and the ramps shown on each side of the approach detailed on the standard detail shall be paid for under Section 8-14 of the Standard Specifications. 8-06.4 Measurement Supplement this section with the following: Commercial Driveway Approaches shall be measured per each installed at the locations shown on the plans and in accordance with the standard detail. 8-06.5 Payment Supplement this section with the following: "Commercial Driveway Approaches", per each. The unit contract price per each for "Commercial Driveway Approaches" shall be full compensation for all work, equipment, materials and all other items necessary for the complete installation of the approaches where shown on the plans and in accordance with the City of Yakima standard detail. 156 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.1 Description This section is supplemented with the following: This work shall consist of removing and resetting existing fences of various materials from their current locations to the new right of way line where detailed in the Plans. 8-12.3 Construction Requirements This section is supplemented with the following: Any section of the existing fence scheduled to be removed and reset, or any fencing to remain that is damaged due to the Contractor's operations shall be repaired or replaced by the Contractor at no additional cost to the City. 8-12.4 Measurement This section is supplemented with the following: Measurement of removing and resetting fence will be by the linear foot measured along the line of fencing actually removed and reset. 8-12.5 Payment Add the following item to this section: "Removing and Resetting Fence", per linear foot. The unit contract price per linear foot for "Removing and Resetting Fence" shall include removing and resetting gates that are a part of the existing fence. 8-13 MONUMENT CASES 8-13.2 Materials This section is supplemented with the following: The monument shall consist of a 2 -inch aluminum, bronze or brass survey cap attached to the top of a 5/8 -inch rebar embedded into the ground a minimum of 24 inches. 8-13.3 Construction Requirements The last paragraph of Section 8-13.3 is revised to read: The monument shall be furnished and set by a professional surveyor, licensed in the State of Washington. 8-13.4 Measurement (March 13, 1995) Section 8-13.4 is deleted and replaced by the following: Measurement of monument case, cover, and pipe will be by the unit for each monument case, cover, and pipe furnished and set. 157 8-13.5 Payment ( ) Section 8-13.5 is supplemented with the following: " Monument Case and Cover" , per each. All costs associated with furnishing and installing monuments, monument cases and covers, and adjusting them to their final grade, as described in Section 5-04.3(13), shall be included in the unit contract price per each for "Monument Case and Cover". 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description Supplement this section by with the following: This work shall also include furnishing and installing new sign post sockets, at locations shown on the plans or as indicated by the Engineer. 8-14.2 Materials Add the following: Sign Post Sockets VLOC Model #23-VR1-Concrete For use with 2-3/8" OD sign posts 8-14.3 Construction Requirements 8-14.3(3) Placing and Finishing Concrete. Supplement this section by with the following: All sidewalks not located in driveway approach areas shall be four (4) inches in thickness, unless otherwise noted on the Plans. All sidewalks located in a driveway approach area shall be six (6) inches in thickness. Existing sidewalks at match lines shall be removed to the nearest convenient existing joint or sawcut in a neat vertical, straight transverse line at locations approved by the Engineer. Joint filler material to form a new expansion joint shall be placed as indicated on the Standard Detail for Sidewalk. At all driveway and handicap ramp depressions, the back of the sidewalk grade shall be depressed to maintain a 2 percent transverse grade from back of curb to back of sidewalk, unless otherwise noted on the plans. Signpost Sockets shall be set 1/2 inch above the finished sidewalk so that the erected signs will be plumb when installed. The Contractor shall correct any misaligned sockets at his own expense. 8-14.4 Measurement Supplement this section with the following: Signpost Sockets will be measured per each in place. 158 8-14.5 Payment Supplement this section with the following: "Cement Conc. Sidewalk _ In. Thick", per square yard. The unit contract price per square yard for "Cement Conc. Sidewalk _ In. Thick" shall be full compensation for furnishing and placing the sidewalk, including furnishing and compacting the crushed surfacing top course as detailed in the Plans. "Signpost Sockets", per each. The unit contract price per each for "Signpost Sockets" shall be full compensation for furnishing the sockets, and for furnishing all labor, materials and equipment necessary for the installation of the sockets at the locations shown on the plans or as located by the Engineer. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.2 Materials Supplement the section with the following: All conduits below grade on this project shall be: Schedule 40 PVC Underground Conduits (electrical grade - gray color) with pull rope. Additional materials to be installed on this project include, but are not limited to: junction boxes, a pulling vault, light standards, luminaries, cement concrete anchor bases, anchor bolts, conductors, and complete electrical service for a complete installation of the illumination system ready for service. The pull rope shall be 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051-4-1/8), shall be installed in each conduit run with two (2) feet doubled back at each termination. Wiring for street lighting shall be per NEC code and shall include one #10 ground and two #6 conductors. 8-20.2(1) Equipment List and Drawings Revise Item 1 of the fourth paragraph to read: 1. Light standards with or without pre -approved plans. Delete the last sentence of the section. 8-20.3 Construction Requirements 8-20.3(2) Excavating and Backfilling Revise the first paragraph to read: The excavation required for the installation of conduit, cement concrete anchor bases, and pullboxes shall be performed in such a manner as to cause the least possible injury to streets, sidewalks, and other improvements. The trenches shall not be excavated wider than necessary for the proper installation of the conduit and pullboxes. Anchor base excavation shall be augered or dug by hand with proper care to avoid damage to other utilities. Excavation shall not be performed until immediately prior to installation of conduit and/or structures. The material from the excavation shall be placed to cause the least interference to vehicular and pedestrian traffic and to surface drainage. 159 8-20.3(4) Foundations Supplement this section with the following: Anchor bases shall be constructed of Portland Cement Concrete - Class 3000, poured -in- place to the depths and dimensions shown on the Plans and shall be made in one pour. The top four inches of anchor bases shall be formed and finished 24 inches square with 3/4 - inch chamfer edges and the top shall be at finish sidewalk grade or finished curb grade, depending on the location. The top four inches shall be separated from concrete surfaces by means of an expansion joint. Forms for the anchor bases shall be true to line and grade and conduit ends and anchor bolts shall be held in proper position and height by means of a temporary template. 8-20.3(5) Conduits Revise this section to read: Conduit runs are indicated on the Plans. Conduit bends, if other than factory bends, shall have no Tess than an 18 -inch radius. Runs terminating in pole bases shall extend five (5) inches above the foundation and shall be sloped toward the hand hole opening. Runs entering junction boxes shall terminate approximately two inches (2") above the bottom of the box and within three inches (3") of the box wall nearest its entry. Conduit entry into junction boxes shall terminate with a manufactured 90 -degree rigid metal elbow to facilitate cable pulling. PVC conduit "push-pennys" or suitable equivalent shall be used on all terminations to keep conduits clean. Trenching across the roadway is allowed. The pull rope shall be 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051-4-1/8), shall be installed in each conduit run with two (2) feet doubled back at each termination. When cable is pulled, this rope shall be re -pulled along with the cable. Elbows may be 45 or 90 degree as needed. The ten feet of rigid conduit is not required. All conduit ends shall be reamed to remove burrs and rough edges. Field cuts shall be square and true so that ends will fit securely in PC couplings. 8-20.3(6) Junction Boxes Revise the first paragraph to read: The terms "pullbox" and "junction box" are interchangeable. Pullboxes shall be constructed as shown on the Plans and in accordance with the City of Yakima Standard Details. Pullboxes shall not be located in wheelchair ramps or landing areas. The pullboxes shall be installed true to line and grade. The Contractor shall provide a good, firm foundation for the bearing surface edges of the pullboxes. The low voltage cables and wires are separated and run through separate conduits. Do not install asphalt joint filler material between junction boxes and other concrete surfaces 8-20.3(8) Wiring Supplement this section by with the following: The street lighting conductors for the lights shall each run from the adjacent light or pullbox to the appropriate pullboxes where they branch to the luminaries. Conductor sizes shall be as required or as match existing conductors. A pair of in-line fuses shall be installed in each lighting standard base. The Contractor will be required to provide all conductors needed for completing the light standard installation. Epoxy splice kits shall not be used. Wire number sleeves and cable tags are not required. Mast arms with four section signal heads are to be wired with 7 conductor cable. 160 8-20.3(10) Service Supplement this section as follows: The source of power to the new service shall e from a 56" x 56" x 48" transformer vault as per the details, to be installed 30 feet northeast of the service to meet PP&L requirements. The transformer vault shall have a locking steel cover type lid NO. 77-2-332, '80 style as per the details to meet PP&L requirements. The service shall be a Strut -mount modified type B, single-phase 120v/240v 100 -amp service installed as per the plans and details to meet PP&L requirements. 8-20.3(13)A Light Standards Supplement this section with the following: Light Standards shall have square base flanges requiring four (4) anchor bolts for connection to the foundation. Anchor bolt nut covers shall be provided on all Light Standards. The Light Standards on this project shall be as shown on the City of Yakima Standard Details. 8-20.3(13)B Luminaires Supplement this section with the following: Luminaires to be used on this project shall be 200 -Watt, 240 Volt, GE COBRA Head Luminaires. 8-20.5 Payment Revise this section to read: Payment will be made in accordance with Section 1-04.1, for the following bid item: "Illumination System", per lump sum. The lump sum contract price for "Illumination System", shall be full pay for furnishing all labor, materials, tools, and equipment necessary or incidental to the construction of the complete illumination and electrical system as shown on the Plans and herein specified. This shall include, but not be limited to, excavation, backfilling, concrete foundations, light standards, luminaires, electrical service, puliboxes, conduit, wiring, restoring facilities destroyed or damaged during construction, removing or salvaging all existing equipment, and for making all required tests. All additional materials and labor not shown on the Plans or called for herein and which are required to complete the various systems shall be considered as incidental to the construction and shall be included in the lump sum contract price, and no additional compensation shall be allowed. 161 8-30 REPAIR OR REPLACEMENT (New Section) 8-30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8-30.5 Payment Payment will be made for the following bid items: "Repair or Replacement", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 162 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.8 Aggregates for Asphalt Concrete 9-03.8(3)C Gradation -- Recycled Asphalt Pavement and Mineral Aggregate Revise the second paragraph as follows: Delete the reference to Section 9-03.8(6)A 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.15 Metal Castings 9-05.15(1) Manhole Ring and Cover Revise this section to read: All new manhole rings and covers shall be purchased by the Contractor from Olympic Foundry, Casting NO. MH33Y, Yakima Standard Ring and Cover. The Contractor shall also provide all labor and equipment for handling the manhole rings and covers. All used castings shall become the property of the City of Yakima and shall be delivered to the Wastewater Collection -Maintenance Facility at 204 W. Pine by the Contractor. Prior arrangements must be made to assure the facility will be open for delivery. 9-28 SIGNING MATERIALS AND FABRICATION 9-28.14 Sign Support Structures This section is supplemented with the following: Manufacturers for Steel Sign Supports The Standard Plans lists several steel sign support types. These supports are patented devices and many are sole -source. All of the sign support types listed below are acceptable when shown in the plans. Steel Sign Support Type Type TP -A & TP -B Type PL, PL -T & PL -U Type AS Type AP Type ST 1,ST2,&ST3 Type SB -1 & SB -2 9-29 ILLUMINATION, SIGNALS, ELECTRICAL 9-29.1 Conduit Revise this section to read: Manufacturer TransPo Industries Poz Lock, Northwest Pipe TransPo Industries TransPo Industries ItiMate, S -Square, Telespar UltiMate, Telespar Conduit shall be Schedule 40 Polyvinyl Chloride (PVC) conforming to all NEC requirements regarding electrical grade - gray color PVC conduits. 9-29.2 Junction Boxes Revise this section to read: 163 Junction boxes shall be Type 1, 2,or 3 as shown on the plans. They shall be constructed of polymer concrete and reinforced by a heavy -weave fiberglass similar and equal to Quazite Style PG. Boxes and covers shall be concrete gray color and rated for no less than 8,000 pounds over a 10" x 10" area and designed and tested to temperatures of —50° F. Heavy- duty box covers shall have service load of not less than 15, 000 pounds over a 10" square area. The covers shall have a minimum coefficient of friction of 0.5, and shall have the logo "Traffic Signal" or "Street Lighting" as appropriate on them. Do not install felt expansion material around pull boxes when new concrete is poured. 9-29.3 Conductors and Cable Supplement this section with the following: Video camera coax cable shall be Beldon 8281. Video power shall be supplied by three - conductor cable. Three individual conductors, THWN #12 Stranded copper may be supplied in place of the three -conductor cable. 9-29.6 Light and Signal Standards Add the following sentence to this section: All aluminum alloys shall comply with metallurgical and mechanical properties set forth in the Aluminum Association Standards. 9-29.6(5) Foundation Hardware Revise this section to read as follows: The anchor bolts, nuts, washers, and other foundation hardware on this project shall be supplied by the Tight standard manufacturer, and shall be hot -dipped galvanized over their entire length and surface per ASTM A 153. 9-29.6(6) Aluminum Light and Signal Standards (NEW SECTION) Light standards for this project shall be as shown on the City of Yakima Standard Detail. The shaft of the Aluminum Light standards and arms shall be spun tapered from all new seamless 6063 alloy aluminum tubing and shall be heat treated to T6 temper. Each shaft shall have a minimum of 6" straight length at the top to accommodate the center hub of the tapered arm. The anchored base shall be cast from A356 alloy aluminum. The anchor base shall be heat treated to a T6 condition. The anchor base casting and shaft shall be joined by a continuous and circumferential weld at the outside top and inside bottom of the anchor base. The completed assembly will be heat treated to T6 temper after all structural welding is completed. A356 alloy aluminum nut covers shall be included with each anchor base unless otherwise specified. The light standard base shall be of the "fixed" type. Accessories shall include anchor bolts (each with two heavy hex nuts and washers) as sized by the manufacturer, bolt templates, full base covers, and pole end caps. All light standards, arms and accessories shall be supplied by the same manufacturer. Light standards have eight -foot (8') arms, and shall provide a nominal fixture mounting height of thirty feet (30'). Handholes shall be 4 inches by 6 inches and shall be located 18 inches above the base. A 1/2 -inch NC ground stud shall be located inside the handholes. 164 Davit arm members shall be conically tapered from 6" O.D. x .188" wall 6063 alloy extruded aluminum tube. The fixture end of each arm shall be a 2-3/8" O.D. (2" pipe size) tenon. The davit arm slip shall fit onto a specially tapered pole top tenon where it will be fastened with two stainless steel 5/8" —11 UNC through bolts. 9-29.10 Luminaires Supplement this section with the following: Luminaires shall be GE 200 watt 240 volt, high-pressure sodium cutoff type. The luminaire shall contain a removable power module ballast assembly. The luminaire optical assembly shall contain a charcoal filter. The mogal base socket shall be adjustable and set at MCIII. Luminaires shall be fused per Section 9.29.7. 9-29.12(1) Illumination Circuit Splices Supplement the section with the following: Illumination wires shall be spliced in the pole bases or terminal compartment. 9-29.24 Service Cabinets Supplement this section as follows: The service shall be a Strut mount modified type B, single-phase 120v/240v 100 -amp service installed to meet the PP&L requirements. 9-29.24(2) Electrical Circuit Breakers and Contactors Revise this section as follows: Delete the second paragraph. 165 STANDARD PLANS April 4, 2005 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 05-012, effective April 4, 2005 is made a part of this contract. The Standard Plans are revised as follows: All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt". All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA". C-1 Sheet 2 The SNOW LOAD RAIL WASHER dimensions are revised to 1 3/4" from 2", and to 7/8" from 1". C-11 b Sheets 1 and 2 In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST -IN-PLACE FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to CONCRETE CLASS 4000. In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints, and the 1/2" End Gussets have 1/2" fillet weld joints. C -14f In SECTION "A", the reference to SEE STD. PLAN C -14b is revised to SEE STD. PLAN C - 14e. C -14q In SECTION "A" and SECTION "B", the reference to SEE STD. PLAN C -14b is revised to SEE STD. PLAN C -14e. D -2k Sheet 2 In the "BAR B" detail, all references to "button head" are revised to read "cone head". D -2n Sheet 2 In DETAIL A, the specification for 1/4" Anchor bolt is revised to 1 1/4" Anchor bolt. In the BASE PLATE DETAIL the reference to AASHTO M 183 is revised to ASTM A 36. In the "BARB" detail, all references to "button head" are revised to read "cone head". K-1 through K-27 These plans shall not be used on projects administered by WSDOT. The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans not having this date shall not be used in this contract. A-1 5/13/02 A-3 5/30/02 A-5 2/24/03 A-2 5/09/02 A-4 3/07/97 A-6 2/24/03 B-1 7/21/03 B -4g 7/18/97 B -20d 6/30/04 166 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 B -la 6/23/04 B -4h . 5/09/97 B-21 7/18/97 B -lb 6/23/04 B-7.... 11/23/04 B -21a 8/10/98 B- l e 5/20/04 B -7a 2/09/05 B-22 7/21/03 B-lz 6/23/04 B-8 6/23/04 B -22a 8/01/97 B-2 2/25/05 B -8a 6/23/04 B -23a 2/25/05 B -2a 2/25/05 B-9 11/23/04 B -23b 2/25/05 B -2b 6/17/02 B -9a 11/23/04 B -23c 5/20/04 B -2c 6/17/02 B -9b 11/23/04 B -23d 5/09/97 B -2d 6/17/02 B -9c 11/23/04 B-25 6/30/04 B -2e 2/25/04 B -9d 11/23/04 B-26 7/18/97 B-3 1/28/02 B-11 2/25/05 B-27 8/01/97 B -3a 5/09/97 B-13 2/25/05 B-28 10/06/99 B -4b 2/09/05 B-18 2/25/05 B-29 4/24/98 B -4c 2/09/05 B -18a 5/09/97 B-30 8/10/98 B -4d 9/16/02 B -18b 7/18/97 B-34 3/03/05 B -4f 5/09/97 B-19 5/30/97 C-1 10/31/03 C -2t 3/03/05 C -8d 5/20/04 C -la 7/31/98 C-3 10/31/03 C -8e 6/24/02 C -lb 10/31/03 C -3a 10/31/03 C -8f 6/30/04 C -lc 5/30/97 C -3b 10/31/03 C-10 7/31/98 C-ld 10/31/03 C -3c 10/31/03 C-11 5/20/04 C-2 1/06/00 C -3d 3/03/05 C-11 a 5/20/04 C -2a 7/17/98 C-4 7/13/01 C-11 b 5/20/04 C -2b 6/12/98 C -4a 2/25/05 C-12 7/27/01 C -2c 2/20/03 C -4b 6/23/00 C-13 4/16/99 C -2d 5/22/98 C -4e 2/20/03 C -13a 4/16/99 C -2e 3/07/97 C -4f 6/30/04 C -13b 4/16/99 C -2f 3/14/97 C-5 10/31/03 C -14a 7/26/02 C -2g 7/27/01 C-6 5/30/97 C -14b 7/26/02 C -2h 3/28/97 C -6a 3/14/97 C -14c 7/26/02 C -2i 3/28/97 C -6c 1/06/00 C -14d 7/26/02 C -2j 6/12/98 C -6d 5/30/97 C -14e 7/26/02 C -2k 7/27/01 C -6f 7/25/97 C -14f 7/26/02 C -2n 7/27/01 C-7 10/31/03 C -14g 10/31/03 C -2o 7/13/01 C -7a 10/31/03 C -14h 12/02/03 C -2p 10/31/03 C-8 4/27/04 C-141 12/02/03 C -2q 3/03/05 C -8a 7/25/97 C -14j 12/02/03 C -2r 3/03/05 C -8b 7/17/98 C -2s 3/03/05 C -8c 5/30/97 D -la 1/23/02 D-2 i 3/14/97 D -2w 3/07/97 D -lb 10/06/99 D -2j 3/14/97 D -2x 3/07/97 D -lc 10/06/99 D -2k 3/14/97 D -2y 9/12/97 D-ld 10/06/99 D-21 3/14/97 D-3 6/30/04 D -le 1/23/02 D -2m 3/14/97 D -3a 6/30/04 D-lf 10/06/99 D -2n 3/14/97 D -3b 6/30/04 D -2a 3/14/97 D -2o 3/14/97 D -3c 6/30/04 D -2b 3/14/97 D -2p 3/14/97 D-4 12/11/98 D -2c 3/14/97 D -2q 3/14/97 D-6 6/19/98 D -2d 3/14/97 D -2r 3/14/97 D-7 10/06/99 D -2e 3/14/97 D -2s 3/14/97 D -7a 10/06/99 D -2f 3/14/97 D -2t 3/14/97 D-9 12/11/98 D -2g 3/14/97 D -2u 3/07/97 D -2h 3/14/97 D -2v 3/07/97 E-1 7/25/97 E-4 8/27/03 E-5 5/29/98 E-2 5/29/98 E -4a 8/27/03 167 F-1 12/17/02 F -2c 6/23/04 F -3c 2/09/05 F-1 a 12/17/02 F -2d 6/23/04 F -3d 2/09/05 F-2 8/27/99 F-3 1/13/03 F -3e 2/09/05 F -2a 6/23/04 F -3a 2/09/05 F-4 1/13/03 F -2b 2/09/05 F -3b 2/09/05 G-1 9/12/01 G -6a 8/27/03 G -8f 6/30/04 G-2 6/04/02 G -6b 8/27/03 G -8g 6/30/04 G -2a 6/04/02 G-7 7/18/97 G -9a 6/25/02 G-3 6/04/02 G -8a 12/15/04 G -9b 2/09/05 G -3a 6/04/02 G -8b 8/18/04 G -9c 11/23/04 G -4a 5/20/04 G -8c 8/18/04 G -9e 2/09/05 G -4b 6/30/04 G -8d 12/15/04 G-6 8/27/03 G -8e 8/18/04 H-1 1/10/02 H-4 8/18/04 H-10 5/29/98 H -la 4/14/00 H -4a 2/25/05 H-12 2/25/05 H -lb 3/04/05 H -4b 2/25/05 H -12a 2/25/05 H-1 c 3/04/05 H-6 10/29/03 H -12b 2/25/05 H-1 d 1/10/02 H-7 8/10/98 H-13 2/25/05 H -le 4/14/00 H-8 9/18/98 H -13a 2/25/05 H-2 3/04/05 H-9 4/18/97 H-14 2/09/05 1-1 7/18/97 1-6 7/17/03 1-11 9/11/03 1-2 4/23/99 1-7 7/17/03 1-12 7/17/03 1-3 8/20/99 1-8 7/17/03 1-13 7/17/03 1-4 7/17/03 1-9 7/17/03 1-14 7/17/03 1-5 7/17/03 1-10 7/17/03 J -lb 10/08/99 J -6c 4/24/98 J -8c 5/20/04 J -lc 4/24/98 J -6f 4/24/98 J -8d 5/20/04 J -le 8/01/97 J -6g 12/12/02 J -9a 4/24/98 J -1f 6/23/00 J -6h 4/24/98 J-10 7/18/97 J-3 8/01/97 J -7a 9/12/01 J=11a 9/12/01 J -3b 3/04/05 J -7c 6/19/98 J-12 5/20/04 J -3c 6/24/02 J -7d 4/24/98 J -16a 3/04/05 J -3d 11/05/03 J -8a 5/20/04 J -16b 3/04/05 J-5 8/01/97 J -8b 5/20/04 K-1 12/20/02 K-10 12/20/02 K-19 12/20/02 K-2 12/20/02 K-11 12/20/02 K-20 12/20/02 K-3 12/20/02 K-12 12/20/02 K-21 12/20/02 K-4 12/20/02 K-13 12/20/02 K-22 12/20/02 K-5 12/20/02 K-14 12/20/02 K-23 12/20/02 K-6 12/20/02 K-15 12/20/02 K-24 12/20/02 K-7 12/20/02 K-16 12/20/02 K-25 12/20/02 K-8 12/20/02 K-17 12/20/02 K-26 12/20/02 K-9 12/20/02 K-18 12/20/02 K-27 12/20/02 L-1 7/18/97 L-3 7/18/97 L -5a 7/31/98 L-2 7/18/97 L-5 7/31/98 L-6 7/25/97 M-1.20-00 2/25/05 M-3.30-00 12/15/04 M-20.10-00 3/04/05 M-1.40-00 2/25/05 M-3.40-00 12/15/04 M-20.20-00 3/04/05 M-1.60-00 2/25/05 M-3.50-00 12/15/04 M-20.30-00 3/04/05 M-1.80-00 2/25/05 M-5.10-00 12/15/04 M-20.40-00 3/04/05 M-2.20-00 2/25/05 M-7.50-00 3/04/05 M-20.50-00 3/04/05 168 M-2.40-00 2/25/05 M-9.50-00 3/04/05 M-24.20-00 3/04/05 M-2.60-00 2/25/05 M-11.10-00 3/04/05 M-24.40-00 3/04/05 M-3.10-00 12/15/04 M-15.10-00 2/25/05 M-24.60-00 3/04/05 M-3.20-00 12/15/04 M-17.10-00 3/04/05 169 Required Contract Provisions Federal -Aid Construction Contracts Follows this page 171 FHWA-127313ectronic version — March 10. 1994 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Payment of Predetermined Minimum Wage V. Statements and Payrolls VI. Record of Materials, Supplies, and Labor VII. Subletting or Assigning the Contract VIII. Safety: Accident Prevention IX. False Statements Concerning Highway Projects .. X. Implementation of Clean Air Act and Federal Water Pollution Control Act XI. Certification Regarding Debarment. Suspension, Ineligibility, and Voluntary Exclusion XIt. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS • A. Employment Preference for Appalachian Contracts (included in Appalachian convects only) L GENERAL Page 1 1 3 3 8 8 tract, the contractor shall not: a. discriminate against labor from any other State, posses- sion, or territory of the United States (except for employment preference for Appalachian contracts. when applicable, as specified in Attachment A), or 7 b. employ convict labor for any purpose within the limits 7 of the project unless it is labor performed by convicts who are on 7' parole, supervised release. or probation. 8 U. NONDISCRIMINATION 8 (Applicable to all Federal -aid construction contracts end to all related subcontracts of 110,000 or more.) 9 1. Thein contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work. or by subcontract. 2. Except as otherwise provided for in each section. the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any tower tier subcontract or purchase order that may in turn be made. The Required Contract Provi- sions shaU not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breech of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of: the contract. 4. A breech of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1. 2, 3. 4, and 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general dispute's clause of this contract. Such disputes shall be resolved in accor- dance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor for any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. 6. Selection of Labor: During the performance of this con - 1. Equal Hnpluymant Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders. rules. regulations 128 CFR 35, 29 CFR 1830 and 41- CFR 60) and orders of the Secretary of Labor es modified by the provisions prescribed herein. and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the American Disabiities Act of 1990 (42 U.S.C. 12101 es meg.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obliga- tions and in their review of his/her activities under the convect. b. The contractor will accept as his operating policy the following statement: it is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color. national origin, age or disability. Such action shall include: 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, preapprenticesltip, and/or on-the-job training.' 2. EEO Officer: The contractor will designate and make known to the SHA contracting officers en EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting en active contractor.program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Diseendnetion of Polcy: All members of the contractor's staff who are authorized to hire, supervise, promote, and dis- charge employees. or who reconsnend such action, or who are substantially involved in such action. will be made fully cognizant of, and will implement, the contractor's EEO policy and contrac- tual responsibilities to provide EEO in each grade and classifica- tion of employment. To ensure that the above agreement will be met. the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not Zeas often than once every six months. at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contract- or's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees. applicants for employment and potential employees. e. The contractor's EEO policy end the procedures to implement such policy will be brought to the attention of employ- ees by means of meetings, employee handbooks. or other appropriate means. 4. Ibouitmm ant: When advertising for employees, the contrac- tor will include in al advertisements for employees the notation: 'An Equal Opportunity Employer.' All such advertisements win be placed in publications having a Targe circulation among minority groups in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargain- ing agreement. conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this require- ment. the contractor will identify sources of potential nrnoity group employees. and establish with such identified sources procsdures'whereby minority group applicants maybe referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agree- ment providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system pemnits the contractor's compliance with EEO contract provisions, • (The DOL has head that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amend- ed.) c. The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, end personnel actions of every type. including hiring, upgrading, promotion, transfer. demotion, layoff. and termination, shall be taken without regard to race. color. religion, sex. national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employes faculties do not indicate discriminatory treatment of project site personnel. Pegs 2 b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. 6. The contractor will periodically review selected person- nel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shad include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such complaints. and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action ehail include such other persons. Upon completion of each investigation, the contractor wlii inform ovary complainant of all of his avenues of appeal. ' 6. Training and Promotion: a. The contractor will assist in locating. qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the contractor's work force require- ments and as permissible under Federal and State regulations, the contractor shall make fun use of training programs, i.e., appren- ticeship, and on-the-job training programs for the geographical area of contract perfomhanco. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provi- sion for training is provided under this contract, this subpara- graph will be superseded es indicated in the special provision. c. The contractor will advise employees and applicants for employment of available training programs and entrance require- ments for each. d. The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 7. Unions: 11 the contractor relies in whole or in part upon unions as a source of employees. the contractor will use hislher best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the proce- dures set forth below: a. The contractor win use best efforts to develop. in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions end increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor win use beet efforts to incorporate an EEO clause into each union agreement to the end that such union win be contractually bound to refer applicants without regard to their race, color, religion, sex. nations/ origin. age or disability. c. The contractor is to obtain information es to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contrac- tor with • reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard -to race, color, religion. sex, national origin. age or disability; making full efforts to obtain qualified and/or qualifiable minority group persons end women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246. es amended, and these special provisions, such contractor shall immediately notify the SHA. 8. Selection bf Subcontractors. Procurement of Materials and Leasing • of Equipment: The contractor shall not discriminate on the grounds of race. color. religion. sex. national origin. age or disability in the selection and retention of subcontractors, includ- ing procurement of materials end leases of equipment. a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construc- tion firms from SHA personnel. c. The contractor will use Ns best efforts to ensure subcontractor compliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such records oro necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by autho- rized representatives of the SHA end the FHWA. a. The records kept by the contractor shall document the following: (1) The number of minority, and non -minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions. when applicable, to increase employment opportuni- ties for minorities and women; (3) The progress and efforts being made in locating, hiring. training, qualifying, and upgrading minority and female employees; and (4) The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaning- ful minority end female representation among their employees. b. The contractors will submit an annual report to the SHA each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. If on -the job training is being required by special provision, the contractor will bo required to collect and report training data. II. NONSEGREGATED FACILITIES (Applicable to all Federal -aid construction contracts and to all related subcontracts of $ 10,000 or more.) a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agree- ment or purchase order, as appropriate, the bidder. Federal -aid construction contractor, subcontractor, material supplier, or vendor, as appropriate. certifies that the firm does not maintain or providefor its employees any segregated facilities at any of its establishments. end that the firm doss not permit its employees to perform their services of any location, under its control, where segregated facilities ars maintained. The firm agrees that e breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the tens 'segregated facilities' means any waiting rooms. work areae, restrooms and washrooms, restaurants and other sating area. timecocks, locker rooms. and. other storage or dressing area, parking lots, drinking fountains, recreation or entertainment area, transpor- tation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact. segregated on the basis of race. color, religion, national origin. age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled puking). c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. N. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction contracts exceeding *2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 1. General: a. Alt mechanics and laborers employed or working upon the site of the work will be paid unconditionally and' not less often than once a week and without subsequent deduction or rebate on any account (except such payroll deductions as are pemmitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 2760)) the full amounts of wages and bona Fido fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rotes not less then those contained in the wage determi- nation of the Secretary of Labor (hereinafter 'the wage determi- nation') which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any Piga 3 additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH -1321) or Form FHWA•1495) shell be pasted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section. contributions made or costs reason- ably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act (40 U.S.C. 276e) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section. regular contributions made or costs incurred for more than a weekly period (but not lees often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively mode or incurred during such weekly period. Such laborers and mechanics shell be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed. without regard to skill. except as provided in paragraphs 4 end 5 of this Section IV. b. Laborers or mechanics performing work in more than one classification may becompensated at the rate specified for each classification for the time actually worked therein. provided. that the employer's payroll records accurately sot forth the time spent in each classification in which work is performed. c. All rulings end interpretations of the Davis -Bacon Act and related acts contained in 29 CFR 1, 3, and 5 ere herein incorporated by reference in this contract. 2. Clare fieat(on: s. The SHA contracting officer shed require that any class of laborers or mechanics employed 'under the contract. which is not listed in the wage determination, shell be classified in conformance with the wage determination. b. The contracting officer shell approve en additional classification, wage rata and fringe benefits only when the following criteria have been met: (1) the work to be performed by the additional classifi- cation requested is not performed by a classification in the wage detemrinetion; (2) the additional classification is utilized in the area by the construction industry; (31 the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and (4) with respect to helpers, when such a classification prevails in the area in which the work is performed. c. If the convector or subcontrabtors, es appropriate. the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contract- ing officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate). e report of the action taken shell be sent by the contracting officer to the DOL. Administrator of the Wage and Hour Division. Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representa- tive. wll approve. modify. or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time- is necessary. Pegg 4 d. In the event the contractor or subcontractors. as appro- priate, the laborers or mechanics to be employed in the additional classification or their representatives. and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits. where appropriate). the contracting officer shed refer the questions, including the views of all interested parties end the recommenda- tion of the contracting officer. to the Wage and Hour Administre- tor for determination. Said Administrator. or an authorized representative, will issue • determination within 30 days of receipt and so advise the contracting officer or wall notify the contracting officer within the 30 -day period that additional time is necessary e. The wage rate (including fringe benefits where appropri- ate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the clereeificetion: 3. Payment of Fringe Benefits: a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed es an hourly rate, the contractor or subcontractors, as appropriate. shall either pay the benefit as stated in the wage determination or shall pay another bona fide 'fringe benefit or an hourly case equivalent thereof. b. If the contractor or subcontractor. es appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program. provided, that the Secre- tary of Labor has found, upon the written request of the contrac- tor. that the applicable standards of the Davie -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in $ separate account assets for the meeting of obligations under the plan or program. 4. Apprentices and Trainees (Programa of the U.S. DOL) and Helpers: e. Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they perfommed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL. Employ- ment mployment and Training Administration, Bureau of Apprenticeship and Training. or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his/her first 90 days of probationary employment as en apprentice in such en apprentice- ship program, who is not individually registered in -the program. but who has been certified by the Bureau of Apprenticeship end Training or a State apprenticeship agency (where appropriate) to bo eligible for probationary employment es en 'apprentice. (2) The allowable ratio of apprentices to journeyman - level employees on the job site in any craft classification shad not be greater than the ratio permitted to the contractor as to the entire work. force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not regis- tered or otherwise employed as stated above, shed be paid not loss than the applicable wage rate listed in the wage determina- tion for the classification of work actually performed. In addition, any apprentice perfomung work on the job site in excess of the ratio permitted under the registered program shed be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is perforating construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the joumeyman•level hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. (3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the joumsymen-level hourly rote specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determi- nation for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification. fringes shah be paid in accordance with that determination. (4) In the event the Bureau of Apprenticeship and Training. or a State apprenticeship agency recognized by the • Bureau, withdraws approval of en apprenticeship program. the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. - b. Trainees: (1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at lass than the prsdeternined rats for the work performed unless they are employed pursuant to and individually registered in a program which has reoeived prior approval. evidenced by formal certification by the DOL. Employ- ment and Training Administration. (2) The ratio of trainees to journeymen -level employees on the job site shag not be greater then permitted under the plan approved by the Employment end Training Administration. Any employee listed on the payroll ata trainee rate who is not regis- tered and participating in a training plan approved by the Employ- ment end Training Administration shall bo paid not less than the applicable wage rete on the wage determination for the classifica- tion of work actually performed. In addition, any trainee perform- ing work on the job site in excess of the ratio permitted under the registered program shag be paid not less than the applicable wage rate on the wage detemtination for the work actually performed. (3) Every trainee must be paid at not less than the rate specified in the approved program for his/her level of progress. expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage dstemtination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is en apprentice- ship program associated with the corresponding joumeyman-level wage rate on the wage determination which provides for less than full fringe benefits for apprentices. in which case such trainees shall receive the same fringe benefits es apprentices. (4) In the event the Employment and Training Adminis- tration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at Tess than the applicable predetermined rate for the work per- formed until an acceptable program is approved. c. Helpers: Helpers will bo permitted to work on a project if the helper classification is °pacified and defined on the applicable wage determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition. shell be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. 5. Apprentices and Trainees (programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal - aid highway construction programs are not subject to the require- ments of paragraph 4 of this Section IV. The straight time hourly WWI rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentic- es and trainees to journeymen shall not be greeter than permitted by the terns of the particular program. 6. Withholding: The SHA shall upon its own action or upon written request of in authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements -which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, em- ployed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic. including any apprentice, trainee, or helper, employed or working on the site of the work, ail or pert of the wages required by the contract. the SHA contracting officer may, after written notice to the contractor, take such action u may be necessary to cause the suspension of any further payment. advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employ- ment of laborers, mechanics. watchmen, or guards (including apprentices. trainees. and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watch- men, or guard in any workweek in which he/she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic. watchman. or guard receives compensation et a rete not less than one -and -one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 8. Violation: Liability for. Unpaid Wages; Liquidated Damages: In the event of any violation of the clause sot forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his/her unpaid wages. In addition, such contractor and subcontractor shall be Gable to Pais 6 the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic. watchman. or guard employed in violation of the clause set forth in paragraph 7. in the Burn of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the. overtime wages required by the clause set forth in paragraph 7. 9. Withhcldng for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold. or cause to be withheld. from any mortise payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act. which is held by the sane prima contractor, ouch sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified es local roods or rural collectors, which aro exempt.) 1. Compliance with Copeland Regulotione129 CFR 31: The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by .refer - once. 2. Payrolls and Payroll Records: a. Payrolls end basic records relating thereto shall bo maintained by the contractor and each subcontractor during the course of the work end preserved for • period of 3 years from the date of completion of the contract for all laborers, mechanics. apprentices, trainees, watchmen. helpers, and guards working et the site of the work. b. The payroll records shall contain the name. social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or coats anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(14(21(8) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; end actual wages paid. In addition. for Appalachian contracts, the payroll records shall contain a notation indicating whether the employes does, or does not. normally reside in the labor area as defined in Attachment A. paragraph 1. Whenever the Secretary of Labor. pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program de- scribed in Section 1(b)(2)(8) of the Davis Bacon Act. the contrac- tor and each subcontractor shall maintain records which show 'that the commitment to'provido such benefits is enforceable, that. the. plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics effected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontrac- tors employing apprentices or trainees under approved programs Sees shall maintain written evidence of the registration of apprentices and trainees. and ratios and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor shall furnish. each week in which any contract wort Is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices. trainees, and helpers. described in Suction IV. paragraphs 4 and 5. and watchmen end words engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. This .information may be submitted in any form desired. Optional Form WH -347 is avaiiablo for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029-005-0014-11. U.S. Govemment Printing Office. Washington. D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a "Statement of Compliance." signed by the contractor or subcon- tractor or his/her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) that the payroll for the payroll period contains tie information required to be maintained under paragraph 2b of this Section V and•that such information is correct and complete; (2) that such laborer or mechanic (including each helper, apprentice. and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate. Dither directly or indirectly, and that no deduc- tions haw been made either directly or indirectly from the full wages earned. other than pemisslolo deductions as set forth in the Regulations, 29 CFR 3; (3) that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equiva- lent for the classification of worked performed. as specified in the applicable wage determination incorporated into the contract. e. The weekly submission of a properly executed certifica- tion set forth on the reverse side of Optional Form WH -347 shall satiety the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. f. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. g. The contractor or subcontractor shell make the records required under paragraph 2b of this Section V available for inspection, copying. or transcription by authorized representatives of the SHA. the FHWA. or the DOL, and shall permit such repre- sentatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the SHA. the FHWA. the DOL. or a8 may, after written notice to the contractor. sponsor, applicant. or owner. take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore. failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. VI. RECORD OF MATERIALS, SUPPLIES. AND LABOR 1. On ell Federal -aid contracts on the National Highway System, except those which provide solely for the installation of protective devices et railroad.grade crossings, those which ere constructed on s force account or direct labor basis, highway beautification contracts, and contracts for which the total find construction cost for roadway and bridge is Tess than 51,000,000 (23 CFR 635) the contractor shall: a. Become familiar with the list of specific materials and supplies contained in Form FHWA-47,."Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47. c. Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph 1 b relative to materials end supplies, a find labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the Stats. Specialty itemo may be performed by subcontract and the amount of any such specialty items per- formed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635). a. "Its own organization" shall be construed to include only workers employed end paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the prime contractor. b. "specialty Items" shall be construed to be limited to work that requires highly epscialzed knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be fattited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material end manufactured products which are to bo purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm. has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, end engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. V. SAFETY: ACCIDENT PREVENTION 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws govern- ing safety, health. and sanitation 123 CFR 635). The contractor shell provide ell safeguards, safety devices and protective equipment and tate any other needed actions es it determines, or as the SHA contracting officer may determine, to be reason- ably necessary to protect the Nfa and health of employees on the job and the safety of the public and to protect property in connection with the performance of the, work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor end any subcontrac- tor shall not pemt.t any employee, in performance of the con- tract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, es detemtined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract perfor- mance to inspect or in vostigate the matter of compliance with the construction safety end health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act 140 U.S.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliabiNty on statemsnui and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions es carefuNy, thoroughly, end honestly as possible. Willful falsification, distortion, or misrepre- sentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousneso of these and similar acts, the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: "Whoever, being en officer, agent or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be Pees? performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makae any false statement, false represen- tation, false report er false claim with respect to the character, quaty, quantity, or cost of any work performed or to be per- formed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretory of Transportation: or Whoever knowingly makes any false statement or false repn- - se ntation as to tnatariat fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, 139 Stat. 3551, as emended and supplemented • Shall be fined not mon that $ 10,000 or imprisoned not nor• than 5 years or both.' X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to ad Federal -aid construction contracts and to all related subcontracts of 1100.000 or more.) By submission of this bid or the execution of this contract. or subcontract, as appropriate, the bidder, Federal -aid construction contractor, or subcontractor, es appropriate, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the performance of this contract. unless such contract is exempt under the Clean Air Act. as emended (42 U.S.C. 1857 et sem.. as emended by Publ. 91-804). and under the Federal Water Pollution Control Act. as emended (33 U.S.C. 1251 Sag., g., as emended by Pub.L. 92-500), Executive Order 11738, and regulations in implementa- tion thereof (40 CFR 15) is not listed, on the date of contract award. on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 2. That the fine 'groes to comply and remain in compliance- with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act end all regulations and guidelines Gated thereunder. 3, That tie firm shed promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be fisted on the EPA Ust of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract. end further agrees to take such action as the government may direct es a means of enforcing such requirements. XL. CERTIFICATION REGARDING DEBARMENT. SUSPENSION. I EUGIBLITY AND VOLUNTARY EXCLUSION 1. kstrucdo s foe Certification - Primary Covered Transac- tions: (Applicable to all Federal -aid contracts - 49 CFR 29) e. By sigrin g and submitting this proposal, the prospective Pep primary participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction: The prospective participant shall submit en explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or on explanation shell disqualify such a peroon from participation in this transaction. c. The certification in this clause is a material representa- tion of fact upon which reliance was placed when the department or agency determined to anter into this transaction. If it is later determined that the prospective pay participant knowingly rendered en erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the department or agency to whorin this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or hes become erroneous by reason of changed circumstances. e. The terms 'covered transaction." "debarred," 'suspend- ed.' "ineligible.' lower tier covered transaction," 'participant." "person." 'primary covered transaction.' "principal." "proposal." and "vduntasly excluded." es used in this clause. have the meanings set out in the Definitions and Coverage sections of ides implementing Executive Order 12549. You may contact the department or cogency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transection be entered into. it shell not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended. declared inedgble, or voluntarily excluded from participation in this covered transaction. unless authorized by the department or agency entering into this transaction. g. The prospective primary participant further sprees by submitting this proposal that it will include the douse tided "Cerdfication Regarding Debarment. Suspension, Ineligibility end Voluntary Exclusion -Lower Tier Covered Transaction,' provided by the department or agency entering into this covwed transac- tion. without modification. in all lower tier covered transactions and in all solicitations for lower tier covered transactions. h. A participant in a covered transection may rely upon a certification of a prospective participant in s lower tier covered transaction that is not debarred. suspended, ineligible. or volun- tarily excluded from the covered transection, unless it knows that the certification is erroneous. A participant may decide the method end frequency by which it determines the eligibility of its principals. Each participant may. but is not required to, check the nonproeurement portion of the 'Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" INonprocure- ment Ust) which is compiled by the General Services Administra- tion. i. Nothing contained in the foregoing shell be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowl- edge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. - j. Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a (ower tier covered transaction with person who is suspended. debarred, ineligible. or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the depart- ment or agency may terminate this transaction for cause or default. Certification Regarding Debarment. Suspension. Ine9gibity and Voluntary Exclusion -Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred. suspended. proposed for debarment. declared ineligible, or- voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3 -year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud ore criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery. falsification or destruction of records. nuking false statements, or receiving stolen property; o. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph lb of this certification: and d. Have not within a 3 -year period preceding this applica- tion/proposal had ons or more public transactions (Federal. State or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification. such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Ter Covered Transac- tions: (Applicable to all subcontracts, purchase orders and other (ower tier transactions of 825,000 or more - 49 CFR 29) a. By sighing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representa- tion of fact upon which reliance was placed when this transac- tion was entered into. If it is later determined that the prospec- tive sower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transac- tion originated may pursue available remedies, including suspen- sion and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if et any time the prospective (ower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspend- ed; "ineligible," 'primary covered transaction,' 'participant," "person," 'principal,' "proposal,' and "voluntarily excluded." as used in this clause, have the meanings set out in the Definitions and Coverage sections of nines implemendng Execudve Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining • copy of those regulations. e. The prospective lower tier participant agrees by submit- ting this propose that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred. suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction. unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment. Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon e certification of a prospective participant in a lower tier covered transaction that is not debarred. suspended, ineligible, or volun- tarily excluded from the covered transaction. unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it deem/init. the eligibility of its principals. Each participant may, but is not required to. check the Nonprocurament List. h. Nothing contained in the foregoing shell be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowl- edge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph • of these instructions. if a participant in • covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded freer participation in this transaction, in addition to other remedies available to the Federal Goverment, the depart- ment or agency with which this transaction originated may pursue available remedies, including suspension and/or debar- ment. Certification Resettling Debarment, Suspension. k eliglbility and Voluntary Exclusion—Lower Ter Covered Transactions: 1. The prospective lower tier participant certifies, by submis- sion of this proposal, that neither it nor its principals is presently debarred. suspended, proposed for debarment, declared ineligible. or voluntarily excluded from participadon in this transaction by any Federal department or agency. 2. Where the prospective lower der participant is unable to certify to any of the statements in this certification, such prospective participant shill attach an explanation to this proposal. )01. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed 8100,000 - 49 CFR 20) 1. The prospective participant cerdfies, by signing and submit- ting this bid or proposal. to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned. to any person for influencing or attempting to influence an officer or employee of any Federal agency. a Member of Congress. an officer or employ- ee of Congress. or an employee of a Member of Congress in connection with the awarding of any Federal contract, the • making of any Fedora grant. the making of any Federal loan. the entering into of any cooperative agreement. and the extension, continuation. renewal. amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be pad to any parson for influencing or attempt- ing to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employes of Congress, or an employee of a Member of Congress in connection with this Federal contract. grant, loan, or cooperative agreement. the undersigned shall complete and submit Standard Form -LLL. 'Disclosure Forts to Report Lobbying.' in accordance with its instructions. 2. This certification is • materiel representation of fact upon which reliance was placed when this transaction was mads or entered into. Submission of this certification is a prerequisite for making or entering into die transaction imposed by 31 U.S.C. 1352. Any person who fails to filo the required certification shell be subject to a civil penalty of not less than 110.000 and not more than 8100,000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in e1 lower tier subcontracts, which exceed 8100.000 and that al such recipients shell certify and &solos" accordingly. ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalpchian contracts only.) 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done es on -sits work, shall give preference to quaified persons who regularly reside in the Tabor area es designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of die contract work. • c. For the obligation of the contractor to offer employ- ment to present or former employees as the result of a lawful colieotive bargaining contract. provided that the number of nonresident persons employed under this subparagraph 1c shall .not exceed 20 percent of the total number of employees em- ployed by the contractor on the contract work, except as provided in subparagraph 4 below. 2. The Contractor shall place a job order with the State Employment Service indicating (al the classifications of the laborers, mechanics and other employees required to perform the contract work. (b) the number of employees required in each classification. (c) the date on which he estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work. the information submitted by the contractor in the original job order is substantia ty modified, he shall promptly notify the State Employment Service. 3. The contractor shah give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, ars not qualified to perform the classification of work required. 4. If, within 1 weak following the placing of a job•order by the contractor with the Stats Employment Service, the State Employ- ment Service is unable to refer any qualified job applicants to tho contractor, or less than the number requeoted, the State Employ- ment Service will forward a certificate to the cohtractor indicating the unavailability of applicants. Such certificate shall be made o part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the Tabor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph 1 c above. 5. The contractor shall include the provisions of, Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. 1 AMENDMENT 2 REQUIRED CONTRACT PROVISIONS 3 FEDERAL -AID CONSTRUCTION CONTRACTS 4 (Exclusive of Appalachian Contracts) 5 Under Section 11, Paragraph 8b is revised as follows: 6 The reference to 49 CFR 23 is revised to read 49 CFR 26. 7 Under Section II , Paragraph 8b is supplemented with the following: 8 The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex 9 in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in 10 the award and administration of USDOT-assisted contracts. Failure by the contractor to carry out these requirements 11 is a material breach of this contract which may result in the termination of this contract or such other remedy as 12 the recipient deems appropriate. 13 Under Section II, in accordance with standard specification 1-08.1(A) and applicable RCWs a new paragraph 8d is 14 added as follows: 15 The contractor or subcontractor agrees to pay each subcontractor under this prime contract for satisfactory 16 performance of its contract and/or agreement no later than ten (10) days from the receipt of each payment the prime 17 contractor receives from WSDOT or its subrecipients. The prime contractor agrees further to return retainage 18 payments to each subcontractor within ten (10) days after the subcontractor's work is satisfactorily completed. Any 19 delay or postponement of payment from the above referenced time frame may occur only for good cause following 20 written approval of the WSDOT. This clause covers both DBE and non -DBE contractors. 21 22 Under Section IV, Paragraph 2b(4) is deleted. 23 24 Under Section IV, Paragraph 4, "and helpers" is deleted from the title. 25 26 Under Section IV, Paragraph 4a(1), add: 27 28 The provisions in this section allowing apprentices to work at less than the predetermined rate when they are 29 registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment 30 and Training Administration, or with the Bureau of Apprenticeship and Training, does not preclude a 31 requirement for the Contractor to pay apprentices the full applicable predetermined rate in the event a State 32 Apprenticeship Agency, recognized by the Bureau, has not approved, or withdraws approval, of an 33 apprenticeship program. 34 35 Under Section IV, Paragraph 4c is deleted. 36 37 Under Section IV, Paragraph 6 is revised by deleting "helpers" and "helper". 38 39 Under Section IV, Paragraph 7 is revised by deleting "helpers". 40 41 Under Section V, Paragraph 2a is revised by deleting "helpers". 42 43 Under Section V, Paragraph 2d(2) is revised by deleting "helper". 44 45 Amendment to Form FHWA 1273 46 Revised December 2, 2002 CONTRACT QQ THIS AGREEMENT, made and entered into in triplicate, this day of ,8a , 2005, by and between the City of Yakima, hereinafter called the Owner, and COLUMBIA ASPHALT & GRAVEL, INC. a Washington Corporation, hereinafter called the Contractor WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF $ 2,741,761.05, for Schedules 'A' & 'C', of Washington Avenue Widening 1 Reconstruction & Sanitary Sewer— 72nd Ave. to 52nd Ave., Project Nos. 1957 & 2082, all in accordance with, and as described in the attached plans and specifications and the 2004 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 twenty (120) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. 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. 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 IV. 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 w'L this '13 day of `. 2005 Attest: City CONTRACTOR COLUMBIA ASPHALT & GRAVEL NC, a Washington Corporation ontractor City Clerk K 1 M,q SEAL (Print Name) s Se c .r--rzJ- a r y �� �e aI c -A (Presiderftt, Owner, etc.) Address: iP° a o x 9 3 3? yq k7tAnc WA" 98901 BOND 11 8811409 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, COLUMBIA ASPHALT & GRAVEL, INC . a WASHINGTON Corporation as Principal and FIDELITY & DEPOSIT COMPANY OF M4RYLAND corporation organized and existing under the laws of the State of MARYLAND as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $2,741,761.05 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this 26T1lay of SEPTEMBER 20 05 Never -the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on , 20 , the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said COLUMBIA ASPHALT & GRAVEL , INC .the above bounded Principal, a certain contract, the said contract being numberedl957 / 195$and providing for WA AVE WIDENING/RECONSTRUCTI ch contracts 72ND TO 52ND) is referred to herein and is made a part hereof as though attached hereto), and, WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said COLUMBIA ASPHALT & GRAVEL , INC . shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and material men, and all persons who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, YAKIMA AIR TERMINAL, and YAKIMA COUNTY, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub -contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. COLUMBIA ASPHALT GVEL, INC. / (Con Approved as to form: %ague, (City A G)si-n6 )tom/1.3)o�<:25 By: LisvzekA (Print Name) Its: P (President, Owner, etc...) FIDELITY & DEPOSIT COMPANY OF MARYLAND (Sure L By: ✓L (�. i -t L.� -ky r v4.• TRACI SULLIVAN (Print Name) Its: ATTORNEY—IN—FACT 175 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article V1, Section 2, of the By -Laws of said Company, 'are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date , e by nominate, constitute and appoint Don W. EMERICK, JR., Lissa M. SHIVELY, Traci SU ��. sig y : , tom' KEE, all of Yakima, Washington, EACH its true and lawful agent and Attorney i. . *�% ecu - + ~+:`Ct> - , for, and on its behalf as surety, and as its act and deed: any and all bon' . �{6wa + + �„ r gs •. +�s: o such bonds or undertakings in pursuance of these presents, shall be as bt •r • �� .: �;r' om..`� .`�" ply, to all intents and purposes, as if they had been duly executed and ac sy�,,y �� ;' �i� �°are ii Itt o i ers of the Company at its office in Baltimore, Md., m their own proper pe p 1t • . f o ro�r-, � •' . issued on behalf of Don W. EMERICK, JR., Carol KORN, Jana PERKINS; Lis .'`�i F� ? ll/' IAN, Tammy R. MCKEE, dated April 10, 2003. The said Assistant eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By- . s • said Company, and is now m 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, this 28th day of February, A.D. 2005. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Eric D Barnes Assistant Secretary William J. Mills Vice President State of Maryland } City of Baltimore ss. On this 28th day of February, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the mdividuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the, same, and being by me duly 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 Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. POA -F 180-3127 Maria D. Adamski Notary Public My Commission Expires: July 8, 2007 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with theconcurrence of the Secretary or any one of the Assistant Secretaries, to appomt Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed 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 m Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. 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 AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified 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 Company, this 26TH day of SEPTEMBER , 2005 Assistant Secretary MARSH FAX To: City of Yakima Fax #: 576-6314 CERTIFICATE ACCEPTABLE: _,„. hoz Attn:=DanFord From: Yes Joel Pearson CITY OF YAKIMA LIABILITY CERTIFICATE CHECKLIST Contractor: Columbia Asphalt Job Description: Projects 1957 & 1958 1. Carriers admitted in the State of Washington an A -VII or better in Best's Guide. 2. Commercial General Liability on an occurrence basis subject to a $1,000,000 limit per occurrence. 3. Automobile includes "Any Auto" and is subject to a $1,000,000 limit. 4. Employers Liability shown at a $1,000,000 limit per occurrence. 5. City of Yakima, their agents, employees, and elected and appointed officials are listed as an Additional Insured. 6. Copy of Additional Insured endorsement included. 7. Per Job Aggregate endorsement shown. If not, is a $2,000,000 Umbrella limit shown over $1,000,000 underlying? 8. Is the General Liability policy subject to a deductible of $5,000 or less? If higher, approval is required by the City. '9. Under cancellation section is "Endeavor to" and "But failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" crossed out? Is 20 days or more notice of cancellation shown? Joel Pearson 10/3/2005 Completed By Certificate Checklist 2 / Sheetl S:\Bus_Unit\ANY\102-jp\clients\Yakima, City ofCertificate Checklist.xls x x Date 01/23/2003 1 1 1 ' COVERAGES AC®Rp CERTIFICATE OF LIABILITY INSURANCE DATE ) 09/26/2 005 TYPE OF INSURANCE PRODUCER' (509)965-2090 FAX (509)966-3454 Conover Insurance, Inc. (Y) 125 N. 50th Ave. P.O. Box 10088 - Yakima, WA 98909-1088 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERT FICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Columbia Asphalt & Gravel, Inc. Columbia Ready -Mix, Inc. P.O. Box 9337 Yakima, WA 98909 INSURER A: Zurich American Ins. Co GENERAL INSURER B: Ins Co of the State of PA CP03697348 INSURER C: 04/26/2006 INSURER D: $ 1,000,000 INSURER E: DAMAGE TO RENTED PRFMISFS (Fa nrcurorwp) THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ' INSR LTR ADD'L INSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE 1 (MMI UXQL._DA POLICY EXPIRATION (MM/IIDIYYI LIMITS I A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CP03697348 _DA 04/26/2006 04/26/2006 EACH OCCURRENCE $ 1,000,000 X DAMAGE TO RENTED PRFMISFS (Fa nrcurorwp) $ 300 000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 7 POLICYn PROT LOC JEC I A IF AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BAP3697349 04/26/2005 04/26/2006 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY* AGG $ EXCESS/UMBRELLA UABIUTY 47052937 04/26/2005 04/26/2006 EACH OCCURRENCE $ 2,000,000 OCCUR CLAIMS MADE AGGREGATE $ 2,000,000 DEDUCTIBLE RETENTION $ $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY EMPLOYERS ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? IfyEesPribe under SPECIAL PROVISIONS below CP03697348 LIAB/STOP GAP WORK COMP - STATUTORY 04/26/2005 04/26/2006 WC STATU- OTH- TORY LIMITS FR E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS /LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS 'e: Project 1957 & 1958 - Washington Avenue Widening/Reconstruction - 72nd Ave to 52nd Ave. - ity of Yakima, its agents, employees and -elected or appointed officials are named as Additional nsured per form U -GL -1175-A CW 9/03 attached. 1 CERTIFICATE HOLDER CANCELLATION City of Yakima 129 N. 2nd Street Yakima, WA 98901 CORD 25 (2001/08) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCDLLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL latali3006 MAIL 20 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, XIXD(d X6XXXEXIXIVKJQdfDIIKIXYXl+XiXXXiISXIXIXXXX XPOIRMIXXXNKXXAMXXXXXXXXXXXD(D(& LafAG EXXXXXXXXXX AUTHORIZED REPRESENTATIVE David LaRiviere/TRACIS ©ACORD CORPORATION 1988 o IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Additional Insured — Automatic - Owners, Lessees Or Contractors - Broad Form ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Add'I. Prem Retum Prem. $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. B. The insurance provided to additional insureds applies only to "bodily injury", "property damage" or "personal and advertis- mg injury" covered under Section I, Coverage A, BODILY INJURY AND PROPERTY DAMAGE LIABILITY and Coverage B, PERSONAL AND ADVERTISING INJURY LIABILITY, but only if: 1. The "bodily injury" or "property damage" results from your negligence; and 2. The "bodily injury", "property damage" or "personal and advertising injury" results directly from: a. Your ongoing operations; or b. "Your work" completed as included in the "products -completed operations hazard", performed for the additional insured, which is the subject of the written contract or written agreement. C. However, regardless of the provisions of paragraphs A. and B. above: 1. We will not extend any insurance coverage to any additional insured person or organization: a. That is not provided to you in this policy; or b. That is any broader coverage than you are required to provide to the additional insured person or organization in the written contract or written agreement; and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of: a. The Limits of Insurance provided to you in this policy; or b. The Limits of Insurance you are required to provide in the written contract or wntten agreement. D. The insurance provided to the additional insured person or organization does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" that results solely from negligence of the addi- tional insured; or Includes copyrighted material of Insurance Services Office. Inc. with its permission. U -GL -1175-A CW (9/03) Page 1 of 2 • 2. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or 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. E. The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim: 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by an- other insurer under which the additional insured also has rights as an insured or additional insured. F. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other in- surance available to any additional insured person or organization unless the other insurance is provided by a contractor other than you for the same operations and job location. Then we will share with that other insurance by the method de- scribed in paragraph 4.c. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS. Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as wnt- ten. U -GL -I 175-A CW (9/03) Page 2 of 2 RELEASE OF RETAINAGE BOND OF CONTRACTOR FIDELIT? IND DEPOSIT COMPANY OF MARYLAND, Bond 8811410 COLUMBIA ASPHALT & GRAVEL „INC. KNOW ALL MEN BY THESE pP53E`rrS : (hereinafter called Principal), as Principal, and Fidelit7 & Deposit Co:aaany of Maryland a corporation organized and doing business under and by virtue of the laws of the Stat_ of Maryland. and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of Washington. (hereinafter call Surety), are held and firmly bound unto CITY OF YAKIMA zereizafter called Obligee) In the just and full sum of ONE HUNDRED THIRTY-SEVEN THOUSAND EIGHTY- EIGHT & NO/100 ($137,088.00) lawful money of the United States of Arer'_ca. for the payment of which, well and truly to be made, we hereby bind ourselves. aur heirs, executors, administrators, successors and assigns, jointly, firmly, by these presents. THE CONDITIONS OF MIS OBLIGATION ARE SUCH THAT, Whereas., the said Principal on the day of entered into a written contract with the said obligee for PROJECT 1957 & 1958 WA AVENUE WIDENING/RECONSTRUCTION - 72ND TO 52ND, which said c=ontract is hereby referred to and :Wade a part hereof by reference. warmas, the above named Principal has requested release of Retained percentage earned or which may be earned under said contract, and. mimuu S, the obligee is frilling to release retained percentage in advance of contract terms relating to payment provided the principal shall file bend to Indemnify the obligee for all loss, cost or damages which the obligee may sustain by reason of payment of retainage to the principal. *CW. ITERHFORS, the condition of this obligation is such that if the princ:pai shall Inde_mnifv the obl.icee for all loss, cost of damages which the obligee may sustain by � reason of payment of retainage percentage to the principal then this obligation shall be null and void otherwise to remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 26TH day of SEPTEMBER, 2005 COLUMBIA ASPHALT & GRAVEL, INC. • FIDELITY & DEPOSIT COMPANY OF MARYLAND TRACI SULLIVAN, ATTORNEY-IN-FACT • Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by.WILLIAM J MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article V1, Section 2, of the By -Laws of said Company, . vare set forth on the reverse side hereof and are hereby certified to be m full force and effect on the date e. cQs '!T'� by nominate, constitute and appoint Don W. EMERICK, JR., Lissa M. SHIVELY, Traci S • 1 s ` y t , i,' KEE, all of Yakima, Washington, EACH its true and lawful agent and Attorney -i. . Girt "'�I ; - cu + �+ :'K�"' , for, and on its behalf as surety, and as its act and deed: any and all bons . ; av t r ► gs . . :+!: i"' 1a� Io—such bonds or undertakings in pursuance of these presents, shall be as bio . • .: • : ,ham' om.. '"� :. "' ply, to all intents and purposes, as if they had been dulyexecuted and ac r +, ••• �� :;:� .. ere• � �''-��� o`�`'i ers of the Company at its office in Baltimore, Md., in their own proper pe p 1►• of o iii, 1•, �i• issued on behalf of Don W. EMERICK, JR., Carol KORN, Jana PERKINS, Lis . ` . F 'i� l gook ' AN, Tammy R. MCKEE, dated April 10, 2003. The said Assistant 1:011.1i es e eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, said Company, 2, of the By- 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, this 28th day of February, A.D. 2005. ATTEST: ,o„ Eric D Barnes FIDELITY AND DEPOSIT COMPANY OF MARYLAND rl t • By: Assistant Secretary William J Mills Vice President State of Maryland ss: City of Baltimore f On this 28th day of February, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, 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 bemg by me duly 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 Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. POA -F 180-3127 Maria D. Adamski Notary Public My Commission Expires: July 8, 2007 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertalung, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed 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 m Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND This Power of Attorney and Certificate may be signed by facsimile under and by authonty of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified 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 Company, this 26TH day of SEPTEMBER 2005 Assistant Secretary STATE OF WASHINGTON) COUNTY OF YAKIMA ) ss MINIMUM WAGE AFFIDAVIT 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. Subscribed and sworn to before me on this Contractor day of , 200 Notary Public in and for the State of Washington residing at 181 1 1 1 PREVAILING WAGE RATES 1 Department of labor & Industries Statement 1 Prevailing Wage Rates for Yakima County 1 DOLI - Manufacture & Fabrication Notice 1 Benefit Code Key 1 1 1 1 1 1 1 1 1 1 1 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504-4540 Telephone: 360-902-5335 183 General Decision Number: WA030001 07/29/2005 WA1 Superseded General Decision Number: WA020001 State: Washington Construction Types: Heavy (Heavy, and Dredging) and Highway Counties: Washington Statewide. HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Number Publication Date Modification Number Publication Date 0 06/13/2003 16 10/15/2004 1 01/23/2004 17 10/22/2004 2 02/06/2004 18 11/05/2004 3 02/13/2004 19 11/19/2004 4 03/05/2004 20 12/03/2004 5 03/12/2004 21 01/14/2005 6 04/16/2004 22 02/18/2005 7 05/14/2004 23 03/18/2005 8 06/18/2004 24 03/25/2005 9 06/25/2004 25 04/01/2005 10 07/02/2004 26 04/22/2005 11 07/23/2004 27 06/03/2005 12 08/06/2004 28 06/10/2005 13 08/20/2004 29 06/17/2005 14 09/03/2004 30 07/08/2005 15 10/01/2004 31 07/29/2005 CARP0001-008 06/01/2005 Rates Fringes Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES GROUP 1• $ 24.18 7.75 GROUP 2• $ 25.29 7.75 GROUP 3• $ 24.45 7.75 GROUP 4• $ 24.18 7.75 GROUP 5• $ 59.90 7.75 GROUP 6• $ 28.32 7.75 WA030001 Modification 31 1 Federal Wage Determination SPOKANE AREA: ASOTIN,GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1• $ 23.51 7.75 GROUP 2 $ 24.61 7.75 GROUP 3• $ 23.77 7.75 GROUP 4• $ 23.51 7.75 GROUP 5• $ 58.24 7.75 GROUP 6• $ 27.60 7.75 CARPENTERS CLASSIFICATIONS GROUP 1: Carpenter; Burner -Welder; Rigger and Signaler; Insulators (all types), Acoustical, Drywall and Metal Studs, Metal Panels and Partitions; Floor Layer, Sander, Finisher and Astro Turf; Layout Carpenters; Form Builder; Rough Framer; Outside or Inside Finisher, including doors, windows, and jams; Sawfiler; Shingler (wood, composition) Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and Dismantling; Stationary Saw -Off Bearer; Wire, Wood and Metal Lather Applicator GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge, dock and wharf carpenters GROUP 5: Divers GROUP 6: Divers Tender DEPTH PAYY FOR Each foot over Each foot over Each foot over DIVERS: 50-100 feet 100-175 feet 175-250 feet $1.00 2.25 5.50 HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per Level A. Supplied a chemical "splash hour - Uses same respirator protection as air line is provided in conjunction with suit". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. WA030001 Modification 31 2 Federal Wage Determination 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CARP0003-006 06/01/2005 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: CARPENTERS; ACOUSTICAL $ 28.41 11.16 DIVERS TENDERS $ 31.01 11.16 DIVERS $ 67.18 11.16 DRYWALL $ 28.41 11.16 FLOOR LAYERS & FLOOR FINISHERS (the laying of all hardwood floors nailed and mastic set, parquet and wood -type tiles, and block floors, the sanding and finishing of floors, the preparation of old and new floors when the materials mentioned above are to be installed); INSULATORS (fiberglass and similar irritating materils $ 28.56 11.16 MILLWRIGHTS $ 28.91 11.16 PILEDRIVERS $ 28.91 11.16 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 100 TO 150 FEET 1.50 PER FOOT OVER 100 FEET 150 TO 200 FEET 2.00 PER FOOT OVER 150 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 WA030001 Modification 31 3 Federal Wage Determination BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE city ZONE 2: miles of ZONE 3: miles of ZONE 4: miles of ZONE 5: miles of ZONE 6: 1: Projects located within 30 miles of the respective hall of the above mentioned cities Projects located more than 30 miles and less than the respective city of the above mentioned cities 40 miles and less than above mentioned cities 50 miles and less than above mentioned cities. 60 miles and less than 70 above mentioned cities 70 miles of the respected city of Projects located more than the respective city of the Projects located more than the respective city of the Projects located more than the respective city of the Projects located more than the above mentioned cities 40 50 60 * CARP0770-003 06/01/2005 Rates Fringes Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES ACCOUSTICAL WORKERS $ 21.71 10.45 CARPENTERS AND DRYWALL APPLICATORS $ 21.45 10.45 CARPENTERS ON CREOSOTE MATERIAL $ 21.55 10.45 DIVERS TENDER $ 32.26 10.67 DIVERS $ 72.52 10.67 INSULATION APPLICATORS $ 21.45 10.45 MILLWRIGHT AND MACHINE ERECTORS $ 30.40 10.45 PILEDRIVER, BRIDGE DOCK AND WHARF CARPENTERS $ 29.40 10.45 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 29.60 10.45 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS $ 21.58 10.45 WA030001 Modification 31 Federal Wage Determination (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Zone Pay: 0 -25 25-35 35-45 45-55 Over Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend radius miles radius miles radius miles radius miles 55 radius miles Free $1.00/hour $1.15/hour $1.35/hour $1.55/hour Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles 25-45 radius miles Over 45 radius miles Free $ .70/hour $1.50/hour WA030001 Modification 31 Federal Wage Determination * CARP0770-006 06/01/2005 Rates Fringes Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES ACOUSTICAL WORKERS $ 29.56 10.67 BRIDGE, DOCK & WHARF CARPENTERS $ 29.40 10.67 CARPENTERS AND DRYWALL APPLICATORS $ 29.40 10.67 CARPENTERS ON CREOSOTE MATERIAL $ 29.50 10.67 DIVERS TENDER $ 32.26 10.67 DIVERS $ 72.52 10.67 INSULATION APPLICATORS $ 29.40 10.67 MILLWRIGHT AND MACHINE ERECTORS $ 30.40 10.67 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 29.60 10.67 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS $ 29.53 10.67 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly -Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Zone Pay: 0 -25 radius miles 25-35 radius miles 35-45 radius miles 45-55 radius miles Over 55 radius miles Free $1.00/hour $1.15/hour $1.35/hour $1.55/hour WA030001 Modification 31 Federal Wage Determination Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 25-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour * ELEC0046-001 06/06/2005 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes Cable splicer $ 36.85 3%+12.64 Electrician $ 33.50 3%+12.64 ELEC0048-003 01/01/2005 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes Cable splicer $ 31.60 3%+$13.05 Electrician $ 31.35 3%+$13.05 ELEC0073-001 07/01/2004 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes Cable splicer $ 24.07 3%+11.58 Electrician $ 23.67 3%+11.58 ELEC0076-002 09/01/2004 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes Cable splicer $ 34.13 3%+12.56 Electrician $ 30.75 3%+12.56 WA030001 Modification 31 7 Federal Wage Determination ELEC0077-002 02/01/2005 Rates Fringes Line Construction: CABLE SPLICERS $ 39.48 3.875%+9.75 GROUNDMEN $ 24.68 3.875%+8.00 LINE EQUIPMENT MEN $ 30.32 3.875%+8.00 LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN$ 35.25 3.875%+9.75 POWDERMEN, JACKHAMMERMEN$ 26.44 3.875%+8.00 TREE TRIMMER $ 20.98 3.875%+7.94 ELEC0112-005 06/01/2005 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes Cable splicer $ 31.24 3%+12.28 Electrician $ 29.90 3%+12.43 ELEC0191-003 09/01/2004 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes Cable splicer $ 33.72 3%+10.33 Electrician $ 30.66 3%+10.33 ELEC0191-004 09/01/2004 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes Cable splicer $ 29.33 3%+10.28 Electrician $ 26.66 3%+10.28 ELEC0970-001 01/01/2005 COWLITZ AND WAHKIAKUM COUNTIES Rates Fringes Cable splicer $ 31.57 3%+10.60 Electrician $ 28.70 3%+10.60 WA030001 Modification 31 8 Federal Wage Determination ENGI0302-003 06/01/2005 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) Zone 1 (0-25 radius miles): Rates Fringes Power equipment operators: Group 1A $ 31.08 11.05 Group IAA $ 31.63 11.05 Group lAAA $ 32.17 11.05 Group 1 $ 30.54 11.05 Group 2 $ 30.07 11.05 Group 3 $ 29.66 11.05 Group 4 $ 27.37 11.05 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type WA030001 Modification 31 9 Federal Wage Determination GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off-road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrpers-concrete and carry -all; Service engineer -equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator WA030001 Modification 31 10 Federal Wage Determination CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES MAY BE PAID ON THE FOLLOWING: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving including, but utilities excluded. 3. Marine projects (docks, wharfs, ect.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on outfitted with protective c H-2 Class "C" Suit - Base H-3 Class "B" Suit - Base H-4 Class "A" Suit - Base a hazardous waste site when not lothing. wage rate plus $.25 per hour. wage rate plus $.50 per hour. wage rate plus $.75 per hour. ENGI0302-009 06/01/2005 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA,SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES' ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 95% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. WORK PERFORMED ON HYDRAULIC DREDDGES: Zone 1 (0-25 radius miles): Rates Fringes Power equipment operators: GROUP 1 TOTAL PROJECT COST $300,000 AND OVER $ 29.23 11.05 TOTAL PROJECT COST UNDER $300,000 $ 26.96 8.40 GROUP 2 TOTAL PROJECT COST $300,000 AND OVER $ 29.35 11.05 TOTAL PROJECT COST UNDER $300,000 $ 27.06 WA030001 Modification 31 Federal Wage Determination 8.40. GROUP 3 TOTAL PROJECT COST $300,000 AND OVER $ 29.72 11.05 TOTAL PROJECT COST UNDER $300,000 $ 27.38 8.40 GROUP 4 TOTAL PROJECT COST $300,000 AND OVER $ 29.77 11.05 TOTAL PROJECT COST UNDER $300,000 $ 27.43 8.40 GROUP 5 TOATL PROJECT COST $300,000 AND OVER $ 31.29 11.05 TOTAL PROJECT COST UNDER $300,000 $ 28.75 8.40 GROUP 6 TOTAL PROJECT COST $300,000 AND OVER $ 29.23 11.05 TOTAL PROJECT COST UNDER $300,000 $ 26.96 8.40 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 - ASSISTANT MATE (DECKHAND) GROUP 2 - OILER GROUP 3 - ASSISTANT ENGINEER (ELECTRIC, DIESEL, STEAM OR BOOSTER PUMP); MATES AND BOATMEN GROUP 4 - CRANEMAN, ENGINEER WELDER GROUP 5 - LEVERMAN, HYDRAULIC GROUP 6 - MAINTENANCE CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES MAY BE PAID ON THE FOLLOWING: WA030001 Modification 31 12 Federal Wage Determination 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving including, but utilities excluded. 3. Marine projects (docks, wharfs, ect.) less than $150,000. HEAVY WAGE RATES (CATEGORY A) APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on outfitted with protective H-2 Class "C" Suit - Base H-3 Class "B" Suit - Base H-4 Class "A" Suit - Base a hazardous waste site when not clothing. wage rate plus $.25 per hour. wage rate plus $.50 per hour. wage rate plus $.75 per hour. WA030001 Modification 31 Federal Wage Determination ENGI0370-002 06/01/2005 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes Power equipment operators: GROUP 1A $ 21.79 GROUP 1 $ 22.34 GROUP 2 $ 22.66 GROUP 3 $ 23.27 GROUP 4 $ 23.43 GROUP 5 $ 23.59 GROUP 6 $ 23.87 GROUP 7 $ 24.14 GROUP 8 $ 25.24 7.87 7.87 7.87 7.87 7.87 7.87 7.87 7.87 7.87 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner Moses Lake, Pasco, , Moses Lake, GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman & Heater Tender; Grade Checker; Hydro -seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine WA030001 Modification 31 Federal Wage Determination GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable -concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat; Boring Machine (earth)-; Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Tractor (to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond)(operate drilling machine, drive or transport drill rig to and on job site and weld well, casing); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re -screening); Vacuum Drill (reverse circulation drill under 8 inch bit) WA030001 Modification 31 15 Federal Wage Determination GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar)(operates drilling machine, drive or transport drill rig to and on job site and weld well casing); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar) GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments, Athey & Huber); Boom Cats (side); Cable Controller (dispatcher); Clamshell Operator (under 3 yds.); Compactor (self-propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Draglines (under 3 yds.); Drill Doctor; H.D. Mechanic; H.D. Welder; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber -tired; Screed Operator; Shovel(under 3 yds.); Tractors (D-6 & equilvalent & over); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .30 over scale Over 250 ft $ .60 over scale WA030001 Modification 31 16 Federal Wage Determination NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENGI0370-006 06/01/2005 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES WORK PERFORMED ON HYDRAULIC DREDGES Rates Fringes Hydraulic Dredge GROUP 1• $ 32.41 7.87 GROUP 2• $ 32.53 7.87 GROUP 3 $ 32.90 7.87 GROUP 4 $ 32.95 7.87 GROUP 5 $ 34.47 7.87 GROUP 6• $ 32.41 7.87 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump); Mates and Boatmen GROUP 3: Engineer Welder GROUP 4: Leverman, Hydraulic GROUP 5: Maintenance GROUP 6: Oiler HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. WA030001 Modification 31 17 Federal Wage Determination ENGI0612-001 06/01/2005 LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND THURSTON COUNTIES PROJECTS: CATEGORY A PROJECTS (excludes Category B projects, as shown below) Rates Fringes Power equipment operators: WORK PERFORMED ON HYDRAULIC DREDGES:Total Project cost $300,000 and over GROUP 1 $ 29.23 11.05 GROUP 2 $ 29.35 11.05 GROUP 3 $ 29.71 11.05 GROUP 4 $ 29.77 11.05 GROUP 5 $ 31.29 11.05 GROUP 6 $ 29.23 11.05 WORK PERFORMED ON HYDRAULIC DREDGES:Total Project Cost under $300,000 GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 $ 26.96 8.40 $ 27.06 8.40 $ 27.38 8.40 $ 27.43 8.40 $ 28.75 8.40 $ 26.96 8.40 ZONE 2 (26-45 radius miles) - Add $.70 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates BASEPOINTS: Tacoma, Olympia, and Centralia CATEGORY B PROJECTS - 95% of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects: Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no involved. Surfacing and paving included, but excluded. 3. Marine projects (docts, wharfs, etc.) less WA030001 Modification 31 Federal Wage Determination building is utilities than $150,000 WORK PERFORMED ON HYDRAULIC DREDGES: GROUP 1: Assistant Mate (Deckhand GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS HANDLING OF HAZARDOUS WASTE MATERIALS H-1 - When not outfitted with protective clothing of level D equipment - Base wage rate H-2 - Class "C" Suit - Base wage rate + $.25 per hour H-3 - Class "B" Suit - Base wage rate + $.50 per hour H-4 - Class "A" Suit - Base wage rate +$.75 per hour ENGI0612-002 06/01/2005 LEWIS, PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles): Rates Fringes Power equipment operators: GROUP IA $ 31.08 11.05 GROUP IAA $ 31.63 11.05 GROUP lAAA $ 32.17 11.05 GROUP 1 $ 30.54 11.05 GROUP 2 $ 30.07 11.05 GROUP 3 $ 29.66 11.05 GROUP 4 $ 27.37 11.05 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) = $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom WA030001 Modification 31 19 Federal Wage Determination GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self -propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto - grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump -Concrete; Roller, plant mix or multi-lfit materials; Saws -concrete; Scrapers, concrete and carry all; Service engineers -equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp WA030001 Modification 31 20 Federal Wage Determination GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger -mechanical; Power plant; Pumps -water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. ENGI0701-002 01/01/2005 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Power equipment operators: (See Footnote A) GROUP 1 $ 30.44 9.95 GROUP 1A $ 31.96 9.95 GROUP 1B $ 33.48 9.95 GROUP 2 $ 29.14 9.95 GROUP 3 $ 28.34 9.95 GROUP 4 $ 27.78 9.95 GROUP 5 $ 27.15 9.95 GROUP 6 $ 24.66 9.95 Zone Differential (add to Zone 1 rates): Zone 2 - $1.50 Zone 3 - 3.00 WA030001 Modification 31 21 Federal Wage Determination For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and/or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over WA030001 Modification 31 22 Federal Wage Determination GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, D11, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and/or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (with luffing or tower attachment); TOWER/WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth -moving equipment; RUBBER -TIRED SCRAPERS: Rubber - tired scraper operator, with tandem scrapers, multi -engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES -EXCAVATOR: Excavator over 130,000 lbs. GROUP 3: BULLDOZERS: Bulldozer operator, to and including 120,000 lbs.; HYDRAULIC crane operator, 50 tons through 89 tons tower attachment); LATTICE BOOM CRANES: Crane -50 through 89 tons (and less than FORKLIFT: Rock Hound Operator; HYDRAULIC excavator over 80,000 lbs. through 130,0 Loader operator 60,000 and less than 120 SCRAPERS: Scraper Operator, with tandem Self -loading, paddle wheel, auger type, more units; SHOVEL, DRAGLINE, CLAMSHELL, Shovel, Dragline, Clamshell operators 3 than 5 cu yds. WA030001 Modification 31 Federal Wage Determination over 70,000 lbs. up CRANE: Hydraulic (with luffing or Lattice Boom 150 feet boom); HOES -EXCAVATOR: 00 lbs.; LOADERS: ,000; RUBBER -TIRED scrapers; finish and/or 2 or SKOOPER OPERATOR: cu. yds. but less GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi -engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom Operator; Cable -Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine); Hydro Axe (loader mounted or similar type); COMPACTORS SELF-PROPELLED: Compactor Operator, with blade; Compactor Operator, multi -engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K-17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; Diesel -Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller -Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges, Barge Operator, self - unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel -Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel-electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting WA030001 Modification 31 24 Federal Wage Determination Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator,single engine, single scraper; Self -loading, paddle wheel, auger type under 15 cu. yds.; Rubber -tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push- ull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE,- CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor operator, rubber -tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber -tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto -Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type); Pavement Grinder and/or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller -Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and/or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including WA030001 Modification 31 25 Federal Wage Determination 20,000 lbs.; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser); PIPELINE -SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi -Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled; Pulva-mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self-propelled construction job site; TRACTOR -RUBBER TIRED: Tractor operator, rubber -tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A -frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding Operator, construction job site (exclduing working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; Lull Hi -Lift Operator or Similar Type; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler -Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Rigger; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine operartor, mechanical, self-propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade WA030001 Modification 31 26 Federal Wage Determination Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator ENGI0701-003 06/01/2005 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES DREDGING: Rates Fringes Dredging: ZONE A ASSISTANT ENGINEER $ 32.02 9.75 ASSISTANT MATE $ 28.12 9.75 LEVERMAN, DIPPER, FLOATING CLAMSHELL $ 34.34 9.75 LEVERMAN, HYDRAULIC $ 34.34 9.75 TENDERMAN $ 30.96 9.75 ZONE B ASSISTANT ENGINEER $ 34.02 9.75 ASSISTANT MATE $ 30.12 9.75 LEVERMAN, DIPPER, FLOATING CLAMSHELL $ 36.34 9.75 LEVERMAN, HYDRAULIC $ 36.34 9.75 TENDERMAN $ 32.96 9.75 ZONE C ASSISTANT ENGINEER $ 35.02 9.75 ASSISTANT MATE $ 31.12 9.75 LEVERMAN, DIPPER, FLOATING CLAMSHELL $ 37.34 9.75 LEVERMAN, HYDRAULIC $ 37.34 9.75 TENDERMAN $ 33.96 9.75 ZONE DESCRIPTION FOR DREDGING: ZONE A - All jobs or projects located within 30 road miles of Portland City Hall. ZONE B - Over 30-50 road miles from Portland City Hall. ZONE C - Over 50 road miles from Portland City Hall. *All jobs or projects shall be computed from the city hall by the shortest route to the geographical center of the project. IRON0014-005 07/01/2004 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes Ironworker $ 26.87 13.30 WA030001 Modification 31 27 Federal Wage Determination IRON0029-002 07/01/2004 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes Ironworker $ 28.47 13.30 IRON0086-002 07/01/2004 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Ironworker $ 28.02 Fringes 13.30 IRON0086-004 07/01/2004 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes Ironworker $ 29.82 13.30 WA030001 Modification 31 28 Federal Wage Determination * LAB00001-002 06/01/2005 ZONE 1: Rates Fringes Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES GROUP 1 $ 18.56 7.95 GROUP 2 $ 20.88 7.95 GROUP 3 $ 25.56 7.95 GROUP 4 $ 26.04 7.95 GROUP 5 $ 26.40 7.95 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1 $ 15.14 7.95 GROUP 2 $ 17.46 7.95 GROUP 3 $ 19.18 7.95 GROUP 4 $ 19.66 7.95 GROUP 5 $ 20.02 7.95 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $ .70 ZONE 3 - $1.00 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall WA030001 Modification 31 29 Federal Wage Determination LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Mortarman and Hodcarrier; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Powderman; Re-Timberman; Hazardous Waste Worker (Level A). WA030001 Modification 31 30 Federal Wage Determination LAB00238-004 06/01/2005 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 $ 17.71 6.95 GROUP 2 $ 19.81 6.95 GROUP 3 $ 20.08 6.95 GROUP 4 $ 20.35 6.95 GROUP 5 $ 20.63 6.95 GROUP 6 $ 22.00 6.95 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer WA030001 Modification 31 31 Federal Wage Determination GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); MonitorOperator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line); Miner Class "D", (to include raise and shaft miner, laser beam operator on riases and shafts) GROUP 6 - Powderman WA030001 Modification 31 32 Federal Wage Determination LAB00238-006 06/01/2004 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier $ 21.05 6.80 LAB00335-001 06/01/2005 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 $ 24.22 7.95 GROUP 2 $ 24.78 7.95 GROUP 3 $ 25.20 7.95 GROUP 4 $ 25.56 7.95 GROUP 5 $ 21.86 7.95 GROUP 6 $ 19.58 7.95 GROUP 7 $ 16.57 7.95 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. WA030001 Modification 31 33 Federal Wage Determination LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Groomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Guard Rail, Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same) applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators., air tracks, cat drills, wagon drills, rubber -mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying) -applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel WA030001 Modification 31 34 Federal Wage Determination GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LAB00335-010 06/01/2004 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Hod Carrier $ 25.49 7.50 PAIN0005-002 06/01/2005 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Painters: STRIPERS $ 23.20 Fringes 10.20 PAIN0005-004 03/14/2005 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Painter $ 19.00 6.60 WA030001 Modification 31 35 Federal Wage Determination PAIN0005-006 07/01/2004 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Painters: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting, Bridges, Towers, Tanks, Stacks, Steeples $ 19.89 6.43 Brush, Roller, Striping, Steam -cleaning and Spray$ 18.89 6.43 Lead Abatement, Asbestos Abatement $ 19.89 6.43 TV Radio, Electrical Transmission Towers $ 20.64 6.43 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. PAIN0055-002 05/16/2005 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: Brush & Roller $ 18.03 6.63 High work - All work 60 ft. or higher $ 18.78 6.63 Spray and Sandblasting $ 18.63 6.63 PAIN0055-007 06/01/2005 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER $ 25.49 8.05 WA030001 Modification 31 36 Federal Wage Determination PLAS0072-004 06/01/2005 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes Cement Mason ZONE 1• $ 22.73 7.43 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office PLAS0528-001 06/01/2005 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, .WAHKIAKUM AND WHATCOM COUNTIES Rates Cement Masons: CEMENT MASON $ 29.59 COMPOSITION, COLOR MASTIC, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE.$ 29.84 Fringes 11.52 11.52 PLAS0555-002 06/01/2005 CLARK, COWLITZ, KLICKITAT, PACIFIC_(SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES ZONE 1: Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD$ 27.89 11.05 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD $ 27.39 11.05 CEMENT MASONS $ 26.89 11.05 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS$ 27.39 11.05 WA030001 Modification 31 37 Federal Wage Determination Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall PLUM0032-002 01/01/2005 CLALLAM, KING AND JEFFERSON COUNTIES Rates Plumbers and Pipefitters $ 35.63 Fringes 15.43 PLUM0032-003 01/01/2005 CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN (NORTH) COUNTIES Rates Fringes Plumbers and Pipefitters $ 25.88 12.78 PLUM0044-003 06/01/2005 ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN COUNTIES Rates Fringes Plumbers and Pipefitters $ 29.76 11.69 WA030001 Modification 31 38 Federal Wage Determination 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PLUM0082-001 01/01/2005 CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR, LEWIS, MASON (EXCLUDING NE SECTION), PACIFIC, PIERCE SKAMANIA, THURSTON AND WAHKIAKUM COUNTIES Rates Fringes Plumbers and Pipefitters $ 31.90 13.77 PLUM0265-003 01/01/2005 ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES Rates Fringes Plumbers and Pipefitters $ 31.80 13.77 PLUM0290-003 04/01/2005 CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND) Rates Fringes Plumbers and Pipefitters $ 33.16 15.09 PLUM0598-005 06/01/2005 ADAMS (SOUTHERN PART), ASOTIN (EXCLUDING THE CITY OF CLARKSTON), BENTON, COLUMBIA, DOUGLAS (EASTERN HALF), FERRY (WESTERN PART), FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT NORTHERN TIP), KLICKITAT, LINCOLN (WESTERN PART), OKANOGAN (EASTERN), WALLA WALLA AND YAKIMA COUNTIES Rates Fringes Plumber $ 32.57 16.61 WA030001 Modification 31 39 Federal Wage Determination PLUM0631-001 01/01/2005 MASON (NE SECTION), AND KITSAP COUNTIES Rates Fringes Plumbers and Pipefitters All new construction, additions, and remodeling of commercial building projects such as: cocktail lounges and taverns, professional buildings, medical clinics, retail stores, hotels and motels, restaurants and fast food types, gasoline service stations, and car washes where the plumbing and mechanical cost of the project is less than $100,000 $ 21.45 5.18 All other work where the plumbing and mechanical cost of the project is $100,000 and over $ 30.99 13.77 TEAM0037-002 06/01/2005 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Truck drivers: ZONE 1 GROUP 1 $ 24.65 10.00 GROUP 2 $ 24.77 10.00 GROUP 3 $ 24.90 10.00 GROUP 4 $ 25.16 10.00 GROUP 5 $ 25.38 10.00 GROUP 6 $ 25.54 10.00 GROUP 7 $ 25.74 10.00 WA030001 Modification 31 40 Federal Wage Determination Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles respective city hall. ZONE 3: More than 40 miles respective city hall. ZONE 4: More than 50 miles respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS but less than 40 miles from the but less than 50 miles from the but less than 80 miles from the GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and/or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi -trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver -Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3,000 to 5,000 gallons WA030001 Modification 31 Federal Wage Determination GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self -Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic -Welder -Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi -Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) TEAM0174-001 06/01/2005 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1• $ 26.94 11.58 GROUP 2 $ 26.36 11.58 GROUP 3• $ 23.96 11.58 GROUP 4 $ 19.71 11.58 GROUP 5 $ 26.70 11.58 ZONE B (25-45 miles from center of listed cities*): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*): Add $1.00 per hour to Zone A rates. WA030001 Modification 31 42 Federal Wage Determination 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM EVERETT SEATTLE TACOMA CENTRALIA SHELTON PORT ANGELES PORT TOWNSEND TRUCK DRIVERS CLASSIFICATIONS RAYMOND ANACORTES MT. VERNON ABERDEEN OLYMPIA BELLEVUE KENT BREMERTON GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four -Wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four -wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber-tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic WA030001 Modification 31 Federal Wage Determination HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self-contained breathing apparatus or a supplied air line. * TEAM0760-002 06/01/2005 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: GROUP 1 $ 17.83 9.90 GROUP 2 $ 20.10 9.90 GROUP 3 $ 20.60 9.90 GROUP 4 $ 20.93 9.90 GROUP 5 $ 21.04 9.90 GROUP 6 $ 21.21 9.90 GROUP 7 $ 21.74 9.90 GROUP 8 $ 22.07 9.90 Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber -tired, pulling trailer or similar equipment) WA030001 Modification 31 44 Federal Wage Determination GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A -Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck -Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.)-; Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required; shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C -D: - $.50 PER HOUR (This is the lowest level of use an air purifying respirator othing. (Uses supplied air is conjunction or fully encapsulated suit with apparatus. protection. This level may or additional protective cl LEVEL A -B: - $1.00 PER HOUR with a chemical spash suit a self-contained breathing Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. WA030001 Modification 31 Federal Wage Determination NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 WA030001 Modification 31 46 Federal Wage Determination 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION WA030001 Modification 31 47 Federal Wage Determination State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe behefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. YAKIMA COUNTY Effective 03-03-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $26.39 1N 5D BOILERMAKERS JOURNEY LEVEL $44.97 1B 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $33.02 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $31.25 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $38.67 1M 5D CARPENTER $30.99 1M 5D CREOSOTED MATERIAL $31.09 1M 5D DRYWALL APPLICATOR $30.99 1M 5D FLOOR FINISHER $31.12 1M 5D FLOOR LAYER $31.12 1M 5D FLOOR SANDER $31.12 1M 5D MILLWRIGHT $39.67 1M 50 PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $38.87 1M 5D SAWFILER $31.12 1M 5D SHINGLER $31.12 1M 5D STATIONARY POWER SAW OPERATOR $31.12 1M 5D STATIONARY WOODWORKING TOOLS $31.12 1M 5D CEMENT MASONS JOURNEY LEVEL $29.76 1N 5D DIVERS & TENDERS DIVER $80.62 1M 50 8A DIVER TENDER $41.72 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $39.52 1B 5D 8L ASSISTANT MATE (DECKHAND) $38.76 1B 5D 8L BOATMEN $39.52 1B 5D 8L ENGINEER WELDER $39.57 IB 5D 8L LEVERMAN, HYDRAULIC $41.04 1B 5D 8L MAINTENANCE $38.76 1B 5D 8L MATES $39.52 1B 5D 8L OILER $39.16 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $27.84 1P 5A ELECTRICIANS - INSIDE JOURNEY LEVEL $42.92 1J 5A ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $50.84 4A 5A CERTIFIED LINE WELDER $46.37 4A 5A GROUNDPERSON $33.64 4A 5A HEAD GROUNDPERSON $35.46 4A 5A HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A JACKHAMMER OPERATOR $35.46 4A 5A JOURNEY LEVEL LINEPERSON $46.37 4A 5A LINE EQUIPMENT OPERATOR $39.50 4A 5A POLE SPRAYER $46.37 4A 5A POWDERPERSON $35.46 4A 5A Page 1 YAKIMA COUNTY Effective 03-03-05 Classification (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $52.27 4A 6Q MECHANIC IN CHARGE $57.41 4A 6Q FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $24.67 1N 5D GLAZIERS JOURNEY LEVEL $19.51 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $26.87 1N 5D INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $41.32 18 5A LABORERS ALL CLASSIFICATIONS $18.12 1 LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $7.38 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $7.63 1 LATHERS JOURNEY LEVEL $30.99 1M 5D PAINTERS JOURNEY LEVEL $20 05 1 PLASTERERS JOURNEY LEVEL $39.93 1R 5A PLUMBERS & PIPEFITTERS JOURNEY LEVEL $46.82 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $37.26 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $39 88 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $40.34 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $40.86 1T 5D 8L BACKHOES, (75 HP & UNDER) $39.49 1T 50 8L BACKHOES, (OVER 75 HP) $39.88 1T 5D 8L BARRIER MACHINE (ZIPPER) $39.88 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $39.88 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $39.49 1T 5D 8L BOBCAT (SKID STEER) $37.26 1T 5D 8L BROOMS $37.26 1T 50 8L BUMP CUTTER $39.88 1T 5D 8L CABLEWAYS $40.34 1T 50 8L CHIPPER $39.88 1T 5D 8L COMPRESSORS $37.26 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $37.26 1T 50 8L CONCRETE PUMPS $39.49 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $39.88 1T 5D 8L CONVEYORS $39.49 1T 50 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $39.49 1T 50 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $39.88 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $40.34 1T 5D 8L JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $40 86 1T 5D 8L WITH ATTACHMENTS) Page 2 YAKIMA COUNTY Effective 03-03-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $41.40 1T 5D 8L WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $37.26 1T 5D 8L CRANES, A -FRAME, OVER 10 TON $39.49 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $41.92 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $39.88 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $40.34 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $40.86 1T 50 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $40.86 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $41.40 1T 5D 8L CRUSHERS $39.88 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $39.88 1T 5D 8L DERRICK, BUILDING $40.34 IT 5D 8L DOZERS, D-9 & UNDER $39.49 1T 50 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $39.49 1T 5D 8L DRILLING MACHINE $39.88 1T 5D BL ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $37.26 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $39.49 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $39.88 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $39.49 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $37.26 1T 5D 8L GRADE ENGINEER $39.49 1T 5D 8L GRADECHECKER AND STAKEMAN $37.26 1T 5D 8L GUARDRAIL PUNCH $39.88 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $39.49 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $39.49 IT 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $39.88 1T 5D BL HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $37.26 IT 5D 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $39.49 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $40.34 1T 50 8L LOADERS, OVERHEAD (8 YD & OVER) $40.86 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $39.88 1T 5D 8L LOCOMOTIVES, ALL $39.88 1T 5D 8L MECHANICS, ALL $40.34 1T 5D 8L MIXERS, ASPHALT PLANT $39.88 1T 50 8L MOTOR PATROL GRADER (FINISHING) $39.88 1T 50 8L MOTOR PATROL GRADER (NON -FINISHING) $39.49 1T 5D BL MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $40.34 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $37.26 1T 5D 8L OPERATOR PAVEMENT BREAKER $37.26 1T 50 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $39.88 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $39.49 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $37.26 IT 5D 8L POWER PLANT $37.26 1T 5D 8L PUMPS, WATER $37.26 1T 50 8L QUAD 9, D-10, AND HD -41 $40.34 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $40.34 1T 5D 8L EQUIP RIGGER AND BELLMAN $37.26 1T 5D 8L ROLLAGON $40.34 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $37.26 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $39.49 1T 50 8L ROTO -MILL, ROTO -GRINDER $39.88 1T 51) 8L SAWS, CONCRETE $39.49 1T 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $39 88 1T 50 8L OFF-ROAD EQUIPMENT ( UNDER 45 YD) Page 3 YAKIMA COUNTY Effective 03-03-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $40 34 1T 5D 8L OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $39.49 1T 5D 8L SCREED MAN $39.88 1T 5D 8L SHOTCRETE GUNITE $37.26 1T 5D 8L SLIPFORM PAVERS $40.34 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $39.88 1T 5D 8L SUBGRADE TRIMMER $39.88 1T 5D 8L TOWER BUCKET ELEVATORS $39.49 1T 5D 8L TRACTORS, (75 HP & UNDER) $39.49 1T 5D 8L TRACTORS, (OVER 75 HP) $39.88 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $39.88 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $40.34 1T 5D 8L TRENCHING MACHINES $39.49 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $39.49 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $39.88 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $39.88 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $37.26 1T 5D 8L YO YO PAY DOZER $39.88 1T 5D 8L POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $33.06 4A 5A SPRAY PERSON $31.34 4A 5A TREE EQUIPMENT OPERATOR $31.76 4A 5A TREE TRIMMER $29.48 4A 5A TREE TRIMMER GROUNDPERSON $21.94 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $46.82 1Q 5A ROOFERS JOURNEY LEVEL $27.62 1J 51 USING IRRITABLE BITUMINOUS MATERIALS $30.62 1J 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $37.12 1B 5A SOFT FLOOR LAYERS JOURNEY LEVEL $22.07 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $7.35 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $36.20 1R 51 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $28.31 2B 5A HOLE DIGGER/GROUND PERSON $15.92 2B 5A INSTALLER (REPAIRER) $27.16 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $26.34 2B 5A SPECIAL APPARATUS INSTALLER I $28.31 2B 5A SPECIAL APPARATUS INSTALLER 11 $27.74 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $28.31 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $26.34 2B 5A TELEVISION GROUND PERSON $15.12 2B 5A TELEVISION LINEPERSON/INSTALLER $20.05 2B 5A TELEVISION SYSTEM TECHNICIAN $23.82 2B 5A TELEVISION TECHNICIAN $21.45 2B 5A TREE TRIMMER $26.34 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $25.91 2M 5A TILE, MARBLE & TERRAZZO FINISHERS Page 4 YAKIMA COUNTY Effective 03-03-05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code FINISHER $22.11 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $31.90 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $27.36 2G 61 DUMP TRUCK & TRAILER $27.36 2G 61 OTHER TRUCKS $27 36 2G 61 TRANSIT MIXER $27.36 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $9.20 1 WELL DRILLER $17.68 1 Page 5 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. OM $$2$$ Supplemental To Wage Rates Page 1 WSDOT's Predetermined List for Suppliers - Manufacturers - Fabricators Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4 for bridges. For use with Catch Basin type 2. The casting to meet AASHTO-M-105, class 30 gray iron casting. See Std. Plan B -1f, B -23a, B -23b, B -23c, and B -23d. X 2. Frame & Grate - frame and Grate for Catch Basin type 1, 1 L, 1P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70-36 steel, class 30 gray cast iron or grade 80-55-06 ductile iron. The cast grate may be grade 70-36 steel or grade 80-55-06 ductile iron. See Std. Plan B-2, B -2a, and B -2b. X 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and Grate for Grate Inlets Type 1 or 2 or Drop Inlet. Angle iron frame to be cast into top of inlet. See Std. Plan B -4b or B -4h. Frames & Grates to be galvanized. X 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. $$1$$ $$2$$ Supplemental To Wage Rates Page 2 X YES NO 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. X 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. X 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.15(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.15(3). X UM UM Supplemental To Wage Rates Page 3 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6-05.3(3) of the Std. Spec. YES NO X 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X and flat top slab and/or cones. See Std. Plans. 15. Drywell - Drywell as specified in Contract Plans. X 16. Catch Basin - Catch Basin type 1, 1 L, 1 P, 2, 3, and 4, including risers, frames maybe cast into riser. See Std. Plans. X 17. Precast Concrete Inlet - Concrete Inlet with risers, X frames may be cast into risers. See Std. Plans. 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X angles and grate. See Std. Plans B -4f and B -4h. 19. Drop Inlet Type 2 - Drop Inlet type 2 with support X angles and grate. See Std. Plans B -4g and B -4h. 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X top unit with bearing angles. 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting. X $$1$$ $$2$$ Supplemental To Wage Rates Page 4 YES NO 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 23. Valve Vault - For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. X 25. Reinforced Earth Wall Panels - Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. X 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. X 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder - Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. X $$1$$ $$2$$ Supplemental To Wage Rates Page 5 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. YES NO X 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. X 31 Prestressed Precast Hollow -Core Slab - Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. X 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(26)A. X 33. Monument Case and Cover - To meet AASHTO-M-105 class X 30 gray iron casting. See Std. Plan H-7. 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans G-3, G -3a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X Supplemental To Wage Rates Page 6 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans G-2, G2a, G -2b, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. YES NO X 37. Steel Sign Post - Fabricated steel sign posts as detailed in Std. Plan G-8. Shop drawings for approval are to be provided prior to fabrication. X 38. Light Standard -Prestressed - Spun, prestressed, hollow, X concrete poles. 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plan J-1, J-1 a, and J-1 b. See Special Provisions for pre -approved drawings. X 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J-1, J -7a, J -7c, and J-8. See Special Provisions for pre -approved drawings. X 41 Traffic Curb, Type A or C Precast - Type A or C Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking Tots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. X $$1$$ $$2$$ Supplemental To Wage Rates Page 7 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following signing materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed. YES NO X X custom std. msg msg 43. Cutting & bending reinforcing steel X 44. Guardrail components X X custom standard end sect. sect. 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber piles X 50. Girder pads (elastomeric bearing) X Supplemental To Wage Rates Page 8 YES NO 51. Standard Dimension lumber X 52. Irrigation components X 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X $$1$$ MU Supplemental To Wage Rates Page 9 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/05 METAL FABRICATION (IN SHOP) Classification Over PREVAILING Time Holiday Note WAGE Code Code Code Counties Covered: Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman Fitter 12.76 1 Welder 12.76 1 Machine Operator 12.66 1 Painter 10.20 1 Laborer 8.13 1 Counties Covered: Benton Welder 16.70 1 Machine Operator 10.53 1 Painter 9.76 1 Counties Covered: Chelan Fitter 15.04 1 Welder 12.24 1 Machine Operator 9.71 1 Painter 9.93 1 Laborer 8.77 1 Counties Covered: Clallam, Grays Harbor, Island, Jefferson, Lewis, Mason, Pacific, San Juan and Skagit Fitter - 15.16 1 Welder 15.16 1 Machine Operator 10.66 1 Painter 11.41 1 Laborer 11.13 1 $$1$$ $$2$$ Supplemental To Wage Rates Page 10 Classification METAL FABRICATION (IN SHOP) 03/03/05 Counties Covered: Clark Over PREVAILING Time Holiday Note WAGE Code Code Code Layerout 26.12 1J 6B Fitter 25.76 1J 6B Welder 25.22 1J 6B Painter 22.64 1J 6B Machine Operator 20.04 1J 6B Laborer 19.50 1J 6B Counties Covered: Snohomish Fitter 15.38 1 Welder 15.38 1 Machine Operator 8.84 1 Painter 9.98 1 Laborer 9.79 1 Counties Covered: Spokane Fitter 12.59 1 Welder 10.80 1 Machine Operator 13.26 1 Painter 10.27 1 Laborer 7 98 1 Counties Covered: Thurston Layerout 25.07 1R 6T Fitter 23.02 1R 6T Welder 20.99 1R 6T Machine Operator 18.74 1R 6T Laborer 14.88 1R 6T Counties Covered: Whatcom Fitter/Welder 13.81 1 Machine Operator 13.81 1 Laborer 9.00 1 $$1$$ UM Supplemental To Wage Rates Page 11 Classification Fitter Welder Machine Operator Painter Laborer METAL FABRICATION (IN SHOP) 03/03/05 Counties Covered: Yakima Counties Covered' Cowlitz Over PREVAILING Time Holiday Note WAGE Code Code Code 12.00 1 11.32 1 11.32 1 12.00 1 10.31 1 Fitter 23.72 1B 6V Welder 23.72 1B 6V Machine Operator 23.72 1B 6V Laborer 15.87 1B 6V Fitter Welder Painter Counties Covered: Grant Counties Covered: King 10.79 1 10.79 1 7.45 1 Fitter 15.86 1 Welder 15.48 1 Machine Operator 13.04 1 Painter 11.10 1 Laborer 9.78 1 Fitter Welder Machine Operator Laborer UM $$2$$ Counties Covered: Kitsap Supplemental To Wage Rates Page 12 26.96 1 13.83 1 13.83 1 7.35 1 1 Classification Fitter/Welder Machine Operator Painter Laborer Fitter Welder Machine Operator Laborer $$1$$ $$2$$ METAL FABRICATION (IN SHOP) 03/03/05 Over PREVAILING Time Holiday Note WAGE Code Code Code Counties Covered: Klickitat, Skamania and Wahkiakum Counties Covered: Pierce Supplemental To Wage Rates Page 13 16.99 1 17.21 1 17.03 1 10.44 1 15.25 1 13.98 1 13.98 1 9.25 1 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/05 FABRICATED PRECAST CONCRETE PRODUCTS Classification AH Classifications All Classifications All Classifications All Classifications All Classifications All Classifications $$1$$ $$2$$ Over PREVAILING Time Holiday Note WAGE Code Code Code Counties Covered: Adams, Asotin, Benton, Columbia, Douglas, Ferry, Garfield, Grant, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla, and Whitman Counties Covered: Franklin Counties Covered: King Counties Covered: Pierce Counties Covered: Chelan, Kittitas, Klickitat and Skamania 9.96 1 11.50 1 11.90 2K 6S 9.28 1 8.61 1 Counties Covered: Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap, Lewis, Mason, Pacific, San Juan, Skagit, Snohomish, Thurston, Wahkiakum Supplemental To Wage Rates Page 14 13.50 1 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/05 FABRICATED PRECAST CONCRETE PRODUCTS Classification All Classifications Counties Covered: Spokane Counties Covered: Yakima Over PREVAILING Time Holiday Note WAGE Code Code Code 20.23 1 Craftsman 8.65 1 Laborer 7.35 1 All Classifications Counties Covered: Whatcom Supplemental To Wage Rates Page 15 13.67 1 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L&I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296-127-018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296-127-018 for the production and/or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. Supplemental To Wage Rates Page 16 ESAC DIVISION - TELEPHONE (206) 586-6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296-127-018 This memo is intended to provide greater clarity regarding the application of WAC 296-127-018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of .materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. Supplemental To Wage Rates Page 17 STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO: Kerry S. Radcliff, Editor Washington State Register FROM: Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296-127-018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296-127-018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310. Please publish the above Notice in WSR 99-13. If you have questions or need additional information, please call Selwyn Walters at 902-4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager Supplemental to Wage Rates 18 BENEFIT CODE KEY - EFFECTIVE 03-03-05 ************************************************************************************************************************ OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8) HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY ON SATURDAY, ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR - TEN HOUR SCHEDULE, ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF THE HOURLY RATE OF WAGE. WORK PERFORMED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WORK PERFORMED ON A HOLIDAY SHALL BE PAID ONE AND ONE-HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED PLUS EIGHT (8) HOURS OF STRAIGHT TIME FOR THE HOLIDAY J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03-03-05 -2- 1 P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. T ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 03-03-05 -3- 2. 0 ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 4 A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5 A. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). G HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). N HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). O. PAID HOLIDAYS. NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). P HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). Q PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). S. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T PAID HOLIDAYS. SEVEN (7) PAID HOLIDAYS. ✓ PAID HOLIDAYS. SIX (6) PAID HOLIDAYS. W PAID HOLIDAYS. NINE (9) PAID HOLIDAYS. X. HOLIDAYS. AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). BENEFIT CODE KEY - EFFECTIVE 03-03-05 -4- 6. A. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS. NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). I. PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8) Q PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY UNPAID HOLIDAY, PRESIDENTS' DAY S PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8). T. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS. NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). ✓ PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (10). W PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE CHRISTMAS DAY (10). X. PAID HOLIDAYS. NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE BENEFIT CODE KEY - EFFECTIVE 03-03-05 -5- 8. D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1 00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $0.75, LEVEL B. $0.50, AND LEVEL C. $0.25 M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS. LEVELS A & B $1.00, LEVELS C & D• $0.50. N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D• $0.25 PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non -Collusion Declaration Non -Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy Council Resolution g6'' Affirmative Action Plan Bidders Certification Subcontractors Certification Proposal Signature Sheet Bidders Check List PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima Washington Avenue Widening / Reconstruction 72nd Ave. to 52nd Ave. City Project Nos. 1957 & 1958 Federal Aid Number: STPUS-4558 (006), TIB# 8-4-039(019)-1, TIB# 9-E-039(007)-1 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. 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. 185 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • ITEM PROPOSAL BID SHEET City of Yakima Washington Avenue Widening / Reconstruction 72"d Avenue to 52"d Avenue City Project Nos. 1957& 1958 Federal Aid Nos: TIB# 8-4-039(019)-1, TIB# 9-E-039(007)-1 SCHEDULE "A" (ADDENDUM #2 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1-07.15 1 LS LIC Ma) `, \ co. co 2 MOBILIZATION 1-09.7 1 LS C� 1 -1� 3ci•1� � --0(0. (cls 3 TRAFFIC CONTROL SUPERVISIOR 1-10.5 1 LS QQ�� .°8Oco p OS) 98c co 4 FLAGGERS AND SPOTTERS (Min. bid $30.00 per hour) 1-10.5 2,000 HR 35,a3 7011-1O0 .00 5 OTHER TRAFFIC CONTROL LABOR (Min. bid $30.00 per hour) 1-10.5 500 HR 36 tg/ ka5 • 00 6 OTHER TEMPORARY TRAFFIC CONTROL DEVICES 1-10.5 1 LS 1'7 305•ac 11i 3a5 • op 7 CONSTRUCTION SIGNS CLASS 'A' 1-10.5 600 SF 8.95 5; 570.00 8 ROADSIDE CLEANUP 2-01.5 1 FA $5,000 5,000. 00 9 CLEARING AND GRUBBING 2-01.5 1 LS c31 341. ns 1 a.3, 34 ‘. L5 10 SAW 02 SCUT, PER INCH DEPTH 2,400 LF , D 11y4U U 11 ROADWAY EXCAVATION INCL. HAUL 2-03.5 23,500 CY 9.$0 030, • 00 12 CRUSHED SURFACING BASE COURSE 4-04.5 30,000 TON i 0, yd 0o 9 ,U0 o 13 ASPHALT TREATED BASE 4-06.5 10,500 TON a l 55 ^�� .30175. co 14 HMA CL. A PG 64-28 5-04.5 5,300 TON :43.16 19 I: 330.00 15 PLANING BITOUMINOUS PAVEMENT 5-04.5 1,200 SY .(00 n 1)°lar, • OO 16 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM. 7-045 4,080 LF nn il1.95 el 396,00 17 CATCH BASIN TYPE 1 7-05.5 46 EA 1061.15 all- a. 5 o, 18 CATCH BASIN TYPE 2, 72 IN. DIAM. 7-05.5 14 EA a l) 3.7 S yri "79a. s0 19 REV7-0ERSIBLE FRAME AND HERRINGBONE GRATE FOR TYPE 1 46 EA -as 20 D O I5 AGE RETENTION BASIN W/36 IN. DIAM PERF. PIPE 2,010 LF7- it-1, SJ /663• 1 `lq, sy6. 21 ADJUST MANHOLE 7-05.5 4 EA 0 )..00 1 )O60• 00 22 RELOCATE EXISTING ORCHARD DRAIN AND CONNECT TO DID PIPE 7-05.5 3 EA (3&-.56 0iNI• SO 23 5 REMOVE PORTION OF AND REBUILD STANDPIPE AND COVER 1 EA7-05 ` )S �7 •e 1 I i 837. so 24 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 7-08.5 1,130 TON 1 1_85 \ 3,39b . 50 1627 9 of 12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 DUM #2 ITEM NO. -%---- , PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 25 STRUCTURE EXCAVATION CLASS 'B' INCL. HAUL 10 CY Q y0 C� 8y CSO7-08.5 26 SHORING OR EXTRA EXCAVATION CL. B 7-08.5 4,080 LF .55 ap44.00 27 ADJUST VALVE BOX 7-09.5 15 EA \i55.00 e) I0.95.6U 28 ESC LEAD 8-01.5 24 DAY 620 ,C.)0 1)y*-{n.o0 29 CEMENT CONC. TRAFFIC CURB AND GUTTER 8-04.5 13,200 LF 6,1I.5 8 51 1 SIU oO 30 COMMERCIAL DRIVEWAY APPROACH 8-06.5 1 EA 3�� 31�,� 31 REMOVING AND RESETTING FENCE 8-12.5 140 LF I/3.O0 I L no.00 32 MONUMENT CASE AND COVER 8-13.5 5 EA ( UO 3(350.«c 33 8-14.5 CEMENT CONC. SIDEWALK, 4 -IN DEPTH 8,100 SY V1.15 `3S,Q 15. co 34 CEMENT CONC. SIDEWALK, 6 -IN DEPTH 8-14.5 750 SY5 Ig �� co ! 35 CEMENT CONC. SIDEWALK RAMP, TYPE 2A 8-14.5 8 EA SQa' 7/ 140.00 36 CEMENT CONC. SIDEWALK RAMP, TYPE 4A 8-14.5 4 EA cLor'I�oZrJ 3 �� d0 + 37 SIGNPOST SOCKETS 8-14.5 74 EA i°b`� y (-MO. CC / 38 MAILBOX SUPPORT, TYPE 1 8-18.5 16 EA C9CO, OC) 3)p9Cp.CO 39 MAILBOX SUPPORT, TYPE 2 8-18.5 2 EA 0/5O .00 500 • CO 40 ILLUMINATION SYSTEM 8-20.5 1 LS a ` 1 g9, (Xxj.00 e9, • co 41 REPAIR OR REPLACEMENT 8-30.5 1 FA $40,000 Lib,0°0.00 42 TRAINING 1-07.11 400 HR 3-60 1 k*y0.00 TOTAL SCHEDULE "A":407 �gi/ 813, b1 189 10 of 12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET City of Yakima Washington Avenue Widening / Reconstruction 72nd Avenue to 52"d Avenue City Project Nos. 1957& 1958 Federal Aid Nos: TIB# 8-4-039(019)-1, TIB# 9-E-039(007)-1 ITEM NO. 1 2 3 4 7 8 10 11 12 13 14 15 16 SPCC PLAN 1-07.15 MOBILIZATION 1-09.7 SCHEDULE "B" PROPOSAL ITEM PAYMENT SECTION MOUNT LLARS TRAFFIC CONTROL SUPERVISIOR 1-10.5 FLAGGERS AND SPOTTERS 1-10.5 OTHER TRAFFIC CONTROL LABOR (Min. bid $3 1-10.5 OTHER TEMPORARY TRAFFIC CONTROL 1-10.5 CONSTRUCTION SIGNS CLASS 'A' 1-10.5 SAW CUT, PER INCH DEPTH 2-02.5 REMOVE EXISTING MED A 2-02.5 CRUSHED SURFA 4-04.5 ASPHALT TR' 4-06.5 HMA CL. PG 64- 5-04. 8-1 ILLU 8-20.5 REPAIR $2,500 TOTAL SCHEDULE "B" 191 11 of 12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET City of Yakima Washington Avenue Widening / Reconstruction 72nd Avenue to 52nd Avenue City Project Nos. 1957& 1958 Federal Aid Nos: TIB# 8-4-039(019)-1, TIB# 9-E-039(007)-1 SCHEDULE "C" (ADDENDUM #2 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1-07.15 1 LS ' -Ico .00 t10p • 00 2 MOBILIZATION 1-09.7 1 LS er ey' 3 TRAFFIC CONTROL SUPERVISIOR 1-10.5 1 LS 7150 -OC) 7 SOn.co 4 FLAGGERS AND SPOTTERS (Min. bid $30.00 per hour) 1-10.5 230 HR 3(1- • . CO 5 OTHER TRAFFIC CONTROL LABOR (Min. bid $30.00 per hour) 1-10.5 60 HR l 3.56 Q CS70•O0 6 CONSTRUCTION SIGNS CLASS A 1-10.5 60 SF 8 .50 3\O 'CK) 7 SAW CUT, PER INCH DEPTH 2-02.5 450 LF . 50 (3,D 5 -co 8 MANHOLE 48 IN. DIAM. TYPE 1 7-05.5 18 EA eD) )00.00 "7,Bco .00 9 MANHOLE ADDITIONAL HEIGHT 48 IN. DIAM. TYPE 1 7-05.5 13 LF p 98. 00 1ic%(4•CU 10 TRENCH DEWATERING 7-08.5 1 FA $250,000 $250,000 11 STRUCTURE EXCAVATION CLASS B INCL. HAUL 7-08.5 7,350 CY ).00 71 35p•oo 12 SHORING OR EXTRA EXCAVATION CLASS B 7-08.5 6,300 LF .50 3 \50 . oo 13 GRAVEL BACKFILL FOR FOUNDATIONS CLASS A 7-08.5 110 CY fl . so (icias • CO 14 REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL 7.17.5 250 CY 15.75 Qig31 . SO 15 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 7-17.5 550 TON 10 , 50 5/-1-15•00 16 PVC SANITARY SEWER PIPE —4 IN. DIAM. 7-17.5 1,095 LF .CSO a5.195 .c 17 PVC SANITARY SEWER PIPE — 8 IN. DIAM. 7-17.5 3,980 LF cqO -00 79> 6CID • OG 18 PVC SANITARY SEWER PIPE — 15 IN. DIAM. 7-17.5 2,650 LF ^� Oi L 50 '70 $n5.0'.. 19 REPAIR OR REPLACEMENT 8-30.5 1 FA $10,000 $10,000 SUBTOTAL SCHEDULE "C": 517,511.E SALES TAX (8.2%): Lka,yz.qo TOTAL SCHEDULE "C": 5599 in.Mi TOTAL ALL SCHEDULES ("A" + "C"): 0, 74 OW- 05 193 12 of 12 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ which amount is not Tess than five percent of the total bid. Sign Here ----------------------------------------------------------------- BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, COLUMBIA ASPHALT & GRAVEL, INC. , as principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of FIVE PERCENT OF AMOUNT OF BID 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 WA AVENUE WIDENING/RECONSTRUCTION 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 17TH COLUMB DAY OF AUGUS,, 111 2005 ASPHAL VEL, INC. 1-114 • SO,' �ncipaI IDE TY AND DE� TpIPANY OF MARYLAND /CGS -mac c/� TRACI SULLIVAN Surety ATTORNEY-IN-FACT ----------------------------------------------------------------- Received return of deposit in the sum of $ ,19 Bid Documents 4 05/10/99 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authonty granted by Article V1, Section 2, of the By -Laws of said Company, are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date = e . a • des 'iT by nominate, constitute and appoint Don W. EMERICK, JR., Lissa M. SHIVELY, Traci SU ��• IP - y ' i rr KEE, all of Yakima, Washington, EACH its true and lawful agent and Attorney- • cu-. +t+ • :'its" , for, and on its behalf as surety, and as its act and deed. any and all bon 'VA i + "«v`*:`� gs . • i i `; � �Tsiii�'o such bonds or undertakings in pursuance of these presents, shall be as bi ; . o , • . It om.. '� ,'� .�f•.� ply, to all mtents and purposes, as if they had been duly executed and ac r �••.yy �+ ;::.. ere: �f�� =• o �'i ers of the Company at its office in Baltimore, Md., in their own proper pe •� + . p s f o,.rr--, 4/� • . issued on behalf of Don W. EMERICK, JR., Carol KORN, Jana PERKINS, Lis #414 - _ � • lien T AN, Tammy R. MCKEE, dated April 10, 2003. The said Assistant Section 2, of the By- eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, said Company, and is now m 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, this 28th day of February, A.D. 2005. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND Eric D. Barnes 1 By: Assistant Secretary William J Mills 14( Vice President State of Maryland 1 ss: City of Baltimore f On this 28th day of February, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, 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 duly 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 Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. POA -F 180-3127 Maria D Adamski Notary Public My Commission Expires July 8, 2007 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed 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 COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authonty of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified 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." 1 IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 17TH day of AUGUST 2005 . ' Assistant Secretary 1 1 1 1 1 1 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 undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: I -800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 197 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." 199 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Item Numbers Z, Mo Subcontractor Name Item Numbers A- 21 L- 7 CaAlckk,O\ ItP 1`71 1 1 ,q1 jp, 1, 9,afl ?2,-22D12' 25 24, 12 i�31j'4 I +Ite117, 1 SI Subcontractor Name Rax3Q ►`nPa1Sv.YS-AC ,G- e-DtrAM L Item Numbers �- 21 y \.si to ---1,-)),,L\1 .11-,-) Subcontractor Name \ 0NJ 0...3zr5 ryurk t�-- Item Numbers \1`?,nt.))?)?4, 5;�� Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor: ( ) Prime Contractor Name �\(Nk �\k 4 ttSkfo,Aye.l Item Numbers {1\- 1 .'fit 2-1,r2'1,g ��, ,?)c1,3 ?�`�\L 201 Columbia Asphalt September 29, 2005 Robert Degrosellier City of Yakima 129 North Second Street Yakima, WA 98901 RE: Washington Avenue Widening — Phase 2 Dear Mr. Degrosellier, As per the project specifications, the following is a list of successful and unsuccessful bidders on this project: Successful bidders: AAA Sweeping P.O. Box 624 Veradale, WA 99037 (509) 922-1363 Ken Leingang Excavating Inc. 1117 N. 27th Avenue Yakima, WA 98902 (509) 575-5507 Unsuccessful Bidders: Atomic Electric, Inc 3903 Southlake Drive West Richland, WA 99353 (509) 628-2745 Gilbert Patterson Concrete P.O. Box 262 Wapato, WA 98951 (509) 877-6677 MRM Construction, Inc. 503 South Water St. McCandlish Electric, Inc. 3014 GS Center Rd, Suite D Wenatchee, WA 98801 (509) 662-3508 Pavement Surface Control P.O. Box 7204 Kennewick, WA 99336 (509) 586-1969 Ellensburg, WA 98926 (509) 925-6000 Muffett & Sons Construction LLC 2516 Main Street Union Gap, WA 98903 (509) 249-6241 Finishing Edge Concrete Construction 16404 Smokey Point Blvd. Withrow Construction, Inc. 811 Game Ridge Road Selah, WA 98942 (509) 697-4285 Don Wilton Surveying P.O. Box 2275 Yakima, WA 98907 (509) 454-8195 Suite 202 Arlington, WA 98223 (360) 653-8996 Vanguard A.D.A. Systems of Washington 263 Roy Rd SW Pacific, WA 98047 (253) 863-1538 If you have any questions, please contact me at your earliest convenience. Sincerely, Melodee Bolfing Contract Administrator 4,t -61A PO Box 9337, Yakima, WA 98909 * ph (509) 453-2063 fax (509) 877-6963 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. 203 RESOLUTION NO. 1- 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. ADOPTED BY THE CITY COUNCIL this . $ Gf( day of 1983. ATTEST: 641 'f.) Mayor City Clerk 205 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If suchworker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. 207 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. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In theevent 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. 208 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: csAA..\)-0, tilxir,-,;uet certifies that: 1. It intends to use the following listed construction trades in the work under the contract fd' ec e&L , J� l' a \At 1 n3 ‘--Pav,-i yA 1 CDneseic, and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Conditions. r /Si ature of Authorized Representative of Bidder) 209 Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -Aid Projects DOT FORM 420-004EF Follows this page as an Attachment 211 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Washington State Department of Tlransportation Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -Aid Projects (Required for each Subcontractor or Lower Tier Subcontractor on all Federal -Aid projects Contract Number Federal -Aid Number State Route Number Subcontractor or Lower Tier Subcontractor To be signed by proposed subcontractor or lower tier subcontractor The contract documents for this subcontract include as part of the subcontract a special provision entitled "Required Federal -Aid Provisions", the "Required Contract Provisions Federal -Aid Construction Contracts (FHWA 1273)", and the minimum wage rates. I certify the above statement to be true and correct. Company By Title Date Contractor Certification To be completed and signed by the contractor 1. A written agreement has been executed between my firm and the above subcontractor. 2. n A written agreement has been executed between (the subcontractor) and the above lower tier subcontractor. All documents required by the special provision entitled "Required Federal -Aid Provisions" are included in the agreement for (1) or (2) marked above. I certify the above statements under Contractor Certification to be true and correct. Company By Title Date DOT Form 420-004 EF Revised 10/94 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or 213 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. 214 PROPOSAL Washington Avenue Widening / Reconstruction 72nd Avenue to 52nd Avenue City Project Nos. 1957 &1958 Federal Aid Nos: STPUS-4558(006), TIB# 8-4-039(019)-1, TIB# 9-E-039(007)-1 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH 0 IN THE AMOUNT OF CASHIER'S CHECK 0 DOLLARS CERTIFIED CHECK 0 ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND ip IN THE AMOUNT OF 5% OF THE BID 2_ " Receipt is hereby acknowledged of addendum(s) No.(s) a 1-153-an0) PHONE NUMBER SIGNATUIj OF AU /' O;'ZED OFFICIAL(s) FIRM NAME (ADRESS) D\UM k a y\ $ C rtt,,el c. 'T 'Box 93`7 oCm t1 -1;109 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER e tt&NI.- *�D 10a FEDERAL ID No. Q 1 1 1 11 0I 3 1 '14 1 j _' L 1 Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 215 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information at time of bid WILL NOT render the bid non-responsive. D. BIDDER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. F. MBEJWBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBENVBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non-responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions. D. DOT Form 420-004EF Refer to Required Contract Provisions Federal -Aid Construction Contracts FHWA- 1273. 217 CONSTRUCTION DETAILS Construction Details (Plans under separate cover) CONSTRUCTION DETAILS Construction Details (Plans under separate cover) CONSTRUCTION DETAILS Construction Details (Plans under separate cover) i um m mu i am E— — —— N-- am No me i CITY OF YAKIMA - PROJECT DETAIL R/W q 50' (40' MIN.) R/W 50' (43' MIN.) l6.5' 33' (STA. 24+00-74+00) 33' STA. (24+00-74+00) 6.5' J (TYP.) 25.5' (STA. 8+75-20+20) 25.5' (STA. 8+75-20+20) (TYP.) ` ?'. , yam.- vim, . �` 1� , T., MIN. ` ' 6;, •� ` G• • • • \\T\ \\\U``�2" CLASS "A" HMA (COMPACTED DEPTH) `' 4" CONC. SIDEWALK (6" IN DWY. SECTIONS) MIN. 4" ATB (COMPACTED DEPTH) 12" CSBC (COMPACTED DEPTH) COMPACTED SUB GRADE 2" (COMPACTED WASHINGTON AVENUE PHASE 2 TYPICAL SECTION CSBC DEPTH) R/W c. 50' INCL. OLD YVT R/W 40' SOUTH OF WASHINGTON R/W AVE WASHINGTON AVE SECTION 6.5' 22.5' 30' NORTH OF WASHINGTON 22.5' _ AVE 6.5' j 2. (TYP.) (TYP.) ti, MIN. I< 6„� `� 6a • •`�` ` 2” CLASS "A" HMA (COMPACTED DEPTH) ./.'%.. 4IN DC. SIDEWA NS) o 6 w o MIN. 4" ATB (COMPACTED DEPTH) 12" CSBC (COMPACTED DEPTH) COMPACTED SUB GRADE 2" CSBC (COMPACTED DEPTH) S. 64TH AVENUE TYPICAL SECTION 1 -0 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 w z J J H rH U 4'CL.'A'HMA 1 U EXISTING Q (COMPACTED DEPTH) 3 ASPHALT (n 29L ��r=� ' --� - EXISTING .;•:•.;-%�c .,.......,...,..,......1.-•���:�vi'i�♦�rr...�ASPHALT •1 r1 ..+.• dia..,......— . - — ..�..,...•�44,•�•��7:17:7 �_._. �..;r// .'�������:44:Vit...i•:•1•....•t t•*.*.it. .. AXI. ititit•,•1•�:4 :' `� �� �� \\ \/\,• \,• e' csec A.,/\/\` ` % EXISTING EXISTING /..// �i /ice//./ (COMPACTED DEPTH) \%j\j\�j�/ \`' BASE ROCK BASE ROCK COMPACTED SUB GRADE REMOVE EXISTING CURB 8.5' 5' • 8' TYPICAL REMOVAL SECTION SANDED JOINTS (SWEPT - & VIBRATED INTO VOIDS) 0.1' SAND (LEVELING COURSE) EX. CURB & GUTTER Unt..1_ !WeAR0•=..• 5' 'EXISTING UMINAIRE (TYP) J 1 1 1 1 1 1 i 1 I I 1 1 1 • ♦ • • 7.0'x8.75' COBBLESTONE PAVER IN RUNNING BOND LAYOUT AS PER MUTUAL MATERIALS CO. OR APPROVED EQUIVALENT. COLOR PER SPECIFICATIONS. PLAN VIEW MASONARY PAVERS EX. CURB & GUTTER 0.3' CSBC (COMPACTED DEPTH) COMPACTED SUBGRADE APPLY SOIL STERILANT BEFORE PLACING CSBC TYPICAL REPAIR SECTION APPROVED: 5-31-05 • CITY OF YAKIMA - PROJECT DETAIL MEDIAN REMOVAL/REPAIR P3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 yrs SEE DETAIL R24 FOR TRENCH PATCHING SUITABLE EARTH FOUNDATION (SEE NOTE) NATIVE MATERIAL SHALL BE USED FOR BACKFILL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. CRUSHED SURFACING TOP COURSE SHALL BE USED FOR BEDDING MATERIAL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. UNSUITABLE FOUNDATION MATERIAL SHALL BE REPLACED WITH GRAVEL BACKFILL FOR FOUNDATIONS CLASS B. TYPICAL TRENCH SECTION City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL TYPICAL TRENCH DETAIL 54 EXCAVATION �/ _ PAYMENT LINE FOR PIPES 15 INCHES AND UNDER I.D. + 30 INCHES • v \ NO O �- o c,Oi. SUITABLE EARTH FOUNDATION (SEE NOTE) NATIVE MATERIAL SHALL BE USED FOR BACKFILL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. CRUSHED SURFACING TOP COURSE SHALL BE USED FOR BEDDING MATERIAL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. UNSUITABLE FOUNDATION MATERIAL SHALL BE REPLACED WITH GRAVEL BACKFILL FOR FOUNDATIONS CLASS B. TYPICAL TRENCH SECTION City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL TYPICAL TRENCH DETAIL 54 S N-- r i IN --- r-- N EN 8 E N NE FRAME AND VANED GRATE 8" OR 12" ONE 93 BAR HOOP FOR 8" TWO 53 BAR HOOPS FOR 12" RECTANGULAR ADJUSTMENT SECTION res.op. 93 BAR EACH CORNER 18" MIN. 53 BAR HOOP PRECAST BASE SECTION NOTES 1. AS AN ACCEPTABLE ALTERNATE TO REBAR, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. WIRE MESH SHALL NOT BE PLACED IN KNOCKOUTS. 2. THE KNOCKOUT DIAMETER SHALL NOT BE GREATER THAN 20" KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 3. THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE PIPE INVERT SHALL BE 5'. 4. FRAME AND GRATE MAY BE INSTALLED WITH FLANGE DOWN OR CAST INTO ADJUSTMENT SECTION. 5. THE PRECAST BASE SECTION MAY HAVE A ROUNDED FLOOR AND THE WALLS MAY BE SLOPED AT A RATE OF 1:24 OR STEEPER. 8. OPENING SHALL BE MEASURED AT THE TOP OF THE PRECAST BASE SECTION. PIPE ALLOWANCES MAXIMUM PIPE MATERIAL 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 1 EXPIRES JULY I. 2005 CATCH BASIN TYPE 1 STANDARD PLAN B-1 SHEET 1 OF 1 SHEET APPROVED FOR PUBUCAfION Harold J. Patellaso 07-21-03 1116 rw..mN; .a.�nonV0/01211LI•fdl MOOING "11. Ainnw. ori.." mn.ewnannwvr..wnoa "mrw.rrnveD ouirvsr. STAT[DIMON saw MR 6 wrtiNym WOO . D p wN a tensporktlen 11111 NM 1- r- 1 EN NM NS M MI N MI N -- 48", 54", 80', 72", 84' OR 88" z MORTAR FILLET - STEPS OR LADDER t"- 1" MIN. 2.ti MAX. CATCH BASIN FRAME AND VANED GRATE OR MANHOLE RING AND COVER HANDHOLD RECTANGULAR ADJUSTMENT SECTION OR CIRCULAR ADJUSTMENT SECTION -4-- — FLAT SLAB TOP MORTAR (TYP.) 1T T I^1�1 T r r SEPARATE BASE CAST IN PLACE GRAVEL BACKFILL FOR PIPE ZONE BEDDING �-{ REINFORCING STEEL • ..1 M. INTEGRAL BASE PRECAST WITH RISER 71rt ,I17 117, "0" RING IZf SEPARATE BASE PRECAST 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 leaning. 3. Frame and grate may be installed with flange down or cast into adjustment section. 4. Knockouts shall have a wall thidcness 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 Std. Spec. 9-04.3. CATCH BASIN DIMENSIONS CATCHALL BASIN DIAMETER THICKNESS BASE THICKNESS MAXIMUM KNOCKOUT SIZE STMINIMUM BETWEEN KNOCKOUTS BASE REINFORCING STEEL in /R IN EACH DIRECTION INTEGRAL SEPARATE 48" 4" 6" 36" 8" 0.16 0.23 54" 4.5" 8" 42" 8" 0.18 0.19 601 5" 8" 48" 8" 0.25 0.25 72" S" 8" 60" 12" 0.24 0.35 84" 8" 12" 72" 12" 0.29 0.39 ge" 8" 12" 84" 12" 0.29 0.39 PIPE ALLOWANCES CATCH BASIN DIAMETER PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER CONCRETE ALL METAL CPSSP 10 SOLID WALL PVC O PROFILE WALL PVC 48" 24" 30" 24" 27" 30" 54" 30" 38" 30" 27" 38" 60" 38" 42" 38" 36" 42" 72" 42" 54" 42" 36" 48" 84" 54" 60" 54" 38" 48" 96" 60" 72" 60" 36" 48- 0 CORRUGATED POLYETHYLENE STORM SEWER PIPE (Std. Spec. 9-05.20) O (Std. Spec. 9-05.12(1)) ® (Std. Spec. 9-05.12(2)) EXPIRES JULY I, 2005 CATCH BASIN TYPE 2 STANDARD PLAN B-1 • SHEET 1 OF 1 SHEET WIZ nsw"1e..11.1.1Ea1wmr110TlenFrrr 1.61McT.Ean Mb&i.. !NM 1EINLNIeIM1.MnTOOPOR •C11Y.•WIEWAY APPROVED FOR PUBLICATION "gin` INVENRRTON """°�"""" "N"""' `"�'""'°"`"` Harold J.Paterhso 05-20-04 •F1/2004 .00FO El' OI YIEIER 1 0*1. REIOIIT 80 RAR MEMOS Bcla AI Soft WOiliplon fD.pO1Y EMR dv. T,Ep01b11011 USE REVISION 01 S M I UN 11111 I MN N N M UN 11111 1 111111 I N N UN I Ed I 20' x 24", 24' DWI., 4E DIAM. OR 54" DIAM. HOLE 12:1— J i r (rm.) 1— M BARB AT T SPACING L L 1' MD,. 84" OR 96" FLAT SLAB TOP 20 x24 24" DIAM., 4E DWI. OR 54" DIAM. HOLE 20"x24"OR 24" DWI. HOLE rmPa Z 1' MIN. 2 12' MAR 2 12' MAX. 16 BARS AT 8" SPACING Z1' MIN. 2 12" MAX 72" FLAT SLAB TOP 04 BARB ATE SPACING 48", 54" or 60" FLAT SLAB TOP TYPICAL ORIENTATION FOR ACCESS AND STEPS ECCENTRIC CONE SECTION NOTE As an acceptable alternate t0 rebar, wire mesh having a minimum area of 0.12 square inches per foot may be used for adjustment sections. STEP z 1r (TYP.) r OR 12' ONE 03 BAR HOOP FOR E TWO 53 BAR HOOPS FOR 12" RECTANGULAR ADJUSTMENT SECTION ONE X3 BAR HOOP CIRCULAR ADJUSTMENT SECTION 12' PREFABRICATED LADDER [EXPIRES JULY I, 20051 MISCELLANEOUS DETAILS FOR MANHOLES AND CATCH BASINS STANDARD PLAN B-1 z SHEET 1 OF 1 SHEET ua ADDED 14' AL A SL 9 100 we DATE REVISION BY APPROVED FOR PUBLJCATION Harold J. Patarfeso 06-23-04 MYR OMAN ower OAn WshLip_. Nob DgvnN"0 d Ynuyaebtlan N N i 1 r r-- i- I NM 1 r 1-- M MN • SEE DETAIL' A' TOP VIEW 24 1/4" SECTION O NOTES 1. This frame is designed to accommodate 20" x 24" grates or covers as shown on Standard Plans B-2, B -2b, B -2c and B -2d. 2. When bolt down grates or covers are specified in the Contract, provide two holes In the frame that am vertically aligned with the grate or cover slots. Tap each hole to accept a 5/8" - 11 NC x 2' alien head cap screw. Location of bolt down holes varies among different manufacturers 3. Refer to Standard Specification 9-05.15(2) for additional requirements. 2 112 DETAIL"A" RECESSED ALLEN HEAD CAP SCREW (SEE NOTE 2) GRATE FRAME SECTION BOLT DOWN DETAIL 1 EXPIRES JULY L 2005 REVERSIBLE FRAME FOR CATCH BASIN OR CONCRETE INLET STANDARD PLAN B -2a SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 02-25-05 1•72 INNIKA•11101,11MLOOMIMODOCIANNTIVINIELMILMCWILIZAll MOMOI..IY®II MIY<o1Y.I"i1pMIWI.tlAI4TO.lY Al 'TKA R.nIOTMbIar TIMiI.IATETI AaarwVIMITAm STATE OUMBOODEEx GtH wuhhlpen 6aft o.p.rxlrr* of TronsporlaNen 61a' -11 NC (TYP., SEE NOTE 2) t o) SEE DETAIL' A' TOP VIEW 24 1/4" SECTION O NOTES 1. This frame is designed to accommodate 20" x 24" grates or covers as shown on Standard Plans B-2, B -2b, B -2c and B -2d. 2. When bolt down grates or covers are specified in the Contract, provide two holes In the frame that am vertically aligned with the grate or cover slots. Tap each hole to accept a 5/8" - 11 NC x 2' alien head cap screw. Location of bolt down holes varies among different manufacturers 3. Refer to Standard Specification 9-05.15(2) for additional requirements. 2 112 DETAIL"A" RECESSED ALLEN HEAD CAP SCREW (SEE NOTE 2) GRATE FRAME SECTION BOLT DOWN DETAIL 1 EXPIRES JULY L 2005 REVERSIBLE FRAME FOR CATCH BASIN OR CONCRETE INLET STANDARD PLAN B -2a SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 02-25-05 1•72 INNIKA•11101,11MLOOMIMODOCIANNTIVINIELMILMCWILIZAll MOMOI..IY®II MIY<o1Y.I"i1pMIWI.tlAI4TO.lY Al 'TKA R.nIOTMbIar TIMiI.IATETI AaarwVIMITAm STATE OUMBOODEEx GtH wuhhlpen 6aft o.p.rxlrr* of TronsporlaNen NM NE r— it M r MI_— Ea N I— — -- r N 8 LEVELING PADS 2" x 1 1/8" x 1/8" 24" SEE SLOT DETAIL & NOTE 1 1?, NOTES 1. When bok down grates are specified In the Contract, provide two slots in the grate that are vertically aligned with the holes in the frame. Location of bolt down slots varies among dtferent manufacturers. 2. Refer to Standard Specification 9-05.15(2) for additional requirements. 3. For frame details, see Standard Plan 8-2a. 4. The thickness of the grate shall not exceed 1 5/8". SLOT DETAIL I EXPIRES JULY I. 2003 HERRINGBONE GRATE FOR CATCH BASIN AND INLET STANDARD PLAN B -2d SHEET 1 OF 1 SHEET RPM aewr"VITA uaa.araaaamaaa"ravrwaa:rwcIMMIX aaaxaaa, areo".aa 3.9=1“ wMIMS,PO MALCO nt OMIT uwi AT Ta M11aM1aMRARaaMItMYIM1MlIa"Mnal •asrrrrar rs MI MAME APPROVED FOR PUBLICATION Harold J. Poterloso 06-17-02 MU OMNI MOWER DATE waidnpm f1. D.p.dmrN al taxpmlaMn VARIES SEE PLANS COMPACT BACKFILL TO 95% DRAIN ROCK 40% VOIDS SECTION A -A 6 MIL PLASTIC SHEETING OVER THE TOP TO BE ANCHORED A MIN. OF 18" BEYOND EDGE OF TRENCH NON WOVEN GEOTEXTILE FABRIC ALL AROUND SECTION B -B APPROVED: 6-13-05 CITY OF YAKIMA - ENGINEERING DIVISION 1 RETENTION BASIN DETAIL I P1 CLASS 3000 CEMENT CONCRETE FULL DEPTH OF SECTION LESS 1 1/2" 1 1/2" CLASS "G" ASPHALT ASPHALT PAVEMENT SUBGRADE BASE DRY PACK ALL JOINTS AND VOIDS SMOOTH INSIDE BARREL MANHOLE ADJUSTMENT DETAIL City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL MANHOLE ADJUSTMENT S3 1 1 1 1 1 1 1 1` F/G ASPHALT 1 t 1�.t 1 1 1 1 1 1 1 1 1 1 24" 60" EX. 60" DIA. CONC. STANDPIPE \ V PLACE TOP OF SLAB AT SUBGRADE ELEV. SAWCUT EX. CONC. PLACE MASTIC BETWEEN SLAB AND EX. CONC. 60" DIA. FLAT TOP SLAB APPROVED: 2.10.99 CITY OF YAKIMA -PROJECT DETAIL IRRIG. RISER MODIFICATION P1 11111 111111 r MS EN N r NM Nil 111111 11111 r M EN r r r 11111 TRUCK 10' 12" ROUNDABOUT b 6 1/7 ROUNDABOUT TRUCK APRON INNER CEMENT CONCRETE CURB TOP OF ROADIN Y FACE OF CURB MATCH ROADWAY SLOPE 1" R. VARIES 17 TO 24' VARIES 10. TO 27 (SEE CONTRACT) LEVEL/ 12•R \ 1 \ Lo • . 11 1/7 FACE OF CURB ROUNDABOUT TRUCK APRON OUTER CEMENT CONCRETE CURB AND GUTTER FACE OF CURB 1'R. MATCH ROADWAY SLOPE TOP OF D • • e • D 11 1/2' f/7A::AY _I DUAL -FACED CEMENT CONCRETE TRAFFIC CURB AND GUTTER VARIES 17 TO 24' VARIES S 1 10'TO22' I(SEE CONTRACT) 1 R - I LEVEL TOP OF T— ROADWAY ] b FACE OF CURB 1' R TOP OF \ROADWAY 911' f 1 19N' DUAL -FACED CEMENT CONCRETE TRAFFIC CURB ROUNDABOUT 7D- LANE CROSS SLOPE 12' R. 8 12' 1/7 R. 1v 1' R. GENERAL NOTE See Standard Plan F-3 for Curb Expansion and Contraction Joint spacing. CEMENT CONCRETE SIDEWALK OR ASPHALT CONCRETE PASSAGEWAY FACE OF CURB MATCH ROADWAY SLOPE V4' PREMOLDED JOINT FILLER (WHEN ADJACENT TO CEMENT CONCRETE SIDEWALK) CEMENT CONCRETE PEDESTRIAN CURB TOP OF 12' R. ROADWAY CEMENT CONCRETE TRAFFIC CURB AND GUTTER 1/7 R. MOM wA4N 01YOT.,C.nC.OEmO ..OarMAEC.O ITMMONCalE1T! amK..ATFIMOIMOwNp.NIg01gIVIIR T.{YOrt0I1u ATMOIMIORIM IATNIZINVC0/TP PWOMq}g1C AMAMI' NIOWN= CEMENT CONCRETE TRAFFIC CURB LEVEL 12' R y�yO aW~ FLUSH WLTH GUTTER PAN AT SIDEWALK RAMP ENTRANCE 7 1/4" 6 1/2' 1/7 R. VARIES FROM e'TO0 PR CEMENT CONCRETE SIDEWALK RAMP, LANDING, OR DRIVEWAY ENTRANCE 114' PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT SIDEWALK RAMPS & LANDINGS, AND DRNEWAY ENTRANCES FACE OF CURB 1' R. VARIES FROM r TO 0, MAINTAIN 1H:6V SLOPE ON SIDE OF CURB MATCH ROADWAY SLOPE TOP OF 12' R. ROADWAY DEPRESSED CURB SECTION AT SIDEWALK RAMPS AND DRNEWAY ENTRANCES FACE OF CURB 112' R. 8 114' MOUNTABLE CEMENT CONCRETE TRAFFIC CURB TOP OF ROADWAY EXPIRES MAY 16, 2003 CEMENT CONCRETE CURBS STANDARD PLAN F-1 SHEET 1 OF 1 SHEET APPROVED FOR PUBUCATION Harold J. Peterfeso 12-17-02 6 WaNOw.I Left DyaTEm.+ of Tisrp.rkeien WATT DEMON ETO.®1 DATE 1 MN - - Ng r 1 - - - - - r - - - - r r 310' PREMOLDED JOINT FILLER CEMENT CONCRETE E) /- CURB AND GUTTER -\ PLAN VIEW 1'-0' 6-0'R. 6.0'R. 4' - B V4' CATCH BASIN FRAME AND GRATE (NOT INCLUDED IN BID ITEM) CATCH BASIN GUTTER PAN TOP OF 112' R. ROADWAY ADJUSTMENT SECTION (NOT INCLUDED IN BID ITEM) SECTION OA CATCH BASIN OR INLET (NOT INCLUDED IN BID ITEM) 0 1/2' 12'R ,-1' MATCH ROADWAY SLOPE TOP OF VT R. ROADWAY Iv SECTION OB EXPIRES MAY 6.20031 CEMENT CONCRETE CURB AND GUTTER PAN STANDARD PLAN F-1 a SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterrfaso 12-17-02 MOM 17.14.A10111M3TA OM......w W uMTNMINAnn.EeARCM MOM. NOM BY TR ~MN MO MOM= POR AILIG4TOK •RETON MR A1nr11•n..no..anmwnrMOFn. AMY • .nnw IlOff.= RAZE CEO01 EOO.EHI POE Wdigbn Soft D.p..bra of Unmpelation CONCRETE APRON 7' MIN. OR TO R/W LINE (WHICHEVER IS GREATER) RP PREFERRED RAMP CONFIGURATION -15' (MIN) SEE PLAN WIDTH PER YMC 8.64.070 SEE PLANS A /71 z. RP 15, P SEE?\)1/41‘ � ALTERNATE RAMP CONFIGURATION CONCRETE JOINT MATERIAL VALLEY GUTTER TO FLOW LINE aa. .4 e 6"- 3' VALLEY GUTTER FLOW LINE VALLEY GUTTER a SECTION A MIN. 4" COMPACTED DEPTH CRUSHED SURFACING, TOP COURSE NOTES 1. CURB & GUTTER, VALLEY GUTTER, & CONCRETE APPROACH SHALL BE SEPARATED BY 3/8" THICK, FULL DEPTH, EXPANSION JOINT MATERIAL. 2. 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. 3. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL COMMERCIAL APPROACH R09 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CURB & GUTTER DISTANCE VARIES - SEE PLAN YMC 8.64.070 2" CSTC (COMPACTED DEPTH) 6" WSDOT CL 3000 CONCRETE W/ COARSE AGGREGATE GRADING NO. 5 CONSTRUCTION JOINT CONSTRUCTION JOINT APPROVED: 1 5.2005 CITY OF YAKIMA - STANDARD DETAIL RESIDENTIAL DRWY APPROACH R08 9 1/2' o 7 1/8" —1 1 /2- 8 1/8" MONUMENT CASE MONUMENT CASE 1 1/2- CLASS "G" ASPHALT (COMPACTED DEPTH) MONUMENT CASE TO BE SATHER MFG. CO. #2022 OR APPROVED EQUIVALENT 3/16' WIDE BEAD, 1/8" HIGH ///,,,,, //////// 6' CLASS 3000 CONCRETE CRUSHED SURFACING TO BE PLACED AFTER PLACEMENT OF MONUMENT CASE SUFFICIENT TO SECURE MONUMENT NOTES 1. MONUMENT TO BE PLACED AFTER FIRST UFT. 2. TOP OF MONUMENT CASE SHALL BE 1- BELOW TOP OF FIRST UFT. 3. MONUMENT CASE TO BE PLACED AFTER FINAL UFT OF ASPHALT. 4. IN UNIMPROVED ROADS, THE MONUMENT CASE SHALL BE SET WITH THE TOP OF THE CASE 6- BELOW EXISTING GRADE. 5. WSDOT CLASS 3000 CONCRETE WITH AGGREGATE GRADING NO. 5. ///////. //////// //////// 2- ALUMINUM. BRONZE OR BRASS SURVEY CAP 5/8- REBAR – 24" LENGTH MIN. APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL SURVEY MONUMENT R15 SEE PLANS = -0.02 COMPACTED EARTH COLD JOINT 4" WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 2" MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 4" STANDARD SECTION SEE PLANS = -0.02 • • . yi COMPACTED EARTH COLD JOINT 6" WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 2" MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 6" THICKENED SECTION APPROVED. 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL CEMENT CONCRETE SIDEWALK R12 FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. 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 w/ "V" GROOVES AT 5' INTERVALS. 3. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 4. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL SIDEWALK JOINTING R10 EXPIRES MAY 16. 20051 I M N 1 I MN EN 1 M 111111 N NE 111111 N 1111 DETECTABLE WARNING PATTERN (8EE DETAIL) 3/8' EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) 2 0 8IDEWILLK CURB, OR CURB AND GUTTER CEMENT CONCRETE SIDEWALK RAMP TYPE 1A CROSSWALK 1 PLAN VIEW SIDEWALK RAMP TYPE 1A LAYOUT 8EE NOTE 1 4'-0"MIN. 8'-0"MIN. CEMENT CONCRETE SIDEWALK DETECTABLE WARNING PATTERN (8EE DETAIL) SECTION OA 8'- 0" MIN. CEMENT CONCRETE SIDEWALK SECTION 1C-O'MIN. TOP OF ROADWAY DEPRESSED CURB & GUTTER (SEE NOTE 6) SIDEWALK PLAN VIEW LAYOUT 1 SEE NOTE 2 CEMENT CONC. SIDEWALK RAMP TYPE 1B RADIUS POINT OF SIDEWAUt RAMP AND CURB RETURN (TYP.) SIDEWALK PLAN VIEW LAYOUT 2 SEE NOTE 2 SIDEWALK 3/8" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) TOP OF ROADWAY DETECTABLE WARNING PATTERN AREA SHALL BE YELLOW, IN COMPLIANCE WITH STD. SPEC. 814.3(3) CEMENT CONCRETE CURB & GUTTER (SEE NOTE 5) CEMENT CONCRETE SIDEWALK SECTION TOP OF ROADWAY CEMENT CONCRETE CURB & GUTTER (SEE NOTE 5) CURB, OR CURB AND GUTTER CEMENT CONCRETE SIDEWALK RAMP TYPE 1B ELEVATION CROSSWALK PLAN VIEW SIDEWALK RAMP TYPE 1B FOR LAYOUTS 1, 2, & 3 -o' MIN. MAX. A 1 6I 2 3r8 - B 1 12" C 7/18" 3/4' 0 1 7M8' TRUNCATED DOMES (SEE NOTE 7) DETECTABLE WARNING PATTERN DETAIL DETECTABLE WARNING PATTERN (SEE DETAIL) BACK EDGE OF SIDEWALK I8 PARALLEL TO APPROACH ROADWAY (TYP.) CEMENT CONC. SIDEWALK RAMP TYPE 1B NOTES CEMENT CONCRETE SIDEWALK RAMP TYPE 1B 8IDEWALK CEMENT CONCRETE SIDEWALK RAMP TYPE 15 PLAN VIEW LAYOUT 3 SEE NOTE 2 1. The Type 1A Ramp Is used to provide access to two crosswalks only when It Is Infeasible to provide a separate ramp for each crosswalk. 2. Layouts 1, 2, & 3 require two (2) of this bid itwn: "Cement Conc. Side- walk Ramp Type 1B". The bid item does not indude the adjacent Curb (or Curb & Gutter), or Sidewalk. 3. Ramp slopes shall not be steeper than 12H:1V. 4. Avoid placing drainage structures, junction boxes or other obstructions In front of ramp access areas. 5. Curb & Gutter le shown, see the Contract Plana for the curb design specified. See Standard Plan F-1 for curb details. 6. See Standard Plan F-3 for sidewalk joint placement and details. 7. Detectable warning pattems may be created by any method that will achieve the truncated dome dimensions and spacing shown. ISOMETRIC VIEW SIDEWALK RAMP TYPES 1A & 1B WITH LAYOUTS STANDARD PLAN F -3a SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. PatsrhBso 02-09-05 Denman .urwaucrwu.omwinn „E1.11,.1. E.crrINE MAMOEwac,awcAara AI 1•91.1131410T. ..nmwemr,wusauce .m..w..o..+m —, RAR 013111011n a,Ew MR WErinpen sr. Dowens.+.1T,d.petimb. EN - N NM N 1M11 N 1 11111 N 1 I MI 111111 RADIUS POINT OF SIDEWALK MMP RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN AND CURB RETURN RAMP CENTERLINE 3/S" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) CEMENT CONCRETE PEDESTRIAN CURB (SEE STD. PLAN F-1) SIDEWALK SEE CONTRACT FOR CURB RETURN RADIUS DETECTABLE WARNING PATTERN (SEE DETAIL) CURB. OR CURB AND GUTTER CEMENT CONCRETE SIDEWALK RAMP TYPE 2A CROSSWALK 1 PLAN VIEW SIDEWALK RAMP TYPE 2A LAYOUT DETECTABLE WARNING PATTERN AREA SHALL BE YELLOW, IN COM- PLIANCE /NTH STD. SPEC. 8-14.3(3) A RAMP PLAN MIN. MAX D 1 6/8• 2 3/6" E 6B" 112" F 7/18" 314" G 1 7/18' ELEVATION TRUNCATED DOMES (SEE NOTE 7) DETECTABLE WARNING PATTERN DETAIL S- 0" MIN. CEMENT CONCRETE SIDEWALK SECTION O SIDEWALK 3/8" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) \ b do \/5- RAMP CENTERLINE \ O CEMENT CCMCNETE PEDESTRIAN CURr4/*/ 141 (SEE STD. PIAN F-1) IT -p SI* � CURB, OR CURB AND GUTTER CEMENT CONCRETE SIDEWALK RAMP TYPE 2B TOP OF ROADWAY CEMENT CONCRETE CURB & GUTTER (SEE NOTE 6) 8 - 0' MIN. LANDING 7-0" FLUSH 7-6" DETECTABLE WARNING PATTERN (TYP.) (SEE DETAIL) VARIES - 3'-0"TO"A• - TYPE 2A VARIES -S- 0" TO "Er RAMP TOP OF ROADWAY DEPRESSED CEMENT CURB 8 GUTTER CEMENT CONCRETE o i CONCRETE (SEE NOTE 5) PEDESTRU N CURB SIDEWALK (SEE STD. PLAN F-1) DETECTABLE WARNING PATTERN (SEE DETAIL) SECTION CROSSWALK 3/8" EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) CEMENT CONC. SIDEWALK RAMP TYPE 2B SEE CONTRACT FOR CURB RETURN RADIUS PLAN VIEW SIDEWALK RAMP TYPE 2B LAYOUT e• I itI s• /LANDING SECTION O VARIES - 7-8' TO "C" - TYPE 28 VARIES -S-O' TO IT RAMP 71 - RADIUS (AT CURB FACE) A B C 20 FEET 4'-51/4" 8'-10 V2' 3'-812" 30 FEET 3'-10" T-8' 3'-21/4' 40 FEET 3'-T T -Y 3'-0" 50 FEET 3'-612" V-103/4" 7-1011Y 80 FEET 3'-412' 8'-63/4" 7-912' 70 FEET 3'-33/4' V-71/2" 7-S" 80 FEET Y-31/4" V-612- 7-812' BO FEET 3'-234" 5.512' 7-81/4" 100 FEET 3'-212• 8'-5' 7-8" INTERMEDIATE RADII CAN BE INTERPOLATED NOTES 1. The Type 1A Ramp Is used to provide access to two cross- walks only when it is infeasible to provide a separate ramp for each crosswalk 2. The Type 2B Ramp Layout requires two (2) of this bid item: "Cement Cont Sidewalk Ramp Type 2B" The bid item does not include the adjacent Curb (or Curb & Gutter), the Sidewalk between Ramps, or the Cement ConcPedestrian Curb. 3. Ramp slopes shall not be steeper than 12H:1V. 4. Avoid placing drainage structures, junction boxes or other obstructions In front of ramp access areas. 5. Curb & Gutter is shown, see the Contract Plans for the curb design specified. See Standard Plan F-1 for curb details. B. See Std. Plan F-3 for sidewalk joint placement and details. 7. Detectable warning patterns may be created by any method that will achieve the truncated dome dimensions and spacing shown. sm MI ew�"wmsernr.rerncwawan REa.na rm.Y�irrM MONNOATOM ION waanoKe.Irai.0 ATIMINIIIMONnAneseenono ITYARIRTATOK ACM'w.resuem wi.an. ISOMETRIC VIEW EXPIRES MAY 16. 2005 SIDEWALK RAMP TYPES 2A & 2B WITH LAYOUTS STANDARD PLAN F -3b SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterllaso 02-09-05 STATE Er.En MUMMER an WsMµpn SW. Mrabwr d Tmspabiien MN N 1 MI M- - N EN r E EN NE NM MS- EN 1 M RADIUS POINT OF SIDEWALK RAMP _ RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN RAMP CENTERLINE CEMENT CONCRETE PEDESTRIAN CURB 3' - 0• MIN. RAMP 318' MANSION JOINT (TYP.) (SEE STD. PLAN F-3) SIDEiWALK BUFFER STRIP (TYP.) SEE CONTRACT FOR CURB RETURN RADIUS CEMENT CONCRETE PEDESTRIAN CURB DETECTABLE WARNING PATTERN (SEE DETAIL) CURB, OR CURB AND GUTTER CEMENT CONCRETE SIDEWALK RAMP TYPE 9A 1. CROSSWALK PLAN VIEW SIDEWALK RAMP TYPE 3A LAYOUT 1 6' - 0" MIN. 3' - 0' MIN. TOP OF ROADWAY I _T - 0' MIN. CEMENT CONCRETE Ir RAMP CURB & GUTTER (SEE NOTE 6) CEMENT CONCRETE PEDESTRIAN CURB (SEE STD. PLAN F-1) SECTION DEPRESSED CURB 6 GUTTER (SEE NOTE 6) TOP OF ROADVWY DETECTABLE WARNING PATTERN (SEE DETAIL) AND CURB RETURN RAMP CENTERLJNE 3' -TT MIN. RAMP 318• EXPANSION JOINT (TYP.) (SEE STD. PLAN F$) CEMENT CONCRETE SIDEWALK RAMP TYPE 3A 3'-O'MIN. \ RAMP CEMENT CONCRETE PEDESTRIAN CURB SIDEWALK DETECTABLE WARNING PATTERN (TYP.) (SEE DETAIL) CURB, OR CURB AND GUTTER CEMENT CONCRETE SIDEWALK RAMP TYPE 3A 6'-o' MIN. LANDING 1T b')C, 3'- E MIN. RAMP SECTION 1 CROSSWALK 1 BUFFER STRIP (TYP.) SEE CONTRACT FOR CURB RETURN RADIUS PLAN VIEW SIDEWALK RAMP TYPE 3A LAYOUT 2 318• EXPANSION JOINT (TYP.) (SEE STD. PLAN F-3) V*Iimingurimaimimma .47V CEMENT CONCRETE PEDESTRIAN CURB (SEE STD. PLAN F-1) SECTION TOP OF ROADWAY CEMENT CONCRETE CURB 6 GUTTER (SEE NOTE 5) NOTES 1. Layouts 1 and 3 are used to provide access to two crosswalks only when It is infeasible to provide a separate ramp for each crosswalk. 2. Layout 2 requires two (2) of this bid Item: "Cement Conc. Sidewalk Ramp Type 3A". Layout 4 requires two (2) of this bid item: "Cement Conc. Sidewalk Ramp Type 3B" These bid Items do not include the adjacent Curb (or Curb & Gutter), the Sidewalk between Ramps, or the Cement Conc. Pedestrian Curb. CURB RADIUS DETAIL WYE >roAnIM•41. snlmElmravWIMISAnEArrrc.n ATMIrMl1r1/AMOIMINMIIV 111r1V1m11r1 1 NM01Tr01117A9 1IV/IBOT 3. Ramp slopes shall not be steeper than 12H:1V 4. Avoid pladng drainage structures, junction boxes or other obstructions in front of ramp access areae. 5. Curb & Gutter is shown, see the Contrail Plane for the curb design specified. See Standard Plan F-1 for curb details. 8. See Std. Plan F-3 for sidewalk Joint placement and details. 7. Detectable warning patterns may be created by any method that will achieve the truncated dome dimensions and spaclng shown. ISOMETRIC VIEW EXPIRES MAY 16. 20051 SIDEWALK RAMP TYPES 3A & 3B WITH LAYOUTS STANDARD PLAN F -3c SHEET 1 OF 2 SHEETS APPROVED FOR PUBUCATION Harold J. Peterfeao 02-09-05 RATE GpEr MODEM an Waohlriglen SW* DEparmrE d Tmmprlelkn 11111 INN it 1 r r- r- M r 1 EN E EN N M EN MI RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN RAMP CENTERLINE BUFFER STRIP (TYP.) EMENT CONCRETE PEDEBTRLAN CURB SIDEWALK 8EE CONTRACT FOR CURB RETURN RADIUS DETECTABLE WARNING PATTERN (SEE DETAIL) CURB, OR CURB AND GUTTER CEMENT CONCRETE SIDEWALK RAMP TYPE 98 2% 4 CROSSWALK f ' PLAN VIEW SIDEWALK RAMP TYPE 3B LAYOUT 3 C-0' MIN. BUFFER STRIP CEMENT CONCRETE SIDEWALK SECTION 5'- Cr MIN. 6'- 0- MIN. CEMENT CONCRETE RAMP SIDEWALK TOP OF ROADWAY CEMENT CONCRETE CURB & GUTTER (SEE NOTE 6) q;— CEMENT CONCRETE PEDESTRIAN CURB (SEE STD. PLAN F-1) SECTION O TOP OF ROADWAY DEPRESSED CURB 5 GUTTER (SEE NOTE 6) DETECTABLE WARNING PATTERN (8EE DETAIL) RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN CEMENT CONCRETE PEDESTRIAN CURB (TYP.) RAMP CENTERLINE SIDEWALK CEMENT CONCRETE SIDEWALK RAMP TYPE 38 DETECTABLE WARNING PATTERN (TYP.) (SEE DETAIL) DETECTABLE WARNING PATTERN AREA SHALL BE YELLOW, IN COM- PLIANCE WNTN STD. SPEC. 814.3(3) BUFFER STRIP (TYP.) SEE CONTRACT FOR CURB RETURN RADIUS CURB, OR CURB AND GUTTER CEMENT CONCRETE SIDEWALK RAMP TYPE 3B CEMENT CONCRETE PEDESTRIAN CURB (TYP.) (8EE STD. PLAN F-1) 5' - IT RAMP rzVARIES - 1 0TO5- CROSSWALK 6- (TYP.) bl SECTION O AOR nwwwva1or,11ar ..u.III V?O.Mmocwwlo+n WO MI14.I111.Yn.M11•111A O.Mn01e1a1rA 11104•A>.Y..1411 ATMIYMIOII.G1.l.InldYO nWAVOIMII% ICOY AMY III ORA.m YR I/MAW CURB RADIUS DETAIL PLAN VIEW SIDEWALK RAMP TYPE 3B LAYOUT 4 A B C D MIN. 1 El8- 5113' 7/18- 7/6- MAX 2 318- 11? 3,4- 1 7/18- t! ELEVATOR TRUNCATED DOMES (SEE NOTE 7) DETECTABLE WARNING PATTERN DETAIL EXPIRES MAY 16, 20051 SIDEWALK RAMP TYPES 3A & 3B WITH LAYOUTS STANDARD PLAN F -3c SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Harold J. Peter/eso 02-09-05 RAT. Dmf sea own T w0.11r1a0n SW* D.p1.n..r 0r T1espwwtion EXPIRES MAY 16, 20051 3 1 - M r N NE - -- MO EN r-- 1 1 r MN N RADIUS POINT OF CURB RETURN 3/8' EXPANSION JOINT (SEE STD. PLAN F-3) SIDEWALK CEMENT CONCRETE PEDESTRIAN CURB 1 O z x 0 CURB, OR CURB AND GUTTER LANDING a MAJOR STREET b DISTANCE FROM P.C. CEMENT CONCRETE SIDEWALK RAMP TYPE 4A 3/6' EXPANSION JOINT (SEE STD. PLAN F4) CEMENT CONCRETE SIDEW6LX DETECTABLE WARNING PATTERN (SEE DETAIL) PLAN NEW SIDEWALK RAMP TYPE 4A LAYOUT DETECTABLE WARNING PATTERN (SEE DETAIL) SECTION TOP OF ROADWAY DEPRESSED CURB 8 GUTTER (SEE NOTE 4) RADIUS (AT CURB FACE] X Y 20 FEET 6' - 1 3/4' 7 - 7 1/4' 30 FEET 7' - 11 3/4" 4' - 8 1/4" 40 FEET V-51/4" 6'-6' 60 FEET 10' - 8 3/4" T - 11 1/4' 60 FEET 11' - 10 1/4" V-312" 70 FEET 17-103/4' 10'-83/4' 80 FEET 13'-101/2" 11'-83/4" 90 FEET 14' - 6 1/4" 17.8 se 100 FEET 16'-712" 13'-101/4' INTERMEDIATE RADII CAN BE INTERPOLATED 'I^ IrM"Illimia CEMENT CONCRETE SIDEWALK CEMENT CONCRETE PEDESTRIAN CURB (SEE STD. PLAN F-1) SECTION VARIES 0 TO 6' TOP OF ROADWAY CEMENT CONCRETE CURB 8 GUTTER (SEE NOTE 4) CEMENT CONCRETE RAMP SECTION TOP OF ROADWAY DEPRESSED CURB 8 OUTTER (SEE NOTE 4) NOTES 1. This layout Is used to provide access to a single crosswalk parallel to the major street The bid Item "Cement Conc. Sidewalk Ramp Type 4A' does not include the adjacent Curb (or Curb & Gutter), the Sidewalk or the Cement Conc. Ped- estrian Curb. 2. Ramp slopes shall not be steeper than 12H:1 V. 3. Avoid placing drainage structures, junction boxes or other obstructions In front of ramp access areas. 4. Curb & Gutter is shown, see the Contract Plans for the curb design specified. See Standard Plan F-1 for curb details. 5. See Std. Pian F-3 for sidewalk Joint placement and details. 6. Detectable warning patterns may be created by any method that will achieve the truncated dome dimensions and spacing shown. DETECTABLE WARNING PATTERN AREA SHALL BE YELLOW IN COMPLIANCE WITH STD. SPEC. 8-14.3(3) MIN. MAX. A 1 6/8' 23/8' B 5/8" 1 12" C 7/16' 3/4" D 7/8" 1 7/18' ELEVATION TRUNCATED DOMES (SEE NOTE 8) DETECTABLE WARNING PATTERN DETAIL ISOMETRIC VIEW SIDEWALK RAMP TYPE 4A WITH LAYOUT STANDARD PLAN F -3d SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Petertas° 02-09-05 WI! never-"RA1aa MOMIK YY DRINIMIYOMwPiM110410A1•MA•! L nI1IIIInrRAnmwrrranllau"InOr M.. NOW ORM= RAS 060011191001133l a' 6 wrinp.n Sam Deportment d T1.rprtde,l I N NM s MN M I M-- MN N-- —— all 11111 SIDEWAU( RADIUS POINT OF CURB RETURN 104044, ezeCoy_oRe CEMENT CONCRETE PEDESTRIAN CURB CEMENT CONCRETE SIDEWAU( RAMP TYPE 48 3/8' EXPANSION JOINT (SEE STD. PLAN F-3) CURB, OR CURB AND GUTTER BUFFER STRIP C:3 MAJOR STREET b DISTANCE FROM P.C. DETECTABLE WARNING PATTERN (SEE DETAIL) 5-0" X i "'111 RAMP LANDING PLAN VIEW SIDEWALK RAMP TYPE 4B PLAN CEMENT CONCRETE SECTION SIDEWAU( 3/8' EXPANSION JOINT (SEE STD. PLAN F-3) CEMENT CONCRETE SIDEWALK 5-0' RAMP TOP OF ROADWAY CEMENT CONCRETE CURB & GUTTER (SEE NOTE 4) 2-0" LANDING RADIUS (AT CURB FACE) w. r -r w- r -r w- a' -o" w. r -r w. r -r X Y x r x r x r x r 20 FEET 5-512' 4'-612" 4'-812" 9.0' 4'-1' T-23/4' r-7" 5-312" 2-112" 5-212" 30 FEET T-334" T-1" 5-612" 5-1112' 5-91/4" 10-7' 5-212" 12-0" 4'-83/4' 1Y-31/4" 40FEET 5-91/2' 5-21/2 T-10" 11'-61/4' T-1" 13'-412" 5-53/4' 16.3/4" 5.1112" 15-7 V4' 60 FEET 10- 3/4" 11' - 3/4' S- U4' 1r-71/4" 5 - 2 Ur 15-912" T-812' 12-r 5-113/4' 19 - 6 1/4" 80 FEET 11'-212" 12-83/4' 10- 3/4' 15.612' C-21/4" 1T-113/4' 8-63/4" 20-13/4" T-1012" 22-112" 70 FEET 12-234' 14'-31/4' 1P- 1M" 1T-4" 10-1" 15 - 11 3/4' 9'-33/4" 22'-41/4' 5 - 8 1/4' 24'-61/4" 80 FEET 13'-2' 15-812' 11'-1012' 15-113/4" 10-1034" 21'-10 10-1' 24'-4314" 5-6" 25-83/4" 90 FEET 14'- 12" 1T- 12' 12-81/4" 20-812" 11'-73/4" 23'-T 10-93/4" 25-33/4" 10-11/4" 25-912' 100 FEET 14'-1012' 15-39/4' 19'-51/2' 22-r 12-41H' 25-23/4' 1T-53/4' 25-112' 10-9" 30'-9' INTERMEDIATE RADII CAN BE INTERPOLATED DETECTABLE WARNING PATTERN AREA SHALL BE YELLOW, IN COMPLIANCE WITH STD. SPEC. 8-14.3(3) MIN. MAX. A 1 618" 2 3/8 e 6/8" 112" c 7/16' 3/4" D 7/8" 1 7/16" BUFFER STRIP VARIES 0 TO W TOP OF ROADWAY CEMENT CONCRETE PEDESTRIAN CURB (SEE STD. PLAN F-1) } DETECTABLE WARNING PATTERN (SEE DETAIL) SECTION TOP OF ROADWAY DEPRESSED CURB & GUTTER (SEE NOTE 4) SECTION CEMENT CONCRETE CURB & GUTTER (SEE NOTE 4) ELEVATION TRUNCATED DOMES (SEE NOTE 8) DETECTABLE WARNING PATTERN DETAIL NOTES 1. This layout is used to provide access to a single crosswalk parallel to the major street The bid Item "Cement Conc. Sidewalk Ramp Type 4B" does not include the adjacent Curb (or Curb & Gutter), the Sidewalk, or the Cement Conc. Ped- estrian Curb. 2. Ramp slopes shall not be steeper than 12H:1V. 3. Avoid placing drainage structures, junction boxes or other obstructions in front of ramp access areas. 4. Curb & Gutter is shown, see the Contract Plans for the curb design specified. See Standard Plan F-1 for curb details. 5. See Std. Plan F-3 for sidewalk joint placement and details. 8. Detectable warning pattems may be created by any method that will achieve the truncated dome dimensions and spacing shown. ISOMETRIC VIEW 1 EXPIRES MAY 16, 2005 SIDEWALK RAMP TYPE 4B WITH LAYOUT STANDARD PLAN F -3e SHEET 1 OF 1 SHEET APPROVED FOR PUBUCATION Harold J. Paterfeso 02-09-05 HIMPLY/MBI+ riEOffIM vswnwwa1iai.1.1124• NITOM/ •r n. wrwrumnaewmrr/rnrwn"MMr •rnarrrrwm wnianor. VIM MOON Bae urz Wm*Ysepan raa. aprimrMd TarprlmMn N 11111 111111 111111 IN 1 11111 111111 N MI NM MN 1 11111 N EN UN N WOOD POST FASTENERS SIZE / TYPE QUANTITY WASHERS LOCKNUTS 3/8' DWd. • 4 3/4" BOLT 2 4 2 3/8" DIAM. • 314" BOLT 4 8 4 3118' DAM. • 1" SCREW 4 a 4 MAILBOX - SIZE 1, 1A OR 2 (SIZE 1A SHOWN) (SEE TABLE, SHEET 2, FOR DIMENSIONS) 31E • 1' PHILLPS HEAD SCREW, 2 WASHERS, MD LOCKNUT I FFH NYLON INSERT (TYP.) 4 SETS MIN. PLATFORM (SEE DETAIL, SHEET 2, SEE NOTE 2) 1 1r2 BRACKET (TYP.) (SEE DETAIL, SHEET 2) 7/18' HOLE (TYP.) 4 • 4 WOOD POST (SEE STD. SPEC. 428.14(1)) WOOD POST ASSEMBLY DETAIL (SEE STEEL POST ASSEMBLY DETAIL FOR SPECIFICATIONS NOT SHOWN) ADDITIONAL WASHERS AS REOUIREO TO FILL GAP (TYP.) 3/8" • 4 314' HEX HEAD BOLT, 2 WASHERS & LOCKNUT, LENGTH TO FR (TYP.) STEEL POST FASTENERS SIZE / TYPE QUANTITY WASHERS LOCKNUTS 3/8" DIAN. • 2 3/4" BOLT 2 4 2 3/8' DIAM. • 3/4" BOLT 4 8 4 3/18' DIAM. • 1' SCREW 4 B 4 1 7/8" M -CLAMP 2 4 4 NOTES 1. A socket and wedge anchoring system, that meets the NCHRP 350 crash test criteria may be substituted In lieu of the anti -twist plate designs shown. Anti - twist plates are not required for wood post installations. 2. The platform design ahown on this plan 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 design, but it must fit the bracket design shown on this plan. Brackets are required for all single -poet Installations. Field drilling may be necessary. 3. 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 Sheet 2). Spacing of mailbox mounting holes varies among man - PLATFORM ufadurers. Attachment of the mailbox to the platform may require drilling (SEE DETAIL, additional holes through the mailbox to fit the platform. SHEET 2, SEE NOTE 2) 4. Attach a newspaper box to a steel post with two 1 7/8" Muffler Clamps spaced 4" apart Field drill 7/18" holes In the newspaper box to fit Use 2 1/2" x 1/4" lag bolts to attach newspaper boxes to wood posts. Newspaper boxes must not extend beyond the front of the mailbox when the mailbox door la dosed. i 3/8" • 3/4" HEX BOLT 2 WASHERS AND LOCKNUT (TYP.) 1 1/2" 4' 5. A Type 2 Support (Standard Plan H -12a) Is required when 2 or more mail- boxes are to be installed on one support 3/8" • 2 3/4" HEX BOLT 2 WASHERS 8 LOCKNUT (TYP.) BRACKET (TYP.) (SEE AIL SHEET 2) MOIR u•x xo"m.o uoa..n rvr.0 vence m.urwa LINO. .prow0•r�wrruMMINIO�.AMIL0412rr..ond AT mn•.rnwrw.•vsar.m• • uc•i.asr. ANTI -TWIST PLATE (SEE DETAIL, SHEET 2, SEE NOTE 1) 7/MB" HOLE (TYP.) 7118" HOLE (TYP.) STEEL POST (SEE STD. SPEC. 9-32.1) 3/8"• 23/4' HEX BOLT, NUT & 2 WASHERS (TYP.) ANTI -TWIST PLATE (SEE DETAIL, SHEET 2, SEE NOTE 1) 1 7/8" MUFFLER CLAMP (1 7/B' 14 -CLAMP) 2 LOCKNUTS 8 2 WASHERS (TYP.) STEEL POST ASSEMBLY DETAIL STEEL POST ALTERNATE ANTI -TWIST PLATE DESIGN 3' 1E WIRES JULY 24, 20061 MAILBOX SUPPORT TYPE 1 STANDARD PLAN H-12 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Harold J. Poterfeso 02-25-05 IRATE DEVON ENOL®1 M' WadihOn Stab D•pnbrn at Trenspancelen EXPIRES JULY 24, 20061 Nr N--- EN -- EN 1-- r- I S r 111111 111111 MAILBOX & PLATFORM DIMENSIONS SIZE MAILBOX DIMENSIONS PLATFORM DIMENSIONS L W H L W 11 1 ir 61rr 81? ir r r 1A 21• r 10112 1r 71? 1• 2 24* 111/? 13112 21• 11• 1• 7/18 1 l/4 SLOT (TYP.) 1 7 W SYMMETRICAL ABOUT CENTERLINE I � j 8/1S• t 1 ,N• SLOT (TYP.) I I 0 0 618- R (TYP.) TOP -.{ �r �• SWAM. MIT 1 T- 1 SIDE PLATFORM DETAIL FRONT SIDE END 1H• t S/8• SLOT (TYP.) HOLE PLACEMENT FOR ALTERNATE DESIGN (TYP.) ANTI -TWIST PLATE DETAIL BRACKET DETAIL ISOMETRIC AT EDGE OF SHOULDER NEWSPAPER BOX - SEE NOTE 4 ANTI-TNAST PLATE - SEE DETAILS SHEETS 1 & 2, SEE NOTE 1 mere oa.rIIIIII fICraraa 1. IMAM" OVIIT�insw�rwo natssraxoa wart.. FACE OF CURB Z� in CURB TYPE VARIES r I I F`3'- 3• MIN. O.C. _ POST TO POST VARIABLE VARIABLE 0" TO ,Y 0" TO 12• BACK OF SIDEWALK v 1 BEHIND CURB STEEL OR WOOD POST * UNLESS OTHERYNSE SHOWN IN THE PLANS MAILBOX PLACEMENT SECTIONS 4'-7MIN. SIDEWALK MAILBOX BEHIND SIDEWALK STEEL OR WOOD POST MAILBOX, PLATFORM, & POST MAILBOX MOUNTING HOLE (TYP.) SPACE PROVIDED ON BOTH ENDS TO ALLOW ACCESS TO FASTENERS (SEE NOTE 3) VW0i;7•111 Vv 41 STEEL POST WOOD POST POST PLACEMENT DETAIL PLATFORM ALIGNMENT DETAIL MAILBOX SUPPORT TYPE 1 STANDARD PLAN H-12 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Harold J. Poterleso 02-25-05 STATE scow aqsEER GTE WdJnplen Vole OtyaerN d Tarpsld4w all MS 1 Mw EN UN NE EN— NM IN MN r r all I MI 111111 MAILBOX - SIZE 1, 1A, OR 2 (SIZE 1A SHOWN) (SEE TABLE, STD. PLAN H-12, SHEET 2, FOR DIMENSIONS) 9118' • 1' PHILIPS HEAD SCREW, 2 WASHERS, AND LOCI04VT WITH NYLON INSERT (TYP.) 4 SETS MIN. ADDITIONAL WASHERS - AS REQUIRED TO FILL GAP (TYP.) SNOW GUARD - WHEN REQUIRED (SEE DETAIL SHEET 2) PLATFORM - SEE NOTE 3 TYPE 2 MAILBOX SUPPORT (SEE STD. SPEC. 932.7) ASSEMBLY DETAIL MAILBOX 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 maldmum of 5 mailboxes may be installed on a Type 2 Support 3. The Platform design shown In thls plan Is detailed In the PLATFORM DETAIL, Standard Plan 11-12, Sheet 2. This 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 platfoLma must ft 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 7/5" Muffler Clamps spaced 4" apart. Field drill 7/18' holes In the newspaper box to fit Newspaper boxes must not extend beyond the front of the mailbox when the mailbox door Is dosed. MAILBOX PLATFORM b SUPPORT MAILBOX MOUNTING HOLE (TYP.) SPACE PROVIDED ON BOTH ENDS TO ALLOW ACCESS TO FASTENERS (SEE NOTE 4) PLATFORM ALIGNMENT DETAIL SEE NOTE 4 (EXPIRES JULY 24. 2006 MAILBOX SUPPORT TYPE 2 STANDARD PLAN H -12a SHEET 1 OF 2 SHEETS APPROVED FOR PUBUCATION Harold J. Peteifeao 02-25-05 MIR IMN YOULNIAL esav/Emr,Aaa l IS�°,a,nz >Kw0•11. MOonn�INro�r°rTamra°w 114710a1�vrati Alnarnrm,AunAnVIMINT "MN ACOPY MYWO/WM STATE DODOS EIgEZER DATE ANL Washington Mato Woodman d Transportation M i i i i i i i i i i i i i i i i i 1'1 8- JI UB V (TYP) i 1' • 1' • US' ANGLE I / O JODODODODODODODOTOVOODODODOd000000000000000000000000000000( 000000000000000 000000000000000 )000000000000000 00000000000000( 000000000000000 000000000000000 000000000000000 00000000000000( 000000000000000 000000000000000 000000000000000000000000000610060600600016 0016O06001O0060060� nnnnnnn nnnnnn nnnnnnnnnonnnn� Tn >n, \ 4) 17 RAISED EXPANDED METAL 3 FRONT VIEW 7/18' DIAM. (TVP.) 1 1l/4' 1 1M Ea MUFFLER CLAMP BOTTOM VIEW SNOW GUARD DETAIL ANGLE IRON 1/2' RAISED EXPANDED METAL 1/8 ' 1- 4 SECTIONAO F 4'-YMIN. MAILBOX SUPPORT TYPE 1 (WOOD POST SHOWN) FOR DETAILS SEE STD. PLAN H-12 EDGE OF SHOULDER OR TURNOUT AT EDGE OF SHOULDER J VARIABLE 0' TO 12" FACE OF CURB CURB TYPE VARIES BEHIND CURB * UNLESS OTHERWISE SHOWN IN THE PLANS MAILBOX PLACEMENT SECTIONS 4'-YMIN. BACK OF SIDEWALK SIDEWALK (PAPER BOX °NOTES *ANCHORING SYSTEM - (SOCKET AND WEDGE SHOWN) SEE NOTE 1 MAILBOX SUPPORTS TYPE 2 SPACING DETAIL 10 VARIABLE 0' TO 12 1 BEHIND SIDEWALK SNOW GUARD - WHEN REQUIRED, PLACE ON LEADING END OF SUPPORT (SEE DETAIL) [EXPIRES JULY 24, 20061 MAILBOX SUPPORT TYPE 2 STANDARD PLAN H -12a SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Harold J. Patoifoso 02-25-05 waA.rw 1ma.vrAwraaroocawan Arn. a PMEM,n.ea,S.,o1W ,n rulfSYKwCMS ATmwuwitelIFM 1rronw�v.Moa Amnwrrmvm 154114(9.7. RATE 068101 MODEM aT. Ank Wadingien I. Tromparkiian 12" MIN. DISTANCE REQUIRED TO REMOVE DOOR ADJUSTABLE FOR 1 1/4' THROUGH 2" PIPE PHOTOELECTRIC NG PAD 2" NPS,SCH. 40, 2 3/8" 0.D. TENON 6' (TYP.) OR OTHER LENGTH AS SPECIFIED DAVIT ARM 6063-T6 ALUM. TAPERED 6" X 3 1/2' X 188" WALL, SATIN GROUND FINISH, 80 GRIT. M400A CUTOFF POWR./DOOR LUMINAIRE USE WATTAGE 400HPS (TYPICAL) NOT TO SCALE ELIMINATE ALL SLACK INSULATED GROUNDING BUSHING INSTALL COMPLETE WITH BOLT COVERS HANDHOLE BOND 2' NOM GROUT PAD WITH 1/2' DRAIN HOLE FLUSH WITH i SIDEWALK •n + • j. QUICK DISCONNECTS (STD. SPEC. 9-29.7) 11 " MAX \ 1" CHAMFER ANCHOR BOLTS • 14 REBAR • 1" CONDUIT R=5.-9" SLIPOVER JOINT, -SHAFT INSERTED 12" INTO DAVIT ARM, (2) 5/8" X 7' LG. S/S HEX HEAD BOLTS, -NUTS. FLATS & LOCKWASHERS LOCK THE ASSEMBLY. 6063-T6 ALUM SHAFT TAPERED 8" X 6' X .250 WALL SATIN GRUOND FINISH, 80 GRP' 4' X 6" FLUSH HANDHOLE C/W S/S HARDWARE & GROUND WIRING CAST ALUM. SHOEBASE (COMPLETE) STREET LIGHT BASE SHALL BE FLUSH WITH SIDEWALK AND/OR CURB CURB \\ 18' (MIN.) BELOW TOP OF GRADE PORTLAND CEMENT CONCRETE CL. 3000 3' SQUARE WIRING DETAIL LIGHT STANDARD (TYPICAL) NOT TO SCALE 8.5' STREET LIGHT POLE NOT TO SCALE 0 n APPROVED. 10-8-03 CITY OF YAKIMA - STANDARD DETAIL 30' ALUMINUM STREET LIGHT El C2 TESTISWITCHI 120 V • PHOTO ELECTRICAL CONTROL I WIRING DIAGRAM FOR LIGHTING CONTROLS STEEL TRAFFIC SIGNAL POLE MYER'S HUB STREET LIGHTING CONTACTOR ENCLOSURE ENTRANCE TO POLE FINISHED GRADE 11 1 Om- lir I-1 \_... IN SERVICE EQUIPMENT 1 1/4" RIGID STEEL CONDUIT TO 3—WIRE WEATHERHEAD (3) AWG NO. 2 CU. THW PHOTO—ELECTRIC CONTROL AT APPROX. 33 FT. MOUNTING HEIGHT 3/4" RIGID STEEL CONDUIT, (3) AWG NO. 14 THW METER BASE — TYPE AS REQUIRED BY PP&L MYER'S HUB LOCKABLE SERVICE EQUIPMENT 2" RIGID STEEL CONDUIT (ALL EXPOSED CONDUIT IS RIGID STEEL) AWG NO. 6 COPPER GROUND APPROVED GROUND CLAMP I 2 — 2" SCH 40 CONDUIT i TO JUNCTION BOX 5/8"x10' COPPER—WELD GROUND ROD STEEL SWEEP ELBOWS Es ELECTRICAL SERVICE (120/240) w/ LIGHTING CONTROLS City of Yakima — Engineering Division APPROVED: 1.13.00 CITY OF YAKIMA - STANDARD DETAIL ELEC. SERVICE W/ LIGHTING E8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 COVER P 9 3/8" — 16NC HEX BOLT w/ WASHER CARRIAGE BOLT w/ WASHER BOX C SKID RESISTANT SURFACE JUNCTION BOX JUNCTION BOX D E DIMENSIONS (INCHES) COVERS A B C WT. LBS. TYPE 1 25 1/4 14 1/4 3/4 30 TWE 2 31 1/8 18 1/4 3/4 50 NOTE 1. JUNCTION BOXES AND COVERS SHALL BE CONSTRUCTED OF POLYMER CONCRETE GRAY IN COLOR, REINFORCED BY A HEAVY—WEAVE FIBERGLASS. COVERS SHALL BE RATED FOR A MINIMUM SURFACE LOAD OF 15,000 LBS, AND BOXES RATED FOR A MINIMUM OF 8,000 LBS. OVER A 10" SQUARE AREA, MATERIAL COMPRESSIVE STRENGTH SHOULD BE NO LESS THAN 11,000 P.S.I., COVERS SHALL HAVE A MIN. COEFFICIENT OF FRICTION OF 0.5 AND HAVE THE LOGO "TRAFFIC SIGNAL" ON IT. BOXES SHALL BE SIMILAR TO "COMPOSOLITE" AS MANUFACTURED BY QUAZITE CORPORATION OR APPROVED EQUAL E» JUNCTION BOX DETAIL City of Yakima — Engineering Division APPROVED: 9.20.99 CITY OF YAKIMA " STANDARD DETAIL JUNCTION BOX DETAIL Ell DIMENSIONS (INCHESH WT. LBS. S J K TYPE 1 27 1/4 16 1/4 12 12 3/4 23 3/4 1/2 11 1/4 47 TYPE 2 33 1/8 20 1/8 12 16 3/8 29 3/8 1/2 11 1/4 56 NOTE 1. JUNCTION BOXES AND COVERS SHALL BE CONSTRUCTED OF POLYMER CONCRETE GRAY IN COLOR, REINFORCED BY A HEAVY—WEAVE FIBERGLASS. COVERS SHALL BE RATED FOR A MINIMUM SURFACE LOAD OF 15,000 LBS, AND BOXES RATED FOR A MINIMUM OF 8,000 LBS. OVER A 10" SQUARE AREA, MATERIAL COMPRESSIVE STRENGTH SHOULD BE NO LESS THAN 11,000 P.S.I., COVERS SHALL HAVE A MIN. COEFFICIENT OF FRICTION OF 0.5 AND HAVE THE LOGO "TRAFFIC SIGNAL" ON IT. BOXES SHALL BE SIMILAR TO "COMPOSOLITE" AS MANUFACTURED BY QUAZITE CORPORATION OR APPROVED EQUAL E» JUNCTION BOX DETAIL City of Yakima — Engineering Division APPROVED: 9.20.99 CITY OF YAKIMA " STANDARD DETAIL JUNCTION BOX DETAIL Ell N 1 ,)W SUBGRADE BACKFILL AND CONDUIT BEDDING • .:' k• MATERIAL SHALL BE COMPACTED '•" CRUSHED SURFACING TOP COURSE. •W; •tM 2" OR 3" SCHEDULE 40 CONDUIT(S) AS SHOWN ON PLANS CONDUIT TRENCH SECTION City of Yakima — Engineering Division APPROVED: 1.13.00 CITY OF YAKIMA - STANDARD DETAIL CONDUIT TRENCH SECTION E14 r Ns me mu me am ma um me um ow on Ns me u Ims um G20 -2A CHANNELIZING DEVICE SPACING (FEET) (EXCEPT FOR FLAGGING REQUIREMENTS) MPH TAPER TANGENT 50/65 40 80 35/45 30 60 25/30 20 40 END ROAD WORK G20 -2A SIGN SPACING = X (FEET) BUFFER SPACE . B RuralRoads 45/55 MPH 500'+ - Urban Arterials & 35/40 MPH Rural Roads 350'+ - Rural Roods Urban Streets 25/30 MPH Residential Areas & Business Districts 200'+ - Allsigns are block on orange unless otherwise designated. 55 •• OPTIONAL IF 40 MPH OR LESS W20 -7A ••W20 -7B W20-4 W20-1 W20 -7A •.W20 -7B W20-4 W20-1 STOPSP-1 WAIT FOR 20'4,),( 16- PILOT CAR C R/W USE THIS SIGN IF NO FLAGGERS ARE ON DUTY. END ROAD WORKS G20 -2A LEGEND CI SIGN LOCATION - TRIPOD MOUNT 0 0 0 TEMPORARY TRAFFIC CONTROL DEVICES 44 FLAGGING STATION PROTECTIVE VEHICLE (WHEN SPECIFIED IN CONTRACT) EXISTING STOP BAR FOR PILOT CAR OPERATIONS THE FOLLOWING SIGNS SHALL BE REOUIRED TO SUPPLEMENT THE SIGNS SHOWN ON THIS PLAN. SP -1 G20-4 20" X 16" 36" X 18" 4" C R/W PILOT CAR FOLLOW ME (ON PILOT CAR) (FOR ROAD APPROACHES AS NEEDED) STOP WAIT FOR PILOT CAR NOTES 1. FLAGGER STATIONS SHALL BE ILLUMINATED DURING HOURS OF DARKNESS. 2. EXTEND DEVICES TAPER ACROSS SHOULDER. 3. SIGN SEOUENCE IS THE SAME FOR BOTH DIRECTIONS OF TRAVEL ON THE HIGHWAY. 4. RADIO COMMUNICATION RECOMMENDED BETWEEN FLAGGERS. REQUIRED IF FLAGGERS DO NOT HAVE CLEAR VISION OF EACH OTHER. BUFFER DATA BUFFER SPACE . B SPEED IMPHI 25 30 35 40 45 50 55 LENGTH Ifeetl 55 85 120 170 220 280 335 PROTECTIVE VEHICLE ROLL AHEAD DISTANCE = R VEHICLE TYPE TYPICAL VEHICLE LOADED WEIGHT ILBSI POSTED SPEED (mph) STATIONARY OPERATION (feet) 4 YARD DUMP TRUCK 24.000 50-55 75 45 50 2 TON CARGO TRUCK 15,000 50-55 100 45 75 I TON CARGO TRUCK 10.000 50-55 150 45 100 ROLL AHEAD STOPPING ()STANCE ASSUMES DRY PAVEMENT. !EXPIRES NOVEMBER 23.20031 ALTERNATING ONE-WAY TRAFFIC FLAGGER CONTROLLED OR PILOT CAR CONTROLLED STANDARD PLAN K-3 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Paterfaso 12-20-02 M»ia�.0,r�nsewr •ee.Mw is u9.1104 KEPI 11e111Mi1011AllLaMlells IMMITIlAma •mrrWYrrAl.o RAT. MEMepi®1 Mn VIs i glen tide Windward a TM.yrkden 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 VICINITY MAP SCALE 1"=2000' PLAN DISCLAIMER UNDERGROUND FEATURES SHOWN HEREON REPRESENT BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE NUMBER LOCATOR SERVICE. 1-800-553-4344 EXPIRES 11/17/2005 Washington Avenue Widening / Reconstruction S. 72nd Avenue to S. 52nd Avenue City of Yakima Job Nos. 1957 & 1958. Median Removal / Reconstruction S. 24th Avenue to S. 16th Avenue City of Yakima Job No. 2124 Federal Aid Project Numbers STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 SHEET INDEX Station Limits Sheet From To Description 1 Legend, Luminaire Schedule, Notes 2 8+05.18 13+00 Plan & Profile Washington Ave 3 13 +00 18 +00 Plan & Profile Washington Ave 4 18 +00 23 +00 Plan & Profile Washington Ave 5 23 +00 28 +00 Plan & Profile Washington Ave 6 28 +00 33 +00 Plan & Profile Washington Ave 7 33 +00 38 +00 Plan & Profile Washington Ave 8 38+00 43+00 Plan & Profile Washington Ave 9 43+00 48+00 Plan & Profile Washington Ave 10 48+00 53+00 Plan & Profile Washington Ave 11 53+00 58+00 Plan & Profile Washington Ave 12 58+00 63+00 Plan & Profile Washington Ave 13 63+00 68+00 Plan & Profile Washington Ave 14 68 +00 73+00 Plan & Profile Washington Ave 15 73 +00 78+00 Plan & Profile S 64th Ave 16 8 +25 11+25 Plan & Profile S 64th Ave 17 191+00 202+00 Median Removal 1 Repair Plan 18 202+00 212+00 Median Removal / Repair Plan Yakima All -America Citv -1994 August 2005 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LUMINAIRE SCHEDULE Luminaire # Station Offset Mnt Ht Lamp Watts Arm Length 1 9+85 EXIST EXIST 250W HPS EXIST 2 11+22 37.5 RT 35 250W HPS 8' * 3 12+36 33.5 LT 35 250W HPS 8' 4 13+50 37.5 RT 35 250W HPS 8' * 5 14+61 33.5 LT 35 250W HPS 8' 6 15+72 37.5 RT 35 250W HPS 8' * 7 16+97 33.5 LT 35 250W HPS 8' 8 18+23 37.5 RT 35 250W HPS 8' * 9 19+49 33.5 LT 35 250W HPS 8' 10 20+76 37.5 RT 35 250W HPS 8' * 11 22+03 36.5 LT 35 250W HPS 8' 12 23+29 42.0 RT 35 250W HPS 8' * 13 24+35 38.5 LT 35 250W HPS 8' 14 25+84 42.0 RT 35 250W HPS 8' * 15 27+05 37.5 LT 35 250W HPS 8' 16 28+41 42.0 RT 35 250W HPS 8' * 17 29+75 37.5 LT 35 250W HPS 8' 18 30+94 42.0 RT 35 250W HPS 8' * 19 32+45 39.0 LT 35 250W HPS 8' 20 33+40 42.0 RT 35 250W HPS 8' * 21 35+00 42.0 RT 35 250W HPS 8' * 22 35+95 41.5 LT 35 250W HPS 8' 23 36+87 41.0 RT 35 250W HPS 8' * 24 38+09 41.0 LT 35 250W HPS 8' 25 39+31 40.3 RT 35 250W HPS 8' * 26 40+55 41.0 LT 35 250W HPS 8' 27 41+67 39.5 RT 35 250W HPS 8' * 28 42+84 41 0 LT 35 250W HPS 8' 29 44+00 41.0 RT 35 250W HPS 8' * 30 45+16 41.0 LT 35 250W HPS 8' 31 46+31 41 0 RT 35 250W HPS 8' * 32 47+50 41.0 LT 35 250W HPS 8' 33 48+68 41.0 RT 35 250W HPS 8"" 34 49+85 41.0 LT 35 250W HPS 8' 35 51+00 41.0 RT 35 250W HPS 8' * 36 52+03 41 0 LT 35 250W HPS 8' 37 53+05 41.0 RT 35 250W HPS 8' * 38 54+37 41.0 LT 35 250W HPS 8' 39 55+68 40 7 RT 35 . 250W HPS 8' * 40 56+84 41.0 LT 35 250W HPS 8' 41 58+00 41.0 RT 35 250W HPS 8' * 42 59+17 41.5 LT 35 250W HPS 8' 43 60+35 41.0 RT 35 250W HPS 8' * 44 61+56 41.5 LT 35 250W HPS 8' 45 62+67 41.0 RT 35 250W HPS 8' * 46 63+83 41.5 LT 35 250W HPS 8' 47 64+99 41.0 RT 35 250W HPS 8' * 48 66+35 41.5 LT 35 250W HPS 8' 49 67+71 41.0 RT 35 250W HPS 8' * 50 68+68 41.5 LT 35 250W HPS 8' 51 69+64 41.0 RT 35 250W HPS 8' * 52 70+79 41 0 LT 35 250W HPS 8' 53 71+95 41 0 RT 35 250W HPS 8' * * LUMINAIRE ARM MOUNTED TO PP&L POLE (MNT HT MAY VARY) Federal Aid Project Numbers STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 LEGEND NEW 41MM. x SD T P w CAS s s x WED ■ 0. s o PV IPTI EXISTING RIGHT OF WAY NEW RIGHT OF WAY EX. EDGE OF PAVEMENT NEW STORM DRAINAGE EX. U/G TELEPHONE EX. U/G POWER EX. WATERMAIN EX. GAS LINE EX. FENCE NEW FENCE EX. SAN SEWER NEW SAN. SEWER EX. EX. EX. EX. EX. EX. FIRE HYDRANT WATER VALVE WATER METER MAILBOX TELEPHONE PEDESTAL YARD LIGHT NEW STREET LIGHT NEW CATCH BASIN (TYPE 1 OR NEW TYPE 2 CATCH BASIN EX. SEWER MANHOLE NEW SEWER MANHOLE EX. EX. EX. EX. EX. CATCH BASIN GAS METER POWER VAULT PAD MNT TRANSFORMER TREE NEW ASPHALT PAVEMENT NEW CONC. SIDEWALK GENERAL NOTES 1L) 1 ALL ROADWAY DIMENSIONS SHOWN ON PLANS ARE TO BACK OF CURB 2. SECTIONS OF THE EXISTING WASHINGTON AVENUE MAY BE CLOSED AS A CLOSED AS A PART OF THIS PROJECT 3 ACCESS TO EXISTING RESIDENCES AND BUSINESSES MUST BE MAINTAINED DURING THE COURSE OF THE PROJECT 4 SIGNPOST SOCKETS WILL BE FIELD LOCATED BY CITY FORCES 5. ASPHALT ROADWAY PAVEMENT WITHIN LIMITS OF NEW ROADWAY IS TO BE REMOVED 6. MAILBOX SUPPORTS ARE TO BE FIELD LOCATED 7 CITY FORCES WILL PERFORM STRIPING ON ENTIRE PROJECT 8. ELECTRICAL LIGHTING CIRCUITS & SVC. DROP LOCATIONS TO BE DESIGNED & CONSTRUCTED BY CONTRACTOR 8-03-05 CONSTRUCTION NOTES INSTALL STREET LIGHT BASE & POLE AT LOCATION SHOWN CITY FORCES WILL INSTALL LUMINAIRE & ARM TO MOVED PP&L POLE. PP&L WILL MOVE POLES AS NECESSARY & ENERGIZE LIGHTS ADJUST TO GRADE TO BE RELOCATED BY CITY FORCES RELOCATE MAILBOX TO LOCATION DETERMINED IN FIELD TO BE RELOCATED BY OTHERS TO BE REMOVED BY OTHERS INSTALL MONUMENT, CASE & COVER RELOCATE ORCHARD DRAIN & TIE INTO EX. 6" DID PIPE AS SHOWN RELOCATE TO LOCATION DETERMINED IN FIELD REMOVE TREE REMOVE TOP SECTION OF CONC. STANDPIPE & PUT CONC. SLAB WITH MANHOLE RISER AT ELEV. SHOWN IN PROFILE INSTALL 2 - 2" & 1 - 3" CONDUITS. CAP AND MARK END LOCATIONS. INSTALL STREET LIGHT SERVICE CONSTRUCT WHEELCHAIR RAMP PER DETAIL CONSTRUCT ASPHALT RAMP AT END OF SIDEWALK (6.5 x 6' typ.) INSTALL ASPHALT APRON TO EX. DRIVEWAY AS SHOWN (5' TYP.) RE -SET EXISTING FENCE AT RIGHT OF WAY LINE EXPIRES 1 1 /17/2005 ELEVATION DATUM: E. 1/4 CORNER SECTION 33, T 13 N., R. 18 E.,W.M. FOUND 3/8"x3/8" SQ. BRASS PEG IN CONC. ELEVATION = 1114 44 O Ei� m } 'i O c 0) 0 L cNi 0 a) CC CO 0 E a) CC co =o a> CO LC) rn 06 rs rn ui O U a) .o 0 > cv E 0 U H uJ U a) 0 m is U co o) a) 0 0 a 0 O NJ a) 0 0 m U_ 0) m Construction Notes Legend - General Notes Luminaire Schedule 1 18 FEDERAL AID NOS. STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 7028 D & MERLA R THYSELL 181332-13428 7024 TONY S & EVINA OTT 181332-13427 GERALD"L & JOY L FOY 181332-13426 WOOD FENCE MILFRED KOLIHA TRUSTEE 181332-13425 WOOD FENCE r R/w GARY F & NANCY KORESKI 181332-13424 REMOVE - 8" STUB GRAVEL w CONC. SIDEWALX 18" DMD MH 5" EXSSSMH SSMH, END 15" STUB D1D ASPHALT TPED TELLEE MH P 8+70.65 (40RT) ROBERT A & JOAN M BALL w 181332-42001 1170 EX. SSMH #30 STA. 8+12.53 (5' RT) RIM ELh.= 1170:40 I.E. 15 OUT = 1163.45 ---1.E 1.5" IN = 11.63.55 EXIST. CB STA. 9+94.8 (25' .RT.). GRATE EL. =1166.83 lE OUT =1163.17 -1.589' DID MH ;1 10+39.59 (30' RT) v:. 10+39.71 (40' RT) w. WELL HOUSE 6" THICK Sly (40' RT.) EXIST. CB STA. 9+95.64 25 LT. GRATE EL. =11.6.80 IE IN =1162.87 PVI STA = 10+50 mantas 11/17/2005 STA. 8+ 2.59 8.1 LT GRATE EL.= 11.9.77 I.E. 18" OUT = 1160.03 NEW PVF ELEV = 1166.40 SSMH #31 ) STA. 1.1+41(48 (5 RT) RIM EL.= 1165.25 I.E. 15" IN = 1159.50 I.E. 15" OUT = 1159.40 TBC LT & RT EX. GROUND CB: #51L (TYPE 1 STA. 12+23 (25 LT.) GRATE EL. =1163.90 I.E. 12" OUT =1160.25 CB #51R (TYPE 1) STA. 12+23 (25' RT.) GRATE EL. =1163.90 I.E. 12" IN/OUT =1159.94 1155 BEGIN 15" STUB...,., STA. 7+64.3 5' RT. I.E. 15" OUT=1163.79 CAP & MARK LOCATION EX. NEW TBC LT TBC RT 1170.5 1170.1 8+00 329.0 LF - - - 328.5 LF 49 LF - 12" S =0 0062 ft ft EX. SSMH TO. STA. 11+41.38 REMOVED 5 RT RIM .EL. 1165.24 - - - �T I.E. 12" IN = 1160.27 SLOPE=O.b097 FT L- ----- EX. 12_PVC --_ 1279.8 LF --_--- 400.0BE CORE EX. MANHOLE -------- SLOPE =0.0103 FT/FT - -----_ FQR 15" PIPE --- - SLOPE= 0.0120 F- '1FT 1169.7 1169.71. 1169.56 1169.56 1169 4 1169.39 1169.24 1169.24 1169.1 1169.08 1168.93 1168.93 1168.8 1168.76 1168.61 1118.61 9+00 1168.5 1168.2 1167.9 1168.45 1168.13 1167.82 1168.30 1167.98 1167.67 1168.30 1167.981 1167.67 1167.6 1167.50 1167.35 1167.35 1167 2 1167 19 1167.04 1197.04 10+00 1167.0 1166.87 1166.72 1166.72 1166.7 1166.56 1166.41 1166.41 1 1166.5 1166.28 1166.13 1166.13 1166.3 1166.05 1165.90 1165.90 1166.1 1165.82 1165.67 11.67 11+00 1165.9 1165.59 1165.44 1165.44 1165.8 1165.5 1165.36 1165.13 1165.21 1164.98 1165.211 1164.98 1165.2 1164.89 1164.74 1164.74 - M 6 8 8 A 50: L.F.- 12" CPE S =0.0063 ft/ft 225.01 L.F. 18" DID 1165.0 1164 66 1164.51 1194.51 12+00 1164.7 1164.43 1164.28 1164.28 1164.5 1164.3 1164.20 1163.97 1164.05 1163.82 1164.051 1163.82 1164.1 1163.9 1163.74 1163.51 1163.59 1163.36 1163.59 1193.36 13+00 8-3-05 8 1 FEDERAL AID NOS. STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 1 19.13' 19.61' 1 7008 WILSON & FLORENCE COUSINEAU 181332-13423 RALPH D & 7004 RUTH WELCH 181332-13422 JAMES & TERESA CAMPBELL 181332-13421 1 1 1 1 6908 LOUIS R & DIANNE M & JUSTIN R CASTILLEJA '�j 181332-13549 `•, W000 ENLE MARVLIN C & 6904 DOROTHY L TEGEN 181332-13548 181332-13547 MARGARET SMITH 181332-13546 1 1 1 GRAVEL CURB RETURN DATA PC 14+74.44 (32' LT.) 1161.36 MC 1160.87 PT 15+12.43 (70.61' LT) 1160.38 R - 40' LEN 63.48' T - 40.65° at.. 9015'23' ROBERT A & JOAN M BALL 181332-42001 CURB RETURN DATA PC 15+56.13 (50.6' LT.) 1160.28 MC 1160.19 PT 15+88.23 (32' LT) 1160.09 R.•40' L-62.09' T - 39.26' .1 - 88'55'50' N.-6" THICK S/W 1 EX. GROUND © Q. -1} - STA. 14+48 (25' LT.) GRATE EL. =1161.29 __ I.E. 12" OUT =1158.12 CB ;52L TYPE 1 STA. 14+48 (25' R:T.) GRATE EL. =1161.29 LE. 12" IN/OUT =1157.80 1 1 1 S =0.0095 ft/ft PVI STA=15+25 PVI ELEV=1160.90 SSMH 32 48" STA. 1 +41 5 _ RT RIM EL.= 1160.63 I.E. 15" IN = 1155.20 I.E. 15" OUT = 1155.10 CB ;53R TYPE 1 STA. 16+98 25 RT. GRATE EL. = 158.53 I.E. 12" IN/OUT =1155.00 CB ;53L TYPE 1 STA. 16+98 25 LT. GRATE EL. = 158:53 I.E. 12" OUT =1155.32 SLOPE =0.0105 FT/FT 250.02 L.F. 1 STUB TO ROW STA. 15+41 40 RT. I.E. 8" OUT =1155.96 50 L.F.- 12" CPE S =0.0064 ft/ft SLOPE _ - - - - - SLOPE =0.0105 FT/FT 00103 FT/FT --� ----_ ---18" 010 .--- 35LF-8"PVC - -----_ ID S =0.0050 ft ------ 1 x. 1163.9 EW 1163.51 BC LT 1163.36 BC RT 1193.36 13+00 1163.6 1163.27 1163.12 1163.12 1163.3 1163.1 1163.04 1162.81 1162.89 1162.66 1162.89 [ 1162.66 1162.9 1162.6 1162.4 1162.2 1161.9 1161.7 1161.4 1162.58 1162.35 1162.12 1161.88 1161.65 1161.42 1161.19 1162.43 1162.20 1161.97 1161.73 1161.50 1162.43 1192.20 1161.97 1161.73 I 1161.50 1161.27 1191.04 14+00 15+00 1161.1 _ 1160.9 1160.6 1160.4 1160.96 1160.74 1160.52 1160.30 1160.81 1160.59 1160.37 1160.15 1160.2 1160.09 1159.94 1199.94 16+00 1159.8 1159.6 1159.65 1159.44 1159.50 1159.29 1159.501 1159.29 1159.4 1159.22 1159.07 1159.07 1159.2 1159.00 1158.85 1198.85 1159.0 1158.79 1158.64 1158.64 1158.8 1158.5 1158.57 1158.35 1158.42 1158.20 1158.42 1 1158.20 1158.3 1158.0 1158.14 1157.92 1157.99 1157.77 1157.99 1197 77 18+00 6 W N O QO 1 \ 0� MARGARET SMITH\ 181332-13546 G & GP 000 FENCE X33 \_01 6816 FREDDIE D & JUDITH ELANDER 181332-13572 LST 34 SP 83,E I G W & MARY NINA P PARSONS ASPHALT 181332-13405 BEGIN TRANSITION LT. A.P STA. 20+20 (25 5' LT) PORT10N0 4 SP 83 LOT 4 N W I E S G W & MARY NINA P PARSONS GRAVEL 181332-14473 F- 6:5' SEE SHEET 5 S: 8912'06". II p SD SD 0 SD SD ® me= R%W SUM BEGIN TRANSITION R -1` A.P. STA. 20+2• (25.5' RTS/ I, .1:::`------ +23.35 (45�R e E_ -"- GRAVEL, , 1 1 1 -ye o5 EXPIRES 11/17/2005 WOOD RAIL FENCE V (45' RT)1 /I R/W ,22+55.37 CARL L. BROWN 181332-41003 ICARL L BROWN 181332-41002 II 6804 FEDERAL AID NOS. STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 E «s > 1160 1155 1150 1145 8 MATCH UNE ST S =0.0108 ft/ft -1 08% SSMH -33 48" STA. 19+41 5 RT RIM EL.= 1156 30 I.E. 15" IN = 1150 90 I.E. 15" OUT = 1150.80 12" CPE X. c 1158.0 EW115792 BC LT 115777 BC RT 1117 77 18+00 1 15" PVC 79 8 LF - ' - - - - - SLOPE =0 0103 FT/FT 120 L.F S =0 0000 ft/ft 36" -CPE- _120 L.F. CB #54L (TYPE 1) STA. 19+48 (25' LT.) GRATE EL. =1155.82 I.E 12" OUT =1.1.52.62 CB ;54R TYPE 1 STA. 19+48 25 RT. GRATE EL. =1155.82 1 E. 1.2" IN =1.152.30 I.E. 18" OUT =1152.30 50 L.F.- 12" CPE SDMH54A TYPE 2 - 72") STA. 19+48.05 35.5' RT.) RIM EL. =1156.90 I.E. 12" IN =1152.24 I E. 18" OUT =1149.50 DIDMH#2 S =0.0064 ft/ft 10.5 L.F. - 18" CPE =0.0053 ft/ft 1157 8 1157 71 1157.56 1157.56 1157 6 1157.4 1157.49 1157.27 1157 34 1157 12 1157.34 I 1157 12 1157 1 1157 06 1156.91 1156.91 1156 9 1156.84 1156.69 116.69 19+00 STA. 21+12.2 9 (8.8' LT) RIM EL.= 1154.54 I.E. 18" IN/OUT = 1146.87 S =0.0000 ft/ft 36"-CP'E 1 E. 36" DIA. PERF PIPE = .1148.0. 1156 7 1156.62 1156.47 1156.47 1156.5 1156.3 1156.41 1156.19 1156.26 1156.04 1156.26 I 1156.04 1156 1 1155.98 1155.83 1155.83 1155.9 1155.78 1155.63 1115.63 20+ 00 1155.7 1155.58 1155.43 1155.43 1155.5 1155.3 1155.38 1155.19 1155.23 1155.04 1155.23 1155.04 11 11 400.0 LF -----I I- 18 DID 1 1 1155.1 1155.00 1154.85 1154.85 1154.8 1154.82 1154 67 11467 21+ 00 CB #55R (TYPE 1) STA. 21+98 (29' RT.) GRATE EL. =1153.43 I.E. 12" IN/OUT =1149.95 CB #55L (TYPE 1) STA. 21+98 (28' LT.) GRATE EL. =1153.44 I.E. 12" OUT =1150.30 56.56 L.F - 12" CPE S =0 0062 ft/ft SLOPE =0,0091 FT/FT 600.00' VC PVI ELEV = 1153. 250.02 L.F 360.3 LF SLOPE =0.0044 FT/FT 15" PVC 18" DID 1154 6 1154.64 1154.49 - 115449 1154.4 1154 3 1154 47 1154.30 1154.32 1154.15 1154.32 I 115415 1154.1 1153.9 115414 1153.98 1153.99 1153.83 1153.99 193.83 22+00 1153.7 1153.82 1153.67 1153.67 1153.6 1153.5 1153.67 1153.52 1153.52 1153.37 1153.52 I 1153.37 1153.4 1153.38 1153.23 1153.23 MATCH UNE STA. 23+00 1153.3 1153.24 1153.09 193.09 23+00 1160 1155 N 10 0 a) a N N N a) 0 City of Yakima Project No. 1957 & 1958 1150 a) c LU U a) -o a m 0 O co U_ a) m 1145 Ran & Profile 0 + CV O 8-3-05 18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 N co N W 1 E G W & MARY S NINA P PARSONS 181332-14473 GRAVEL 24' CHAIN LINK GATE I( \\ CELL TOWER CURB RETURN DATA PC 24+48.05 (32' LT.) 1152.23 MC 115.06 PT 24+78.05 (62.31' LT) 1151.88 R=30.0' L= 4744' T = 30.31' A = 9035'54' EX. CHAIN LINK FENCE W/BARS WIRE 8 GRAVE END TRANSITION" Li A: 24-00-02' LT 6.5' 9'12' ARL L. BROWNI' 181332-41002 CD W �(0 V////////////A�` 1823 ROBYN HOWARD 181332-14666 x S 2 ROBERT S & 0 GWINN CAMPBELL 181332-14664 EX. CHAIN LINK.FENCE 24 F97.55'" _ 25 23+51.38 (45' RT) s'`.6: s n arlE .. SFk R W END TRANSITION RT. A.P. STA. 24+00 (33' RT.) ORCHARD W'15 :P SRK 6.5' SPK. CURB RETURN DATA PC 25+15.29 (61.56' LT.)._ 1151.93 MC 1151.86 PT 25+45.29 (32' LT) 1151.79 R = 30.0' L= 4668' T - 29.56' A = 89'09'08' x x A. EDGE. fSi avEht€N S '0B 0i7R' SSMH #353; ©cE;gF,pAvT 2 ityamisa SDMH.X7A R/W ROBERT BALL 181332-41001 SD MATCH UNE STA. 28+00 — SEE SHEET 6 FEDERAL AID NOS. STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 w O L co m m Z E ca am )- EXPIRES 11/17/2005 1155 1150 1145 1140 MATCH UNE STA. 23+00 SSMH #34 (48"� STA. 23+41 (5 RT) RIM EL.= 1152.88 I.E. 15" 1N = 1147.15 I.E. 15" OUT = 1147.05 600.00VC C8 #56R (TYPE 1) STA. 24+48 (32' RT.) GRATE EL. =1151.73 I -E. 12" IN/OUT =1148.40 S =0.0062 ;ft/ft 15" PVC - 360.3 LF 63.0 LF 12" CPE SLOPE =0.0052 FT/FT 12" CPE 400 0 LF SLOPE =0.0044 FT/FT .x. 1153.3 "EWrE1153.24 rBc LT 1153.09 rBc RT 193.09 23+100 1153.2 1153.11 1152.96 1152.96 11.53.1 1152.98 1152.83 1152.831 1153.0 1152.86 1152.71 1152.71 1152.9 1152.74 1152.59 1152.59 1152.7 1152.62 1152.47 192.47 24+00 1152.6 1152.51 1152.36 1152.36 18 1152.5 1152.40 1152.25 1152.25 CB #56L (TYPE 1), STA. 24+48 (31 5 LT) GRATE EL.= 1151.73 I.E. 12" OUT = 1148.73 DID MH#3 STA. 24+72.6(10777_1. GRATE EL.= 1152.04 I.E. 12" IN/OUT=1145.30 PVT EL.= 1151.95 CB #57R (TYPE 1' STA. 26+98 (31.5 RT) GRATE EL.= 1150.65 I.E. 12" IN/OUT = 1147.18 CB #57L (TYPE 1), STA. 26+98 (31 5 LT) GRATE EL.= 1150.65 I E. 12" OUT = 1147 50 -0.42% SDMH 57A TYPE 2-72") STA. 26+98 (37' RT.) RIM EL. =1151 21 I.E. 12" IN =1143.17 I.E. 18" OUT =1146.67 SSMH #35 (48") STA. 27+41 (5' RT) RIM EL.= 1151.00 I.E. 15" 1N = 1143.70 \I.E. 15" .OUT = 1143.60 II II DID 1152.4 1152.30 1152.15 1 250.00 L.F. =0 0049 ft/ft 63.0 LF - 12" CPE SLOPE =0.0051 FT/FT\ 12" CPE SLOPE =0.0084 FT/FT 986.7 LF 1152.3 1152.20 1152.05 1152.3 1152.11 191.96 25+00 1152.2 1152.02 1151 87 1152.1 1151.94 1151.79 1152.0 1151.85 1151 70 1151 70 1151 9 1151 77 1151 62 1151 62 1151.8 1151.69 1151.54 111.54 26+00 1151.7 1151 61 1151 46 1151.46 1151 6 1151.52 1151.37 1151.37 1151 5 1151.44 1151.29 1151.29 _15 vG 1151.5 1151.36 1151.21 1151.21 6.8 L.F.-12" CPE S =0.7282 ft/ft 250.00 L.F. 18" DID 1151 4 115 .27 1151.12 191.12 27+00 400.0 LF I I.E. 36" DIA. PERF PIPE = 1148.0 1151 4 1151 3 1151 2 1151 2 1151.1 1151 19 1151 11 1151 02 1150.94 1150.86 1151.04 1150.96 1150.87 1150.79 1150.71 1151.04 1150.96 1 1150.87 1150.79 190.71 28+00 co WW 8+ I�- V) 5 1155 • Q C -p a) .70 CV a) .r > > Q Q C1 O ti • f CV U) a) cu ca CL City of Yakima Project Nos. 1957 & 1958 1150 ra w U 0) .2 m U En rn C c` Horizontal = 1"=40' 1145 1140 Plan & Profile M N Co to Sta. 28+00 8-3-05 18 1 1 1 1 t 1 1 1 1 1 1 1 1 1 1 1 00 SEE SHEET 5 CO H UNE STA 1 1 S 5-0 E%. CNAIN.IINKFEN x _ X .CC 5.5' ASPHALT 23' S-:89;1. NEW:415,1d..P 06" C8 5 2 FX CIAIN I INK FFNCE 6510 ROBERT S & G GWINN CAMPBELL 181332-14664 EX CHAIN LINK FENCE 5.5' SD. ■ R/W SDMH #57B ORCHARD R F -PAVEMENT- 9t- W- I X59R-2. W N S E 6:5' P SDMH 159A 6. crl PP 402 ROBERT BALL 181332-41001 MATCH UNE STA. 33+00 — SEE SHEET 7 FEDERAL AID NOS. STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 8-y- zoos EXPIRES 11/17/2005 1155 1150 1145 1140 MATCH UNE STA. 28+00 CB #58L (TYPE 1) STA. 29+48 (31' LT ) GRATE EL. =1149.61 I.E. 12" OUT =1146.40 -Q.42% SDMH #57B (TYPE 2-72") STA. 29+48 (37' RT.) RIM EL. =1150.17 I.E. 12" IN =114717 I.E. 18" OUT =1145.05 CB #58R (TYPE 1) STA. 29+48. (32' RT.) GRATE EL. =1149 61 I.E. 12" IN =1146.05 I.E. 12" OUT =1146.05 S =0.0000 ft7ft 400 0 LF -36" C x. q 1151 1 EWc1150.86 BC LT 1150.71 BC RT 110.71 28+001 1151 0 1150.77 1150.62 1150.62 CB #59R-1 (TYPE 1) STA. 30+75 32' RT ) GRATE EL. =1149.07 I.E. IN =1145.68 I.E. OUT =1145.68 CB #59L-1 (TYPE 1� STA. 30+75 (31' LT GRATE EL. =1149.09 I.E. OUT =1146.03 63 L.F.- 12" CPE S =0.0056 ft ft 5.61 L.F. 18" CPE S =0.2041 ft/ft SLOPE =0 0028 FT/FT SLOPE =0.0060 FT/FT SDMH #59A (TYPE 2-72") STA. 31+70 (38" RT.) GRATE 'EL. =1149:47 I.E: 12" IN =1145.02 I.E. 18" OUT =1143.00 SSMH #36 (48") STA. 31+41 (5' RT) RIM EL.= 1149.44 00 I.E. 8" IN = 1141.78 » I.E. 15" IN = 1141.20 CL I.E. 15 OUT = 1141.10 200.00' VC C8 1159L-2 (TYPE 1 CB #60R (TYPE -1) Ri.) In 0 STA. 31+70 (3(' LT.!.N. . GRATE EL. =1148.89 IEGRATE 12" IN =1145.68 EL. =1149.08 + I.E. 12" OUT =1145.40 C4 . E . 1 I.E. 12" OUT =1145:68 "o C8 #59R-2 (TYPE 1 STA. 31+70 (33' RT. CB #60L (TYPE 1) a II• GRATE EL. =1148.87 TA. 32+70 (32' LT.) ci w I.E. 12" IN/18" OUT=1145.0RATE EL. =1149 10 PVI STA=31+75 I.E. 12" OUT =1146.03 >> - - 0.45% PVI EL.=1149.30 _____ 64 L.F - 12" CPE S =0.0055 ft/ft s =0..00.5.5_ft/it 1150.9 1150.8 1150.69 1150.61 1150.54 1150.46 1150.54 1 1150.46 1150.7 1150.53 1150.38 1150.38 1150.6 1150.44 1150.29 110.29 29+00 1150.5 1150.36 1150.21 1150.21 1150.4 1150.28 1150.13 1150.13 1150.4 1150.19 1150.04 1150.04 1150.3 1150.11 1149.96 1149.96 1150.3 1150.03 1149.88 11419.88 30+00 1150.2 1149.94 1149.79 1149.79 1150.1 1149.86 1149.71 1149.71 15" PVC LOW PT EL.=1149.52 LOW PT STA.=31+70.68 64 L.F - 12" CPE S =0.0055 ft/ft \ =0.0063 ft/ft 12" CPE M 100 L.F 18" DID 40 L.F STUB TO ROW46.8 LFy 8" PVC STA. 31+16 7 45 RT 1-f50.$ QL 0.8114Q,9:3.0 1149.E =Q140J f11/1119.9 1149.78 1149.70 1149.63 1149.57 1149.54 1149.52 1149.63 1149.55 1149.48 1149.42 1149.39 1149.37 1149.63 1149.55 11419.48 1149.42 1149.39 1149.37 31+00 202.70 L.F S. =0.0000 .ft ft I E 36 (3tA: �{=RF f)aPE--=---1.1-41.-5 1150.0 1149.52 1149.37 1149.37 264 2 LF SLOPE =0.0061 FT/FT 1150.0 1149.54 1149.39 11419.39 32+00 1150.0 1149.57 1149.42 1149.42 1150.1 1149.62 1149.47 1149.47 1 1150.1 1149.69 1149.54 1149.54 1150.2 1149.78 1149.63 1149.63 1150.2 1149.87 1149.72 11419.72 33+00 1155 1150 City of Yakima Project No. 1957 & 1958 1145 cc V7 0) 0 0) c c0 0 II (0 c O N 0 Er) To O 0) m 11140 Plan & Profile 0 CO c') c-� 8-3-05 18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CURB RETURN DAtA / / PC 33+76.46 (3Z LT.) 1150.06 MC 1150.21 PT 10+73.04 (22.5' LT) 1150.35 R = 40.0' L = 63 49' T = 40.67' 90'56149" c. _ _______.10• 6 5 (<9 I§ • I , BIN/Kfr 34+69.28 (70' LT) 34+84.48 (55' LT) m NHW RPROWPOSED 12" .44 arfffl- S 8927'26" E 6. /---1 5' L=155.29 R.4965.00 • 0003' Tanw77.67 URg PC STA. 35+28.2V (34.75' LT) CURB RETURN DATA PC 10+74.25 (22.5' RT.) 1150.34 MC 1150.08 PT 35+01.9 (34.97 LT) 1149.89 R := 40.0' L = 62.35' T = 39.52' A = 8918'31'7 N E CONGDON ORCHARDS, INC 181333-23001 CURB PT STA 36+84.86 33' LT j-WdshAve-, 64tfr Ave T. • f cpR:,° p 175" UM 90 in L8E'0. 11,ztriy47:511"' Opi "iiF; 34+89.58 47‘ -„ • „- .„ A :S.Skitqf 40 STAJ-;36*4595:, -Stk.; 7+1577: R545 5t •••! " • 2 4.)1, , „ • ; 87r:7 RF,3000.Oac. 5. !!. ••q, • 4=3*0:1' `=--78. R/W 33+75.92 (45' RT) 33+91.17 (60' RT) CURB RETURN DATA PC 33+78.86 (3.3' RT.) 1150.07 MC 1150.48 PT 9+28.02 (22.5' LT) 1150.90 R = 40.0' L = 62.17' T = 39.34' tt = 89'03'10" 1155 1150 1145 1140 MATCH UNE STA. 33+00 — SEE SH '0LDR 34+95.63 (45' RT) 34+80.96 5 EX. SSMH #37 STA. 34+05.18 (0.5' RT) RIM EL.= 1149.78 I.E. 15" IN = 1139.49 I.E. 24" IN = 1139.26 I.E. 24" OUT = 1139.16 PVI STA = 34+40 PVI EL. = 1150.50 5.5 .oGzbrPANLE' • . C13:,. )9 CURB RETURN DATA PC 9+26.27 (22.5' RT.) 1150.77 MC 1150.36 PT 35+03.21 (33' RT) 1149.95 R = 40.0' L = 6313' T = 40.30' Li = 90'25'53" STA. 34+76.4 (35.1' LT.) REMOVE CONC. IRR. RISER INSTALL SLAB & MANHOLE RING & COVER (SEE DETAIL) 18" DID I.E. 36" DIA. PERF PIPE = 1141 5 15" PVC 115-07717(777072-1Mrl-WQ4l NEW 1149.87 1149 96 1150.05 1150.14 1150.23 1150 TBCLT 1149.72 1149.81 1149.90 1149.99 TBC RT 11419 72 1149.81 1149.90 1149.99 33+00 34+00 STA. E -1 1150.2 1150.3 1150.1 1150.41 1150.50 1150.36 • :881•11.xo MICK LIVING TRUST 181333-32403 P- 21/4 . . Z 37+99.68 (56.07 RT) 2,, < SEE SHEET 16 FOR 64TH AVE SHEET AT THIS INTERSECTION 1 CB #611_ (TYPE 1) STA. 36+25 (33 LT.) GRATE EL. =1149.03 I.E. 12" IN/OUT =1145.21 CB #61R (TYPE 1) STA. 36+25 (32' RT.) GRATE EL. =1148.53 I.E. OUT =1145.53 • e . 1149 8 1150.21 EX. DID MHI STA. 34+59 31 10.8 LT RIM EL.= 1149.93 I.E. 12" IN = 1142.50 1149 6 1150.07 1149.92 114/9.92 35+00 1149.5 1149.93 1149.78 1149.78 1149 5 1149.4 1149.79 1149.64 1149.64 1149.49 1149.64 1149.49 -0.71% SSMH #40 (48" STA. 37+01 (13 LT.) RIM EL. =1148.38 I.E. 8" OUT =1140.30 PVI STA = 37+25 PVI ELEV = 1148.47 65.5 L.F - 12" CPE S =0.0049 ft/ft '4.1 1149 3 1149.50 1149.35 1149.35 1149.2 1149.36 1149.21 1119.21 36+00 1149 1 1149.22 1149.07 1149.07 321.42 L.F. 1149 0 1148.9 1149.07 1148.93 1148.92 1148.78 1148.921 1148.78 1148.8 1148.79 1148.64 1148.64 1148.7 1148.65 1148.50 114/8.50 37+00 1148.5 1148.50 1148.35 1148.35 1.07% S =0.0084 ft/ft 364.63 LF 1148.3 1148.31 1148.09 1148.16 1147 94 1148.16 1 1147 94 1147 88 1147 73 1147 73 03 6 8 A 5 7.7 1147 67 1147 52 11417.52 38+00 FEDERAL AID NOS. STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 8- 4-2ap EXPIRES 11/17/2005 1155 1150 City of Yakima Project Nos. 1957 & 1958 1145 w a) ci) a) c/) 0 1140 Plan & Profile E:3 C,3 cci (/) to Sta. 38+00 5-3-05 8 r 5 0. _.,R/W 1 NHW'PROROSE0:712 'S- 6.51 '621 OLD- R/W .NEW'.8" .PVC )14 TA. -38+75: s CONGDON ORCHARDS, INC 181333-23001 L0 N ititito w ■ S a.� 0 ;-S" 3977'26" SE E (OLD SD PaoPosED 1a^ 411•11111 4•11111. .SD SSMH 0 (h 1 GE",.Of.F„PAVEMEN EDGE;O kRi), R/W - SDMH ;1628 5Q sommommirg R%LY CB NEW 8"' PVC w *33R- 55 PP 30404 R/W MICK LIVING TRUST 181333-32405 N o, r PP633144A- � r R/W FEDERAL AID NOS. STPUS-4558(006) TIB# 8-4-039(01 9)-1 TIB# 9-E-039(007)-1 CcIRES 11/17/2005 • 1150 1150 1145 1140 1135 1- 6 MATCH UNE STA. 38+00 STA. = 38+09 200.00' VC EL.= 1147 57 CB #62R (TYPE 1) STA. 39+45 (33` RT.) GRATE EL. =1145.82 I.E. OUT =1142.83 CB f 2L TYPE 1 STA. 39+45 (33' LT GRATE EL. =1.145.85 I.E. IN/OUT =1142.50 rn 0 0 PVT STA.= rn SDMH #62A (TYPE 2-72") II STA. 40+10 (37' LT) J GRATE EL. =1146.11 w I.E. 12" IN =1142.18 I.E. 18" OUT =1.138.95 SSMH 41 48" STA. 40+65 13 LT. RIM EL. =1145.75 I.E. 8" INW) =1137.75 I.E. 8" IN N&S) =1137.85 I.E. 8" OU =1137.65 12" CPE x. 11 47 7 EW114767 BC LT 1147.52 BC RT 11417.52 38+00 1147 4 1147 45 1147 30 1147.30 1147.1 1147.26 1147 11 1147 11 1146 9 1147 07 1146.92 1146.92 65 L.F. - 12" CPE S =0.0051 ft/ft =0.0070 ft ft 1146.7 1146.91 1146.76 1146.76 1146 7 1146.75 1146.60 114-60 39+00 1146 6 1146.62 1146.47 1146.47 65 L.F S =0.0049 ft/ft 12" CPE -0.31% CB #63R (TYPE 1) STA. 42+50 (33' RT.) RIM EL. =1144.78 I E. 12" OUT =1141.78 SDMH #62B (TYPE 2-72") STA. 42+50 (37' LT.) RIM EL. =1145.36 I.E. 12" IN =1142.36 I.E. 18" OUT =1138.95 CB #63L (TYPE 1) STA. 42+50 (32' LT.) RIM EL. =1144.78 I.E. 12" IN/OUT =1140.9 PVI STA = 43+00 PVI ELEV = 1145.27 \EX. GROUND 55 LF - 8" PVC S =0.0070 ft/ft 240.00 L.F. r 1146.4 1146.49 1146.34 1146.34 1146.3 1146.39 1146.24 1146.24 1146.1 1146.29 1146.14 1146.14 P VC STUB TO ROW S =0 0000 ft/ft 30 LF - 8" PVC S =0.0070 ft/ft 36" CPE I E. 36" PERF CPE =1137 45 4 7 L.F.- 18" CPE �.✓ S =0.3071ft/ft 65 L.F.- 12" CPE S =0 0125 ft/ft STA. 40+65 (42' RT.) I E. 8" OUT =1138.24 1146 0 1146.22 1146.07 114.07 40+ 00 1145.9 1146.15 1146.00 1146.00 1145.9 1146.0 1146.09 1146.03 1145.94 1145.88 1145.94 1145.88 `STIR TO ROW STA. 40+65 (43' LT ) I E. 8" OUT =1138.06 1146.0 1145.6 1145.6 1145.6 1145.96 1145.90 1145.84 1145.78 1145.81 1145.75 1145.69 1145.63 1145.81 114/5.75 1145.69 1145.63 41+00 ft 1145.7 1145.71 1145.56 1145.56 1145.6 1145.65 1145.50 1145.50 1145.5 1145.59 1145.44 11415.44 42+00 1145.4 1145.52 1145.37 1145.37 1145.4 1145.46 1145.31 1145.31 1145.3 1145.40 1145.25 1145.25 1145.3 1145.34 1145.19 1145.19 6 N A MATCH UNE 1145.3 1145.27 1145.12 11415.12 43+00 1150 1145 CV LO 0 Cu Q CN1 N CV CV (n CC 0- City of Yakima Project Nos. 1957 & 1958 1140 1-- 0_ dh LJJ U d 0 a I C- c 0 o 1135 Plan & Profile 8-3-05 0 c*-) cei (.n to Sta. 43+00 811 r 1145 1140 1135 1130 • N W U R W • CONGDON ORCHARDS, INC 181333-23001 N R W •IIMO .1111•1 RAVEL 6 6.5' Wy =W NHW PROPOSED t2" cs .MHW' PROP6SED `If • ~NEW '8"' `P.VC DlD R in on n :I �W. SEE SHEET 10 ;co > O -w 3 W ,SEGTEON;=UNE '(OLD, J -71 EDGE: OF, ;kV EMEN' 0� r „- ROBERT ROBERT A & JOAN M BALL 181333-32406 PVI STA = 43+00 PVI ELEV = 1145.27 R/W SSMH #42 (48"), STA. 44+30 (13 LT.) RIM EL. =1143.98 I.E. 8" IN =1135.46 I.E. 8" OUT =1135.36 4 G CB ;64R TYPE 1 STA. 45+60 32.5 RT GRATE EL.= 1142.57 I.E. 12" OUT = 1139.74 65.0 LF - 12" CPE S =0.0049 FT/FT D - .. --.-- :ter - CB ;64L TYPE 1 STA. 45+60 32 LT. GRATE EL. =1142.57 I.E. IN =1139.42 I.E. OUT =1139.42 PP 332400 T -0.79% EX. GROUND ® Q T 'us 16' vi 0. wC I Zz� -0-I SCD 1 1 W r 1 Q Z it p Or Z Q Q I � 5,910 SSMH #43 (48"), .. . STA. 47+95 (13 LT ) RIM EL. =1141.10 I.E. 8" IN W) =1133.17 I E. 8" IN (N&S) =1133.27 _ I.E. 8" OUT =1133.07 310.01 L.F. 55 LF - 8" PVC S =0.0070 ft/ft =0.0085 ft/ft 30 LF - 8" PVC S =0.0070 ft/ft STUB TO ROW STA. 47+95 43 LT.. I.E. 8" OUT =1133.48 STUB TO ROW STA. 47+95 42 RT. I.E. 8" OUT =1133.66 48+00 — SEE SHEET 10 N W Z 5 EX. 1145.3 1144 9 1144.7 1144 5 1144.2 1144 1 1144 0 1144.1 1144 1 1144 0 1143.8 1143.7 1143.6 1143.4 1143.2 1142.8 1142.7 1142.6 1142.5 1142.3 1142.4 1142.2 1141.8 1141.6 1141.6 1141 5 NEW 1145.27 1145.12 1144.96 1144.80 1144 64 1144 48 1144.32 114417 1144.01 1143.85 1143.69 1143.53 1143.38 1143.22 1143.06 1142.90 1142.74 1142.58 1142.43 1142.27 1142.11 1141.95 1141 79 1141 64 1141 48 1141.32 TBC LT 1145.12 1144.97 1144.81 1144 65 1144 49 1144.33 114417 1144.02 1143.86 1143.70 1143.54 1143.38 1143.23 1143.07 1142.91 1142.75 1142.59 1142.43 1142.28 1142.12 1141 96 1141 80 1141.64 1141.49 1141.33 1141 17 TBC RT 11415.12 1144 97 1144.81 1144.65 1144 49 11414.33 1144 17 1144.02 1 1143.86 1143.70 11413.54 1143.38 1143.23 1 1143.07 1142.91 11412.75 1142.59 1142.43 1 1142.28 1142.12 11411 96 1141.80 1141 64 1 1141.49 1141.33 1141 17 43+00 44+00 45+00 46+00 47+00 48+00 FEDERAL AID NOS. STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 EXPIRES 11/17/2005 1145 1140 City of Yakima Project Nos. 1957 & 1958 1135 1- 1130 8-3-05 Plan & Profile + c*) ni to Sta. 48+00 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONGDON ORCHARDS, INC 181333-23001 c MATCH UNE S P#332002 4 MILO H 18 �P \ 0 • \\ X PT .. SD MIIIIMmimmiSD. NEW 8" PVC R W SDMH l65111 SDS .C8 .#66L°.1 NHW'PROPOSED.12'. MF## 4 x X ngton . Ave DAVID L. ET UX FOUSHAY 181333-31401 X ppy353400 5820 RAN N - MM. •111•111 OCD PP CB. #66R 33408 RAN MARK E QUILLEN 181333-31411 5810 /. I cv YARD SRP' I? "T 1'LT SEE SHEET MATCH UNE STA. 53+00 FEDERAL AID NOS. STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 EXPIRES 11 /17/2005 m c o o L 0 f. `o 0 Z E a. Y al al 1 1140 1135 1 11130 1 1125 i 6 8 F- N 5 CB #65L (TYPE 1) STA. 48+70 (32' LT.) GRATE EL. =1140.12 I E. 12" IN =1136.80 I.E. 12" OUT =1136.80 CB #65R (TYPE 1) STA. 48+70 (32.5' RT) GRATE EL.= 1140.12 I.E. 12" OUT = 1137.15 PVI STA = 49+00 12" CPE 65.0 LF - 12" CPE S = 0.0054.FT/FT PVI ELEV = 1140.53 42 L.F. 12" CPE f5 =0.0040 ft/ft SDMH #65A (TYPE 2 -72") STA. 49+12.20 (37' LT.) RIM EL. =1140.40 I.E. 12" IN =1136.63 I.E. 18" OUT =1133.18 CB #66L (TYPE 1) STA. 51+85 (32' LT.) GRATE EL. =1138.50 I.E. 12" IN/OUT =1135.18 SSMH #44 (48"1 STA. 51+60 (13 LT ) RIM EL. =1139.01 I.E. 8" IN =1130.88 I.E. 8" OUT =1130.78 -0.48% CB #66R (TYPE 1) STA. 51+85 (33' RT.) GRATE EL. =1138.50 I.E. 12" OUT =1135.51 SOMH e5B TYPE 1 STA. 51+85 37 LT. RIM EL. =1139.08 I.E. 12" IN = 1136.08 I.E. 18" OUT = 1133.18 EX. GROUND CI c, 365 LF x. 1 1141.5 EW 1141.32 TBC LT 1141 17 TBC RT 11 41.17 1141 3 1141.16 1141 01 1141.01 1141 0 1141 00 1140.85 1140.85 1140.8 1140.84 1140.69 1140.69 1140.7 1140.69 1140.54 1140.54 1140.5 1140.53 1140.38 1140.38 48+00 49+00 272.80 L.F S =0.0060 ft ft S =0.0000 ft/ft I.E. 36" DIA PERF CPE =1131.68 1140.3 1140.43 1140.28 1140.28 1140.1 1140.33 1140.18 1140.18 1139.9 1140.24 1140.09 1140.09 1139 7 1140.14 1139.99 1139.99 1139.6 1140.04 1139.89 11319.89 50+00 1139.6 1139.95 1139.80 1139.80 1139 6 1139.85 1139.70 1139.70 1139 5 1139.75 1139.60 1139.60 1139.3 1139.66 1139.51 1139 51 1139 2 1139.56 1139.41 1119.41 51+00 1139 1 1139.46 1139.31 1139.31 36" CPE 8" PVC 1139 1 1139.36 1139.21 1139.21 65.00 L.F. 12" CPE S = 0.0051 ft/W" 4.60 L.F. 12" CPE S = 0.1986 ft/ft 1139.1 1139.27 1139.12 1139.12 1139 1 1139.17 1139.02 1139.02 1139 3 1139.07 1138.92 11318.92 52+00 1139.4 1138.98 1138.83 1138.83 1139.3 1138.88 1138.73 1138.73 1139 0 1138.78 1138.63 1138.63 1138.7 1138.69 1138.54 1138.54 1 8 Vf W Z 5 4( 1138.5 1138.59 1138.44 113.44 53+00 1140 C4) 0) Q -p a) .70 CV ▪ O Q-10 CV O I` a CV L cn N co co CL City of Yakima Project Nos. 1957 & 1958 1135 2 a Ji (0 0 N ro .41 1130 1125 Plan & Profile 0 CO to Sta. 53+00 8-3-05 10 18 1 I 1140 1135 1130 1125 6 THATCH FL/W CONGDON ORCHARDS, INC 181333-23001 411 NEW' 8" P. NHMI PROPOSED: i2 :OLD CCI U) CO 275 LF 61 VERGREEN LAND COMPANY LLC 181333-31415 • • 2' WHITE VINYL FENCING 5804 -0.48% =0.0060 ft SSMH #45 (48"), STA. 54+35 (13 LT.) RIM 'EL. =1137.67 I.E. 8" IN =1129.13 I.E. 8" OUT =1129.03 venue SECTION UNE (OLD N W 1 E MEM 4•11M. S[I .; SD SD s . CB 7R 5704 FRANCIS & PAMELA MCSHARRY 181333-31004 PVI STA = 54+50 PVI ELEV = 1137.86 (n; W SD MEM N W R/W4011•I 6,5' LD :F2/Y1 SSMH P CB #67L (TYPE 1) STA. 54+90 (32' LT:) GRATE EL. =1137.16 I.E. 12" IN =1133.66 I.E_12" OUT =1133.66 EX. GROUND ® c_ "T R/w 'FRANCIS & PAMELA MCSHARRY 1813331-31013 -0.12% SD HW PROPOSED 12' Sit PP 334401 � I -" - U (a 2 SSMH #46 (48"), STA. 57+05 (13 LT.)' RIM EL. =1137.29 I.E. 8" IN =1127.30 I.E. 8" OUT =1127.20 PVI STA = 58+00 PVI ELEV = 1137.43 :CB #67R (TYPE 1 .STA. 54+90 32:5 RT) GRATE EL.= 1137.16 I.E. 12" OUT = 1134.15 315.00 L.F. S =0.0050 ft/ft 12" CPE 270 LF S =0.0064 ft �x. 1138.5 NEW 1138.59 TBC LT 1138.44 TBC RT.113118.44 53+00 270 LF Wr 6 O 2 N W Z 5 1138.4 1138.4 1138.3 1138.2 1138.1 1138.0 1137 9 1137 9 1137 9 1137 9 1137 9 1137 8 1137 7 1137 7 1137 7 1137 6 1137 6 1137 6 1137 7 1137 7 1137 7 1137 6 1137 6 1137.5 1137.4 1138.49 1138.40 1138.30 1138.20 1138.10 1138.01 1137.91 1137.85 1137.83 1137.80 1137 78 1137 75 1137 73 1137.70 1137 68 1137 65 1137 63 1137 60 1137.58 1137.56 1137.53 1137.51 1137 48 1137.46 1137 43 1138.34 1138.25 1138.15 1138.05 1137 95 1137.86 1137 76 1137 70 1137 68 1137 65 1137.63 1137 60 1137.58 1137.55 1137.53 1137.50 1137.48 1137 45 1137 43 113741 1137.38 1137.36 1137.33 1137.31 1137.28 1138.34 1138.25 1 1138.15 1138.05 11317 95 1137.86 1137 76 1 1137 70 1137.68 11317 65 1137.63 1137 60 1 1137.58 1137.55 11317.53 1137.50 1137.48 1 1137.45 1137 43 1117 41 1137.38 1137.36 1 1137.33 1137.31 1137.28 54+00 55+00 56+00 57+00 58+00 FEDERAL AID NOS. STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 EXPIRES 11/17/2005 1140 1 1135 N LC)O O Q T V N ti N 0 (13 0 City of Yakima Project Nos. 1957 & 1958 1130 C w U 0) I co a) U 11 ci) To v) � 0 •N D = .!1 To 0) 1125 Plan & Profile to Sta. 58+00 &3-05 11 18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1135 1130 1125 1120 La z OI u) W Z 5 2 SDMH 8A CB 8 s:,18 CB 168R �, _ V RE FENCING WILLIAM SHIELDS 181333-31002 W N s CONGDON ORCHARDS, INC 181333-23001 E SDMH #68A (TYPE 2-72 STA. 58+04.98 (37' LT.) RIM EL. =1137.34 I.E. 12" IN =1132.05 I.E. 18" OUT =1130.27 CB #68L (TYPE 1) STA. 58+05 (32' LT.) GRATE EL. =1136.76 LE. 12" IN OUT =1132.08 SSMH #47 (48") STA. 59+75 (13. LT.) RIM EL. =1136.20 I.E. 8" IN ‘11125.31 LE. 8" IN 1125.41 I.E. 8" IN 1125.31 I.E. 8". OUT =1125.21 CB #6 (TYPE 1) STA. 58+05 (32.5' RT) GRATE L.= 1136.76 I.E. 12" OUT = 1133.40 65.0 LF - 12" CPE S =0.0203 FT/FT a SD 61+08.68 SDMH #688 91. 0 CONGDON ORCHAR 181333-1200 20' 8"" PVC.: RON EICHLER 181333-31001 CB 69L TYPE 1. 1,+118:5 RAYMOND LEE SHUEL 181333-13406 PROROSEQ' X12' 4.4444. SE.#1h1 .4E FEDERAL AID NOS. STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 `NEW - as ingtoin: Avenue 33«T,.13.1', al+l.fvt ENR" 1.:75".:'UM B STA. 60+80 32 LT.) GRATE EL. =1135.22 I.E. 12" IN/OUT =1130.71 C8 #69R (TYPE 1) STA. 60+80 (33' RT.) GRATE EL. =1135.22 I.E. 12" OUT =1131.70 EX. GROUND ©. 89'37 Q R/W SDMH #68B (TYPE 2-72") STA. 60+80 37LT.) RIM EL. =1135.80 I.E. 12" IN =1132.80 I.E. 18" OUT =1130.27 -0.56% P.3y P Pd3354 MAROLYN SCHLEPP 181333-42009 SSMH #48 (48"), STA. 62+88 (13 LT ) RIM EL. =1134.45 I.E. 8" IN (W) =1122.86 I.E. 8" IN (5) =1123.43 I.E. 8" OUT =1122.76 65 L.F - 12" CPE 4.5 L.F.- 12" CPE S =0.0067 ft/ft 275.00 L.F. 1 E. 36" DIA. PERF PIPE = 1128.77 S =0 0000. ft/ft PVI STA = 58+00 PVI ELEV = 1137.43 S =0.0070 ft ft x.r� 11374 EWc 113743 BC LT 1137.28 BC RT 1137.28 58+00 11373 1137.32 1137 17 1137 17 1137.2 1137 0 1137.21 1137 10 1137.06 1136.95 1137 06 1 1136.95 1136.9 1136.99 1136.84 1136.84 1136.7 1136.88 113673 1136.73 59+00 STUB TO ROW STA. 59+75•(43' LT.) I E. 8" OUT =1125 62 8 . PVC STUB TO ROW STA. 59+75 42 RT I.C. 8" OUT =1125.59 1136.6 1136 76 1136.61 1136.61 30 LF - 8" PVC S =0.0070 ft/ft 55 LF - 8" PVC S =0.0050 ft/ft 36" CPE S =0.0152 ft/ft 4.96 L.F - 18" CPE S =0.4651 ft/ft STUB TO ROW STA. 62+88 .42 RT. I E. 8" OUT =1123.71 ft 55 LF - 8" PVC S =0 0050 ft ft 1136 5 1136.3 1136.65 1136.54 1136.50 1136.39 1136.50 I 1136.39 1136.2 1136.43 1136.28 1136.28 1136.1 1136.32 1136.17 1116.17 60+00 1136 0 1136.21 1136.06 1136.06 1135.8 1135.7 1136.10 1135.98 1135.95 1135.83 1135.95 1135.83 1135.7 1135.87 1135.72 1135.72 1135.6 1135.76 1135.61 1115.61 61+00 1135.5 1135.65 1135.50 1135.50 1135.4 1135.3 1135.54 1135.43 1135.39 1135.28 1135.39 I 1135.28 1135.3 1135.32 1135.17 1135.17 1135.1 1135.20 1135.05 1115.05 62+00 1135.0 1135.09 1134 94 1134.94 8 P VC 1134 7 1134 6 1134 98 1134.87 1134.83 1134 72 1134.83 I 1134.72 1134.6 1134 76 1134.61 1134 61 (MATCH UNE ST 1134 4 1134.65 1134.50 11314.50 63+00 EXPIRES 11/17/2005 1135 1130 City of Yakima Project No. 1957 & 1958 1125 1120 8-3-05 Plan & Profile co fC to Sta. 63+00 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1135 1135 1130 1125 1120 W C1) O CO V1 z U 0) r 5511 JEFFERY & KARA ASHBAUGH 181333-13407 SDMH ;¢70A R /W 65+89.70 SDMH #708 U.NSD SD ..ROPOSEO12" SD OLD'.R/WY 111 SD P@335 ce 0 CL x -0.56% PVC 7OR 5504 PVI STA = 63+75 PVI ELEV = 1134.23 13 CONC P J SDMH70A TYPE 2-72" STA. 63+90 37 LT. RIM EL. =1134.03 I.E. 12" .IN =1130.02 I.E. 18" OUT =1126 54 RAYMOND LEE SHUEL 181333-13404 .111 01=1 �4C8^711: •W:< „NHWI".PROPOSEQ.cf2- MR OLD NEW D PPg335402 ngton Aven WILLIAM & DENISE F CAMPBELL 181333-42411 CURB RETURN DATA PC 65+93.07 (33' RT.) 1132.14 MC 1132.26 PT 66+13.07 (53' RT) 1132.37 R-20.0' L = 31.42' T = 20.00' A = 89'59'54' EX. GROUND © Q CB 170R TYPE 1 STA. 63+90 32.5 RT. GRATE EL. =1133.45 I E. 12" OUT =1130.40 4.50 L.F. 12" CPE S =0.0067 ft/ft 65.00 L.F 12" CPE S =0.0054 ft/ft U) W 2 332. LF X. ( 1134 4 EWq,113465 BC LT 1134.50 BC RT 11314.50 63+00 1134 4 1134.54 1134.39 1134.39 1134 4 1134 42 1134.27 1134.27 1134.3 1134.31 113416 113416 1134.2 113418 1134 03 1134 03 CB ;70L TYPE 1 STA. 63+90 32.5 LT GRATE EL. =1133.45 I.E. 18" IN =1130.05 I.E. 18" OUT =1130 05 -0.89% SDMH P08 (TYPE 2-72") STA. 66+10 (37' LT.) RIM EL. =1132.07 I.E. 18" OUT =1128.54 I.E. 12" IN =1126.54 220.00 L.F. S =0.0000 ft/ft 1133.9 1134 01 1133.86 1133.86 64+00 1133.7 1133.83 1133.68 1133.68 1 E. 36" DIA. PERF PIPE = 1125.04 1133.6 1133.65 1133.50 1133.50 1 1133.4 1133.47 1133.32 1133.32 1133.2 1133.30 1133.15 1133.15 1133.0 1133.12 1132.97 11312.97 65+00 1132.8 1132.94 1132.79 1132.79 66 LF - 8" PVC .r. S =U;UUJU ft/ It 8 PVC 1132.6 1132.5 1132.3 1132.76 1132.59 1132.41 1132.23 1132.61 1132.44 1132.26 1132.08 1132.61 1132.44 1132.26 G P P FEDERAL AID NOS. STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 SEE SHEET 14 STANLEY & DEBORAH CHILDERS 181333-42412 SSMH #49 (48"), STA. 66+20 (13 LT.) RIM EL. =1131.79 I.E. 8" IN (W) =1119.70 I.E. 8" IN S =1119.80 I.E. 8" OUT E)=1119:60 5400 PP 36404 / CURB RETURN DATA PC 66+38.07 (53' RT.) 1132.13 MC 1131.85 PT 66+58.07 (33" RT) 1131.57 R = 20.0' L= 31.42' T = 20.00' 0 = 90'00'06' CB #71L (TYPE 1) STA. 66+75 (33.5' LT.) GRATE EL. =1130.92 I.E. 12" IN =1127 52 I.E. 12" OUT =1127.52 CB #71R (TYPE 11, STA. 66+75 (32.5 RT ) GRATE EL. =1130.92 I E. 12" OUT =1127.90 IW Z c .N cd D) >- 0 a) -Oa) _ Uw 65.16 L.F. 1131 8 1 1132.05 1131 90 66+00 =0.0046 ft/ft 12" CPE 8" STUB END 65.00 L.F. 12" 'CPE S =0.0058 ft/ft STA 66+20 (53' RT ) I.E. 8" OUT =1120 13 1131 7 1131.88 1131 73 1131 5 1131 70 1131.55 1131 3 1131.52 1131.37 1131 2 1131.34 191 19 67+00 1131.0 1131 17 1131 02 1130.9 1130.99 1130.84 1130 7 1130.81 1130.66 ft 11 •. .4 1130.64 1130.46 1130.49 190.31 68+00 6 8 00 c0 W Z EXPIRES 11/17/2005 EX. NEW Q. TBC LT & RT 1135 _ 8-3-05 Plan & Profile a) U C co 0 m c 0 NJ 8 City of Yakima Project No. 1957 & 1958 to Sta. 68+00 1 RAYMOND LEE SHUEL \ 181333-13404 L �I <7/ Nt'1W PROPOSED'12°°3'. EW ; 740(7=33 ssm ECTION; LINE -(Ow n N a 4. co R/W DOUGLAS L & MARCIE L 181333-42005 5306 5 5'.. Peon PP 6401 18� TURNER 22' 70+50.70 BRYAN SHUEL 181333-13408 SDMH 72A R W 2L PVI 1130 1130 1125 1120 1115 MATCH UNE STA. 68+00 — SEE SH PVI STA = 68+25 -0.89% I PVI ELEV = 1130.24 =mak ARLENE NELSON 181333-42004 5304 SSMH. #50 (4e), CB #72R (TYPE 1) STA. 69+01 (13 LT.) STA. 70+45 (32RT.) RIM EL. =1129.66 GRATE EL. =1128.66 I.E. 8' IN =11.16.82 I.E. 12" 0-U0-14;;,125.69 I.E. 8" OUT =1116.72 R/W N W 1 E 5201 MEND SQmmommommommitsp immommimmuscf mommommommommsD PROPOSED'h1'2".;, �. ., wx vt ... SSI -897,1, 18' I R/W (t -Ir KATHE L. MATNEY 181333-42003 5206 CD O ) 7 N N VISECTION"(Jt4E (0, r) 22 GRAVEL 5 FEDERAL AID NOS. STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 EXPIRES 11/17/2005 .0) cts Ri (3) >- O a) Oa) .E5) C U w SDMH #72A (TYPE 2-72") STA. 71+15 (37' LT.) RIM EL. =1128.95 I.E. 12" IN =1124.92 'I.E. 18" OUT =1122.13 CB #72L (TYPE 1) STA. 70+45 (33' LT.) GRATE EL. =1128.66 I.E. 12" IN =1125.37 I.E. 12" OUT =1125.37 65 LF - 12" CPE SLOPE =0:0052 FT/FT 70.15 L.F. =0.0064 ft/ft 12" CPE EX. GROUND © Q SSMH 5148" STA. 71+83 13 LT. RIM EL. =1128.47 I.E. 8" IN =1113.91 I.E. 8" OUT =1113.81 NEW Q, PVI STA = 73+00 PVI ELEV = 1128.24 260.00 L.F. S =0.0000 ft/ft I.E. 36" DIA. PERF PIPE. = 11.20.63 X. q 1130.4 EW q 1130.46 BC 30.31 8 RTT 11 1. 68+00 1130.3 1130.28 1130.13 1130.1 1130.17 1130.02 1130.0 1130.09 1129.94 1130.0 1130.00 1129.85 1129 9 1129.92 199.77 69+00 1129 8 1129.84 1129.69 1129.7 1129.75 1129.60 1129 6 1129.67 1129.52 1129 5 1129.58 1129.43 1129.4 1129.50 199.35 70+00 1129 2 1129.42 1129.27 1129 4 1129.33 1129.18 1129.4 1129.25 1129.10 1129.4 1129.16 1129.01 1129.3- 1129.08 198.93 71+00 1129 1 1129.00 1128.85 1129 0 1128.91 1128.76 1128.9 1128.83 1128.68 1128.7 1128.74 1128.59 1128.7 1128.66 198.51 72+00 1128.6 1128.58 1128.43 1128.5 1128.49 1128.34 1128.4 1128.41 1128.26 1128.3 1128.32 1128.17 UNE STA. 73+00 — SEE SH 5 2 1128.2 1128.24 1128.09 73+00 1130 1125 EX. NEW(, TBC LT & RT. cD C CN Ln 0 a) C CN ti • CV C1:1 0 co 0) oes rn 0 U a) 0 0 cv E ca } 0 U 1120 1115 Plan & Profile 0 CO CO Ia to Sta. 73+00 8-3-05 14 18 • /// 5201 FEDERAL AID NOS. STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 BRYAN SHUEL 181333-13408 74+57 31 (43' LT) CONGDON ORCHARDS, INC 181333-11001 STEEL GATE PASTURE GRASS CB#/2LI su su 12" CPE su 1 1 v s •� J N J J GRAVEL 7 J 7� S 89'37'33'L E T 1 STA.= 74+69.85 a W. Washingto venue EX. CE N N EX. R/W X WIRE FENCE 5u 12' CPE 1 n GA EDGE OF PAVEMENT CB#2R R/W ~ NICHLOS D KENNARD 2 181333-42001 ,. EX. R/W MARION & DEBORAH J GUNTER 181333-41428 EXPIRES 11/17/2005 CB ;73L TYPE 1 STA. 73+75 33 LT. GRATE EL. =1127.06 12" OUT =1124.10 —0.71% PVI STA = 74+75 PVI ELEV = 1127 00 6 1125 SDMH ;72B TYPE 2-72" STA. 73+75 37 LT RIM EL. =1127 64 I.E. 12" IN = 1124.03 I.E. 18" OUT =1122.13 CO Cr) > o) CQ C 00 ' N L0 a 0) CI) o 0 = 4) Z Q N N < ' .o C CV CL 0 N co CT C CV cII -C 4) } CD `n o co a - C) 9314 L.F S=0.0086FT/FT 12" PVC 4.5 L.F.-12"CPE S =0.0156 ft/ft 260.00 L.F. S =0.0000 ft/ft I.E. 36" DIA. PERF PIPE = 1120.6.3 1115 MATCH CONNECT TO EX. STUB STA. 74+00 (13' LT.) I.E. 8" IN =1111.64 =0.0100 ft/ft 217 LF 8" PVC EX 8" SEWER STUB S =00100 ft ft Ex. q 1128.2 1128.1 1128.0 1127 8 1127.6 1127 5 NEw Q. 1128.24 1128.10 1127 96 1127 81 1127.67 1127.53 TBC.LT .1.128.09 1127.95 1127.81 , 1127.66 1.127.52 1127.38 & RT I I 73+00 74+00 75+00 1110 Pian & Profile 0) End of Project 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CURB RETURN DATA PC 33+78.86 c33 )_,A11-50. 7 MC 1150.21 PT 9+28.02 [22:5' LT) :,. 1150.90 R = 40.0' -. ' = L =`62.17' T = 39.34' ' A = 89'03'10" ROBERT BALL 181332-41001 S. 64th8Ave 9+56 07 (65' RT) 9+40.84 (50' LT) R/W S 24" PVC r.A GAS , FN, Op•08'5 - T w 16 CK LIVING TRUST 31333-32403 55. CURB RETURN DATA PC 33+76.46 (32' LT.) 1150.06 MC 1150.21 PT 10+73.04 (22.5' LT) 1150.35 R=40.0' L= 63.49' T = 40.67' 0 = 90'56'49' -:34+40.1& .Wash Ave ORCHARD 9+39.45 (40' RT) 9+54.29 (55' RT) CURB RETURN DATA PC 9+26.27 (22.5' RT.) 1150.77 MC 11.36 PT 35+03.21 (33' RT) 1149.95 R=40.0' L=6313' T = 40.30' 0 = 9015'53' SEE SHEET 7 FOR WASH. AVE SHEET AT THIS INTERSECTION Q9'0855"; 24 PVC r: AR S ROBERT S & G GWINN CAMPB 181332-14664 X-- GAS s GAS 12 %_ IFIWIEW estriacw / is M; \� m. TPCD T P P P P 10+69.62 (30' RT) 10+54.42 (45' RT) CURB RETURN DATA PC 10+74.25 (22.5' RT.) 1150.34 MC 11.08 PT 35+01.9 (34.97' LT) 1149.89 R = 40.0' L=6235' T = 39.52' A = 8918'31' CONGDON ORCHARDS, INC 181333-23001 z FEDERAL AID NOS. STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 E%PtRES 11/17/2005 .c7) ai E c13 }- C - y c a) 8 2 0 " m t C m >1.0 8 "- Z E U w .N Y 1150 1145 1140 1 1135 BEGIN PAVING - MATCH EXIST. / STA. 8+25 (64TH AVE) -df ? ELEV.= 1151.49 -0.63% PVI STA = 9+60 PVI ELEV = 1.150.64 EX. GROUND CP 289 0 LF SLOPE =0.0079 FT/FT EX. SSMH PVI STA = 10+00 PVI ELEV = 1150.50 -0.35% fNEW Q A STA. 10+00.10 (33.7 LT) RIM EL.= 1149.78 I.E. 24" IN (S = 1139.26 I.E. 15" IN (W = 1139.16 I.E. 24" OUT N) = 1139.16 EX. q 1151.9 1151.7 1151 6 1151 5 1151 4 1151.3 1151 1 1151.0 1150.9 NEW q 1151.39 1151.27 1151 14 1151.02 1150.89 TBC LT 1151 45 1151.33 1151.20 1151 08 1150.95 TBC RT 1151 45 1151.33 1151.20 1151 08 1150.95 24" CPE 1 END PAVING - MATCH EXISTING STA. 11+75 (64TH AVE) q. ELEV.= 1149.99 -0.29% TBC LT. & RTJ 350.0 L.F SLOPE =0.0016 FT/FT 24" CPE LJ 1150.7 1150.6 1150.6 1150.5 1150.4 1150.3 1150.3. 1150.2 1150.2 1150.1 1150.1 1150.0 1150.0 1149.9 1149.9 1149.9 1149.9 1150.77 1150.64 1150.57 1150.50 1150.44 1150.38 1150.32 1150.27 1150.21 1150.15 1150.09 1150.03 1150.33 1150.27 1150.21 1150.15 1150.09 1150.33 1150.27 1150.21 1150.15 1150.09 8+00 9+00 10+00 11+00 12+00 1150 City of Yakima Project Nos. 1957 & 1958 1145 aT W U a) 0 cn m 0▪ ) c O Horizontal = 1"=40' To 0 Q) 1140 1135 8-3-05 Plan & Profile 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • 1 1 N FEDERAL AID NOS. STPUS-4558(006) 'mak Engineering Division 120 North Second Street °''�•+*�� s. Yakima, Washington 181335-13014 1 J.M. Perry Parking W TIB# 8-4-039(019)-1 — TIB# 9-E-039(007)-1 S S 5 5 S --Q S S E I I \ S S _ �� —GAS 9 GAS J 1 GAS GAS GAS - - M W W W W W W W • =-- 192 N_— 192 N 193 '-----2-7----'-`-' .-=_::�, 4K ti , �__...__._ . 194 195 0 196 �., . x �''�� !c: �{T / I Xt M � � Mx� M t t�yn`n'. x, lhXk:\i4{X'•K�`SVn` G�`�`ry"�r5. Z7G 'wV X, �` X' � �'Czt �, ti . - .'7'. v`, !i. f __- T'k,� . � � w� 'vex �ib"u - – -- � J` Cx�' i�v,", "vT �"c'F 'h .JZ:4 `a".," Y�� `,'k�`, - ` STA 192+83 0• - --� S S W. Washington Ave ,-S r S S • Washington Avenue Widening Median Repair/Removal S. 24th Ave to S. 16th Ave City of Yakima Project No. 2124 x x x x x x EX. SIDEWALK 1 SAWCUT 6" FROM LIP OF CURB 1 REMOVE CURBING AND REBUILD SAWCUT 6" FROM LIP OF CURB ATC REMOVE CURBING AND REBUILD _ ROADWAY SECTION PER DETAIL i TOWER ROADWAY SECTION PER DETAIL Airport Parking NOTE: RKING ADJUST EXISTING UTILITIES AS FOUND TO FINISHED SURFACE ELEVATIONS * NOTE: ADJUST EXISTING UTILITIES AS FOUND TO FINISHED SURFACE ELEVATIONS J.M. Perry Parking N Soccer Fields PAVED PARKING W S E C ---N 197 198 199 200 201 202 Project Eng. RT Drawing Scales Horizontal = 1"=40' Vertical = 1"=5' % r,� ',';`,0- O �� �. �?YiY yYi 1 •^!`{X•✓ . '.Clr �y'`x 74X.^ c ri,«<_4-re;``k'�J'v`i„}:.St:1:Yxr'`.':XJ`r` Xj^(k -'r �- l Y' "�',c CF<.Sr , eY G..{. t)' a �. <}ar,r�^ ♦ t' ' n, j -v �..l- erg, - _– —__--- iY @;1,--1-x--17_, -'t,".- r '4-11r:R' • W. Washington Ave l Median Plan Sta. 191+00 to Sta. 202+50 EX. SIDEW' K EX. SIDEWALK EX. SIDEWALK PAVED PARKING SAWCUT 6"FROM LIP OF CURB ' - Zoos W. qp er REMOVE CURBING AND REBUILDAyR. ROADWAY SECTION PER DETAIL 4:Y' wASA,�44O '` ''Er 4 ., 4 /////////////// 29919 Cyd *ZGIST SO �SSIONAL 6N�'` � � 1.8 EXPIRES 11 /17/2005 J //J / 83-05 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 * NOTE. * LIGHTING NOTE. ADJUST EXISTING UTILITIES AS FOUND NEW LIGHTS: TO FINISHED SURFACE ELEVATIONS CONSTRUCT BASES PLACE POLE & LUMINAIRE ' Soccer Fields (POLES TO BE PICKED UP FROM KNOBEL ELECTRIC) TIE TO EXISTING ELECTRICAL SYSTEM AND MAKE REPAIRS AS NECESSARY N FEDERAL AID NOS. STPUS-4558(006) TIB# 8-4-039(019)-1 TIB# 9-E-039(007)-1 A,!+:11. -City Of Yakima 4'4} Engineering Division 120 North Second Street Yakima, Washington W E s 202 203 204 205 206 20 NEW LIGHT W. Washington Ave EX SIDEWALK EX. SIDEWALK FILL BETWEEN EX. CURB WITH NEW PAVERS (SEE DETAIL) McAllister Field Airport 8 �.�°S y W. AD4 e 4c. , oi. A ,Q 2991° (V, °F 'pEY.7 l 1iw �SSiONAL AL B4a1 Washington Avenue Widening Median Repair/Removal S. 24th Ave to S. 16th Ave City of Yakima Project No. 2124 UPIREs 11/17/2005 \ .. /o "N 4TIE \OC�N 1 Gy Soccer Fields \A/ N *LIGHTING NOTE. NEW LIGHTS: CONSTRUCT BASES PLACE POLE &LUMINAIRE (POLES TO BE PICKED UP FROM KNOBEL ELECTRIC) AM -PM TO EXISTING ELECTRICAL SYSTEM AND MAKE REPAIRS AS NECESSARY * NOTE: ADJUST EXISTING UTILITIES AS FOUND TO FINISHED SURFACE ELEVATIONS E S ASPHALT Project Eng. RT Drawing Scales Horizontal = 1".40' Vertical = 1"=5' 37 \, 208 209 210 211 212 \, \, W. Washington Ave Median Plan Sta. 202+00 to Sta. 212+00 EX SIDEWALK EX. SIDEWALK NEW LIGHTREM. EX. BASE TO 12" BELOW GRADE Field Airport 8-3-05 BETWEEN FILL EX CURB WITH NEW PAVERS (SEE DETAIL) �1-\iA McAllister 18 1$