Loading...
HomeMy WebLinkAboutR-2007-081 MLK Jr. Blvd & Lincoln Ave Grade Separations, Phase 1 - Utility Relocations & Historic Dist. Reconst. (West Coast ConstrCITY OF YAKIMA - ORIGINAL CITY OF YAKIMA MARTIN LUTHER KING JR. BLVD. e & LINCOLN AVENUE GRADE SEPARATIONS - PHASE 1: UTILITY RELOCATIONS & HISTORIC DISTRICT RECONSTRUCTION City Project No. 1818 HLA Project No. 06106 Construction Contract Specifications & Bid Documents 2301 Fruitvale Boulevard May 2007 Phone (509) 575-6020 Yakima, WA 98902 Fax (509) 575-6238 ADDENDUM NO. 1 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON MARTIN LUTHER KING JR. BLVD. & LINCOLN AVENUE GRADE SEPARATIONS — PHASE 1 UTILITY RELOCATIONS & HISTORIC DISTRICT RECONSTRUCTION City Project No. 1818 HLA Project No. 06106 BID OPENING: June 6, 2007 I 2.00 P.M. To the attention of all bidders for the above project: The following additions, revision's, and/or modifications are made to the Contract Documents, Plans, and Specifications for this project: ITEM 1 — SECTION 2 — INFORMATION FOR BIDDERS, Page 2-2 Revise the bid opening date in the first paragraph as follows : BIDS will be received by the City of Yakima, Washington (herein called the "OWNER"), at City Hall, 129 North Second Street, Yakima, Washington 98901, until 2:00 p.m., June 6, 2007, and then at the Yakima City Council Chambers publicly opened and read aloud. ITEM 2 — PROPOSAL — Pages 3-3 thru 3-7 Replace Bid Proposal Pages 3-3 thru 3-7 with the attached Addendum 1 Pages 3-3 thru 3-7. New proposal include new bid item "HMA Sidewalk Replacement" and quantity changes for five items. ITEM 3 — SECTION 8-19 HMA ,SIDEWALK REPLACEMENT (NEW SECTION) Add the following new special provision Section 8-19 to Contract Special Provisions: 8-19 HMA SIDEWALK REPLACEMENT (NEW SECTION) 8-19.1 Description This work consists of constructing HMA concrete sidewalks in accordance with details shown in these Specifications and in conformity to lines and grades shown in the Plans or as established by the Engineer. 8-19 3 Construction Requirements G:\PROJECTS\2006\06106\AddendumNol doc 1 ADDENDUM NO. 1 Excavation shall be made to the required depth and to a width as detailed on the plans. The base material shall be shaped and compacted to a firm even surface conforming to the section shown in the Plans. All soft and yielding material shall be removed and replaced with acceptable material. Existing pavement shall:be saw cut to neat Zine and tack coat applied before paving HMA sidewalk section. Care shall be taken to maintain flow in asphalt gutter invert. Curb ramps at intersection crossings shall be shaped to be similar to ADA standard slopes and dimensions. Truncated :domes will not be required for HMA curb ramps. 8-14.4 Measurement � HMA Sidewalk Replacernent will be measured by the square yard of finished surface and will include the surface area, of the sidewalk ramps. Sidewalk replacement measurement area on Lincoln Avenue between Front Street and 1st Street shall include the area from back of existing curb to 3 ft out from front of gutter pan. 8-14.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when included in the proposal: "HMA Sidewalk Replacment", per square yard. The Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for "HMA Sidewalk Replacement." ITEM 4 — Plan Sheet 4 Structure Note N2 and N5. Contractor's installation of water service shall include the complete meter set. City of Yakima will relocate existing meter to new location. New location of water meter will be at Sta. 13+68, 35' Rt. ITEM 5 — Plan Sheet 5 Delete note reference N5 on plan view south of Sta. 15+70. ITEM 6— Plan Sheet 7 Show new valve on north leg of new cross at Sta. 35+59, 35' Rt. per note N5 on Sheet 9. ITEM 7 — Plan Sheet 8 Revise structure note N8 to read: Provide trench excavation and backfill for installation of new 3/4" irrigation service by the City. Delete structure notes N10, N11, N15, and N17. Note N12, change Sta. 155+20 to Sta 55+13. G:IPROJECTS120061061061AddendumNol doc 2 ADDENDUM NO. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Note N13, change Sta. 55+13 to Sta 55+20. Revise note reference N17 on plan view to be N12. Revise note reference N12 at Sta 55+20 to be N13. Move 6" valve shown at Sta. 55+13 to Sta. 55+20 per N13. ITEM 8 — Plan Sheet 9 Show new valve on north leg of new cross at Sta. 35+59, 35' Rt. per note N5. Revise structure note N9 to read: Sta. 60+10, 0' RT. to Sta. 60+50, 0' RT. Install 40 L.F of 12" DI water main. Plug end at Sta. 60+10, block with 2" blow -off. ITEM 9 — Plan Sheet 11 Delete structure note N8. Note reference N10 in plan view should point to new water main not the existing sanitary sewer main. Revise structure note N10 to read. Sta. 63+50 to Sta. 64+08. Install 50 L.F. of 12" DI water main. Plug end at Sta 64+08, block with 2" blow -off. ITEM 10 — Plan Sheet 16 Delete City Standard Detail W5 on Sheet 16. Use 2" Blow -off detail on Sheet 20. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. mai /4, 7607 Grine Soules, PE Date Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Phone. (509) 966-7000 G:\PROJ ECTS\2006\06106\AddendumNol . doc 3 ADDENDUM NO. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNIT PRICE BID PROPOSAL CITY OF YAKIMA MLK JR. BLVD. & LINCOLN AVE. GRADE SEPARATIONS PHASE 1 CITY PROJECT NO. 1818 HLA PROJECT NO. 06106 (NOTE. Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 1-02 5.) ITE M NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE DOLLARS - CTS AMOUNT DOLLARS - CTS SCHEDULE A — GRADE SEPARATION - CITY UTILITIES 1 Mobilization LS 2 Project Temporary Traffic Control LS - - - X = 3 SPCC Plan LS - - - X = 4 Clearing and Grubbing LS - - - X = 5 Remove of Structures and Obstructions LS - - - X = 6 Cement Concrete Sidewalk Removal SY 3,000 X = 7 Asphalt Pavement Removal SY 900 X = 8 Loading Dock Removal LS - - - X = 9 12 -In Diam., D. I Pipe for Water Main and Fittings, in Place LF 490 X = 10 8 -In. Diam , D I. Pipe for Water Main and Fittings, in Place LF 15 X = 11 6 -In Diam , D I Pipe for Water Main and Fittings, in Place LF 80 X = 12 4 -In Diam , D I. Pipe for Water Main and Fittings, in Place LF 65 X = 13 12 -In Diam , D I Pipe for Restrained Joint Water Main and Fittings, in Place LF 1,380 X = 14 8 -In Diam , D I. Pipe for Restrained Joint Water Main and Fittings, in Place LF 260 X = 15 1'/z -In. Diam., Service Connection and Fittings, in Place EACH 1 X = 16 1 -In Diam., Irrigation Service Connection and Fittings, in Place EACH 1 X = 17 12 -In. Butterfly Valve and Valve Box EACH 8 X = 18 8 -In. Gate Valve and Valve Box EACH 2 X = 19 6 -In Gate Valve and Valve Box EACH 5 X = 20 4 -In. Gate Valve and Valve Box EACH 3 X = 21 12 In. x 12 In. Tap, Tapping Sleeve and Valve EACH 1 X = G:IPROJECTS120061061061AddendumNo l . doc 3-4 ADDENDUM 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITE M NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS- CTS DOLLARS - CTS 22 12 In. x 8 In Tap, Tapping Sleeve and Valve ! EACH 2 X = 23 12 In x 6 In. Tap, Tapping Sleeve and Valve EACH 2 X = 24 Reconnect Existing 12 In. Diam! Water Main and Fittings EACH 1 X = 25 Reconnect Existing 8 In Diam. Water Main and Fittings EACH 2 X = 26 Reconnect Existing 6 In Diam, Water Main and Fittings EACH 2 X = 27 Reconnect Existing 4 In Diam. Water Water Main and Fittings EACH 3 X = 28 2 -in Blowoff Assembly EACH 4 X = 29 Hydrant Assembly EACH 3 X = 30 Fire Hydrant Guard Post EACH 4 X = 31 Sanitary Sewer Bypass LS - - - X = 32 • Cured in Place Pipe Rehabilitation, 8 -In. Diam. LF 120 X = 33 Remove and Dispose of Existing Sewer Main LF 250 X = 34 8 -In Diam., PVC Sanitary Sewer Pipe in Place LF 650 X = 35 6 -In. Diam , PVC Sanitary Sewer Pipe in Place LF 730 X = 36 4 -In Diam , PVC Sanitary Sewer Pipe in Place LF 40 X = 37 Side Sewer Cleanout, 6 -In. Diam EA 8 X = 38 Reconnect Existing Side Sewer. EA 4 X = 39 Manhole 48 -In Diam. Type 1 EA 4 X = 40 Abandon Existing Manhole EA 3 X = 41 Shoring or Extra Excavation LF 3,290 X = 42 Decommission Monitoring Well EACH 2 X = 43 Select Backfill, As Directed ! TON 1,300 X = 44 HMA for Pavement Repair CI 3/8 -In. PG 64-28 = 45 HMA Sidewalk Replacement SY 3,000 X = 46 Cement Concrete Traffic Curb and Gutter LF 110 X = 47 Cement Concrete Sidewalk, 4 In Thick SY 50 X = 48 Cement Concrete Sidewalk, 6 In Thick SY 50 X = 49 Remove Existing Street Light ! EACH 11 X = G:\PROJECTS\2006\06106\S PEC S. doc 3-5 ADDENDUM 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITE M NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS- CTS DOLLARS - CTS 50 Relocate Street Light EACH 3 X = 51 Temporary Timber Street Light EACH 4 X = 52 2 -In. Diam. PVC Conduit, in Place LF 1,600 X = 53 Salvage and Relocate Existing Drain Inlet EACH 2 X = 54 Sched. A Storm Sewer Pipe, 84. Diam. LF 20 X = 55 Pavement Markings LF 1,000 X = 56 Minor Changes FA EST X 5,000 00 = 5,000 00 SCHEDULE A SUBTOTAL STATE SALES TAX 8.2% SCHEDULE A TOTAL SCHEDULE B - HISTORIC DISTRICT NEW CITY UTILITIES 57 12 -In. Diam., D. I. Pipe for Water Main, and Fittings, in Place i LF 420 X = 58 6 -In. Diam D.I. Pipe for Water,Main, and Fittings, in Place LF 30 X = - 59 6 -In Diam. , Gate Valve and Vallve Box LF 2 X = 60 1 -In. Diam Irrigation Service Connection and Fittings, in Place EACH 1 X = 61 3/4 -In Diam Service Connection and Fittings, in Place EACH 10 X = 62 Reconnect Existing Hydrant ! EACH 2 X = 63 Reconnect 4 -In. Diam. Water Service and Fittings EACH 1 X = 64 i Cured in Place Pipe Rehabilitation, 8 -In Diam. LF 520 X = 65 i Shoring or Extra Excavation LF 480 X = 66 Minor Changes FA EST. X 5,000 00 = 5,000.00 SCHEDULE B SUBTOTAL STATE SALES TAX 8.2% SCHEDULE B TOTAL SCHEDULE C - HISTORIC DISTRICT - ROADWAY CONSTRUCTION 67 Mobilization LUMP SUM - - - X = 68 Project Temporary Traffic Control LUMP SUM - - - X = 69 Cement Concrete Sidewalk Removal SY 130 X = G:\PROJECTS\2006\06106\AddendumNol doc 3-6 ADDENDUM 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITE M NO. 1 ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS- CTS DOLLARS - CTS 70 Unclassified Excavation Including Haul CY 1,600 X = 71 Catch Basin Type 1 EACH 2 X = 72 Schedule A Storm Sewer Pipe, 8 In. Diam. LF 36 X = 73 Crushed Surfacing Base Course TON 2,200 X = 74 Construction Geotextile for Underground Drainage SY 200 X = 75 Interlocking Concrete Pavers 1 SF 43,500 X = 76 Adjust Existing ManholeNaive Box EACH 5 X = 77 Banner Strain Pole Installation ' LUMP SUM - - - X = 78 Cement Concrete Traffic Curb and Gutter LF 370 X = 79 Cement Concrete Valley Gutter, LF 210 X = 80 Cement Concrete Sidewalk, 4 In Thick SY 20 X = 81 Cement Concrete Sidewalk, 6 In. Thick SY 75 X = 82 Replace or Modify Curb Ramp EACH 3 X = 83 Concrete Paver Edge Beam LF 190 X = 84 Minor Changes FA EST. X 5,000 00 = 5,000 00 TOTAL BID SCHEDULES A, B, and C G:\PROJECTS\2006\06106\SPECS. doc 3-7 ADDENDUM 1 CITY OF YAKIMA, WASHINGTON CONTRACT DOCUMENTS FOR MARTIN LUTHER KING JR.BLVD. & LINCOLN AVENUE GRADE SEPARATIONS - PHASE 1: UTILITY RELOCATIONS AND HISTORIC DISTRICT RECONSTRUCTION CITY OF YAKIMA PROJECT NO. 1818 HLA PROJECT NO. 06106 OWNER: City of Yakima 2301 Fruitvale Blvd. Yakima, WA 98902 G:\PROJECTS\2006\0610615 PECS.doc EXPIRES 771. J 17, 2008 ENGINEER: Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 May 2007 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR MLK Jr. Blvd & Lincoln Grade Separations Phase 1 City of Yakima Project No. 1818 HLA Project No. 06106 TABLE OF CONTENTS SECTION 1 - ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS PAGE NO. 1-1 1-2 SECTION 2 - INFORMATION FOR BIDDERS 2-1 INFORMATION FOR BIDDERS. 2-2 SECTION 3 - BID PACKAGE 3-1 BIDDER'S CHECKLIST 3-2 BID PROPOSAL 3-3 UNIT PRICE BID PROPOSAL 3-4 BID DEPOSIT 3-8 BID BOND 3-8 NON -COLLUSION AFFIDAVIT 3-9 NONDISCRIMINATON POLICY 3-10 SUBCONTRACTOR LIST 3-11 BIDDER'S DATA FORM,3-14 CITY OF YAKIMA WMBE POLICY 3-15 RESOLUTION NO. D-4816 3-16 Ci'TY OF YAKIMA AFFIRMATIVE ACTION PLAN ..... 3-17 BIDDER'S CERTIFICATION . 3-19 SUBCONTRACTOR'S CERTIFICATION 3-20 PROPOSAL 3-23 SECTION 4 - CONTRACT AND RELATED MATERIALS CONTRACT CONTRACT BOND SCHEDULE OF WORKING HOURS 4-1 4-2 4-4 4-6 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS 5-1 PREVAILING WAGE RATES 5-2 DLI (YAKIMA COUNTY) EFFECTIVE 3-3-07 BENEFIT KEY CODE EFFECTIVE 3-3-07 SECTION 6 - TECHNICAL SPECIFICATIONS 6-1 TABLE OF CONTENTS .6-2 SPECIAL PROVISIONS 6-3 APPENDIX STANDARD PLANS CONSTRUCTION SEQUENCE AMENDMENTS G:\PROJECTS\2006\06106\SPECS.doc SECTION 1 -ADVERTISEMENT FOR BIDS G. \PROJECTS\2006\06106\S P EC S. d oc 1-1 ADVERTISEMENT FOR BIDS City of Yakima 129 North Second Street Yakima, Washington 98901 The City of Yakima invites separate sealed BIDS for the construction of the MLK JR. BLVD. & LINCOLN AVE. GRADE SEPARATIONS PHASE 1, City of Yakima Project No. 1818, HLA Project No. 06106, including the following approximate major quantities: Demolition and replacement of approximately 3,000 square yards of cement concrete sidewalk, 475 lineal feet of curb and gutter; construction of approximately 2,290 lineal feet of new 12 -inch D.I. water main, 275 lineal feet of new 8 -inch D.I. water main; valves, hydrant assemblies, and connections to existing mains; removal of existing vaults, pipe, valves, and fittings; abandonment of existing piping; 650 linear feet of new 8 -inch sanitary sewer line, manholes, 640 linear feet of 8 -inch slip -lining of existing sewer line; 1,350 square yards of Hot Mix Asphalt for Pavement Repair; 470 square yards of asphalt pavement removal, 43,500 square feet of cement concrete street pavers, street light relocation and installation; and other associated work. This contract has sixty-five (65) working days to complete the work. Bids will be received by the City Clerk at Yakima City Hall, 129 North Second Street, Yakima, Washington, 98901, until 2:00 p m., May 30, 2007, and then shortly thereafter will be publicly opened and read aloud at the Yakima City Council Chambers located at 129 North Second Street. The CONTRACT DOCUMENTS may be examined at the following locations: Yakima City Hall, Engineering Department, Yakima, Washington Huibregtse, Louman Associates, Inc., Yakima, Washington Tri -City Construction Council Yakima Plan Center Copies of the CONTRACT DOCUMENTS may be obtained at the office of HUIBREGTSE, LOUMAN ASSOCIATES, INC., 801 North 39th Avenue, Yakima, Washington 98902, (509-966-7000) upon payment of $75 00 for each set, non-refundable. Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the Treasurer of the City of Yakima for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a Contract with the City for the making and construction of the aforesaid improvement. !All bids or proposals must be in writing on the form bound in the Specifications, sealed and filed with the Clerk on or before the day and hour above mentioned. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project, and that the Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national origin. The City of Yakima reserves the right to reject any and all bids and to waive technicalities or irregularities, and after careful consideration of all bids and factors involved, make the award to best serve the interests of the City of Yakima. Publish: May 9 and May 16, 2007 G:\PROJECTS\2006\06106\SPECS.doc 1-2 Deborah J. Moore City Clerk SECTION 2 - INFORMATION FOR BIDDERS 1 G:\PROJECTS\2006\06106\SPECS.doc 2-1 BIDS will be received by the City 129 North Second Street, Yakima Yakima City Council Chambers pt INFORMATION FOR BIDDERS of Yakima, Washington (herein called the "OWNER"), at City Hall, Washington 98901, until 2.00 p.m., May 30, 2007, and then at the iblicly opened and read aloud. Each BID must be submitted in a sealed envelope, addressed to Yakima City Clerk at 129 North Second Street, Yakima, Washington 98901. Each sealed envelope containing a BID must be plainly marked on the outside as BID for MLK JR. BLVD. & LINCOLN AVE. GRADE SEPARATIONS PHASE 1, and the envelope should bear on the outside the BIDDER'S name, address, and license number if applicable, and the name of the project for which the BID is submitted. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER at City Clerk's Office, Yakima City Hall, 129 North Second Street, Yakima, Washington 98901. All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the BID form is required The OWNER may waive any info malities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID within 60 days after the actual date of the opening thereof. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID SCHEDULE by examination of the site and a review of the Drawings and Specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR nor relieve the CONTRACTOR from fulfilling any of the conditions of the Contract. Each BID must be accompanied by a BID BOND payable to the OWNER for five percent of the total amount of the BID When the Agreement is executed, the bonds of the unsuccessful BIDDERS will be returned. The BID BOND of the successful BIDDER will be retained until the CONTRACT BOND has been executed and approved, after which it will be returned. A certified check may be used in lieu of a BID BOND. A CONTRACT BOND in the amount of 100 percent of the CONTRACT PRICE, with a corporate surety approved by the OWNER, will be required for the faithful performance of the Contract. Attorneys -in -fact who sign BID BONDS or CONTRACT BONDS must file with each BOND a certified and effective dated copy of their Power of Attorney. The party to whom the Contract is awarded will be required to execute the Agreement and obtain the CONTRACT BOND within ten (10) working days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. G : \PROJECTS\2 006\06106 \SPECS . d o c 2-2 The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. A conditional or qualified BID will Award will be made to the lowest of be accepted. esponsive, responsible BIDDER or all bids will be rejected. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the Contract throughout. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID. Further, the BIDDER agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in these Contract Documents. The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when required to do so by the OWNER. The ENGINEER is Huibregtse, Louman Associates, Inc., represented by Gene W. Soules, PE The ENGINEER'S address is 801 North 39th Avenue, Yakima, Washington 98902, phone (509) 966- 7000, FAX: (509) 965-3800. G;\PROJECTS\2006\06106\S PECS.doc 2-3 1 1 1 1 1 i 1 1 1 1 1 1 1 1 1 1 G:\PROJECTS\2006\06106\SPECS.doc SECTION 3 - BID PACKAGE 3-1 BIDDER'S CHECKLIST The bidder's attention is especial y called to the following forms which must be executed in full and submitted with the bid: (a) Bid Proposal The unit prices bid must be shown in the space provided. Acknowledge all addenda in the space provided. (b) Bid Signature Page To be filled in and signed by the bidder. (c) Bid Bond Deposit or Bid Bond Bid Bond Deposit Sign the Bid Bond Deposit in the space provided if the bid is accompanied by a certified check or cashier's check in the amount of not less than 5% of the total amount bid. OR Bid Bond This form is to be executed by the bidder and Surety Company. 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. Provide Power of Attorney for Surety's agent. Non -Collusion Affidavit and Debarment Certification Must be subscribed and sworn to before a Notary Public and included with the Bid Proposal. List of Subcontractors, Surety, and Bidder List all required subcontractors proposed for the project and fill in the Surety and Bidder information. Bidder's Data Form This form is to be completed by the bidder. MBE/WBE Form It is requested that the Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non-responsive. The following forms are to be executed and/or submitted for approval after the Contract is awarded: (1) Contract. This Contract is to be executed by the successful bidder and the City of Yakima. (2) Contract Bond to be executed by the successful bidder and his surety company Provide Power of Attorney. Certificate of Public Liability and Property Damage Insurance must be provided by the successful bidder in accordance with the provisions of the Standard Specifications and Special Provisions. (4) Statement of Intent to Pay Prevailing Wages to be completed by successful bidder and by any and all subcontractors. (5) Schedule of Working Hours to be executed by the successful bidder. (3) G:\PROJECTS\2006\06106\S PECS.doc 3-2 City of Yakima 129 North 2nd Street Yakima, Washington 98901 BID PROPOSAL MLK JR. BLVD. & LINCOLN AVE. GRADE SEPARATIONS PHASE 1 CITY OF YAKIMA PROJECT NO. 1818 A Proposal of (hereinafter called "BIDDER"), organized and existing under the laws of the State of doing business as 1. To the CITY OF YAKIMA, Washington, (hereinafter called "OWNER"). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of the MLK JR. BLVD. & LINCOLN AVE. GRADE SEPARATIONS PHASE 1 — City Project No. 1818, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. By submission of this BID, each BIDDER certifies, in the case of a joint BID each party thereto certifies as to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after NOTICE TO PROCEED and to fully complete the PROJECT within sixty-five (65) working days of such NOTICE TO PROCEED: BIDDER further agrees to pay as liquidated damages the sum specified for each working day thereafter as provided in SECTION 1-08.9 of the Standard Specifications. BIDDER acknowledges receipt o the following ADDENDA: Addenda will be posted on the Internet at the Engineer's website, www.hlacivil.com. BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum amounts: 1 Insert "a corporation," "a partnership," or "an individual" as applicable. G:\PROJECTS\2006\06106\SPECS.doc 3-3 1 1 1 1 1 1 1 UNIT PRICE BID PROPOSAL CITY OF YAKIMA MLK JR. BLVD. & LINCOLN AVE. GRADE SEPARATIONS PHASE 1 CITY PROJECT NO. 1818 HLA PROJECT NO. 06106 (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 1- 02 5.) ITE M NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS- CTS DOLLARS - CTS SCHEDULE A — GRADE SEPARATION - CITY UTILITIES 1 Mobilization LS - - - X = 2 Project Temporary Traffic Control LS - - - X = 3 SPCC Plan LS - - - X = 4 Clearing and Grubbing LS - - - X = 5 Remove of Structures and Obstructions LS - - - X = 6 Cement Concrete Sidewalk Removal SY 3,000 X = 7 Asphalt Pavement Removal SY 900 X = 8 Loading Dock Removal LS - - - X = 9 12 -In. Diam , D I. Pipe for Water Main and Fittings, in Place LF 490 X _ — 10 8 -In. Diam , D. I Pipe for Water Main Fittings, in Place and LF 15 X = 11 6 -In Diam., D. I Pipe for Water Main Fittings, in Place and LF 80 X = 12 4 -In. Diam., D I Pipe for Water Main Fittings, in Place and LF 65 X = 13 12 -In Diam , D I Pipe for Restrained Joint Water Main and Fittings, in Place LF 1,380 X = — 14 8 -In Diam , D I Pipe for Restrained Joint Water Main and Fittings, in Place LF 260 X = 15 1'/z-ln Diam , Service Connection and Fittings, in Place EACH 1 X = 16 1 -In. Diam , Irrigation Service Connection and Fittings, in Place EACH 1 x = 17 12 -In Butterfly Valve and Valve Box EACH 8 X = 18 8 -In Gate Valve and Valve Box EACH 2 X = 19 6 -In. Gate Valve and Valve Box EACH 5 X = 20 4 -In Gate Valve and Valve Box EACH 3 X = G:\PROJ ECTS\2006\06106\SPECS.doc 3-4 1 1 1 1 1 i 1 1 1 1 1 1 1 ITE M NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS- CTS DOLLARS - CTS 21 12 In x 12 In. Tap, Tapping Sleeve Valve and EACH 1 X = 22 12 In x 8 In. Tap, Tapping Sleeve and Valve EACH 2 X = 23 12 In x 6 In Tap, Tapping Sleeve and Valve EACH 2 X = 24 Reconnect Existing 12 In. Diam Water Main and Fittings EACH 1 X = 25 Reconnect Existing 8 In Diam Water Main and Fittings EACH 2 X = 26 Reconnect Existing 6 In. Diam, Water Main and Fittings EACH 2 X = 27 Reconnect Existing 4 In. Diam Water Main and Fittings EACH 3 X = 28 2 -in Blowoff Assembly EACH 4 X = 29 Hydrant Assembly EACH 3 X = 30 Fire Hydrant Guard Post EACH 4 X = 31 Sanitary Sewer Bypass LS - - - X = 32 Cured in Place Pipe Rehabilitation, 8 -In Diam LF 120 X = 33 Remove and Dispose of Existing Main Sewer LF 250 X = 34 8 -In Diam , PVC Sanitary Sewer Place Pipe in LF 650 X = 35 6 -In Diam., PVC Sanitary Sewer Place Pipe in LF 730 X = 36 4 -In Diam., PVC Sanitary Sewer Place Pipe in LF 40 X = 37 Side Sewer Cleanout, 6 -In. Diam EA 8 X = 38 Reconnect Existing Side Sewer EA 4 X = 39 Manhole 48 -In Diam Type 1 EA 4 X = 40 Abandon Existing Manhole EA 3 X = 41 Shoring or Extra Excavation LF 3,290 X = 42 Decommission Monitoring Well EACH 2 X = 43 Select Backfill, As Directed TON 1,300 X = 44 HMA for Pavement Repair CI 3/8 64-28 -In. PG SY 1,350 X = 45 Cement Concrete Traffic Curb aitid Gutter LF 110 X = 46 Cement Concrete Sidewalk, 4 Ini Thick SY 1,400 X = 47 Cement Concrete Sidewalk, 6 In Thick SY 320 X = G:\PROJECTS\2006\061061S PECS.doc 3-5 1 1 1 r 1 1 1 1 1 1 1 1 1 ITE M NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS- CTS DOLLARS - CTS 48 Remove Existing Street Light EACH 11 X = 49 Relocate Street Light EACH 3 X = 50 Temporary Timber Street Light EACH 4 X = 51 2 -In. Diam PVC Conduit, in Place LF 1,600 X = 52 Salvage and Relocate Existing Drain Inlet EACH 2 X = 53 Sched A Storm Sewer Pipe, 8 -In Diam. LF 20 X = 54 Pavement Markings LF 600 X = 55 Minor Changes FA EST X 5,000 00 = 5,000 00 SCHEDULE A SUBTOTAL STATE SALES TAX 8.2% SCHEDULE A TOTAL SCHEDULE B — HISTORIC DISTRICT NEW CITY UTILITIES 56 12 -In Diam., D. I Pipe for Water and Fittings, in Place Main, LF 420 X = 57 6 -In. Diam D I. Pipe for Water Fittings, in Place Main, and LF 30 X = 58 6 -In Diam , Gate Valve and Valve Box LF 2 X = 59 1 -In Diam Irrigation Service Connection and Fittings, in Place EACH 1 X = 60 3/4 -In. Diam Service Connection Fittings, in Place and EACH 10 X = 61 Reconnect Existing Hydrant EACH 2 X = 62 Reconnect 4 -In. Diam. Water Seivice and Fittings EACH 1 X = 63 Cured in Place Pipe Rehabilitation, 8 -In Diam LF 520 X = 64 Shoring or Extra Excavation LF 480 X = 65 Minor Changes FA EST. X 5,000 00 = 5,000 00 SCHEDULE B SUBTOTAL STATE SALES TAX 8.2% SCHEDULE B TOTAL SCHEDULE C — HISTORIC DISTRICT - ROADWAY CONSTRUCTION 66 Mobilization LUMP SUM - - - X = 67 Project Temporary Traffic Control LUMP SUM - - - X = G:\PROJECTS\2006\06106\S PECS.doc 3-6 1 i 1 1 1 a 1 a 1 1 1 1 1 1 1 ITE M NO. ITEM DESCRIPTION UNIT QUANT. UNIT PRICE AMOUNT DOLLARS- CTS DOLLARS - CTS 68 Cement Concrete Sidewalk Removal SY 130 X = 69 Unclassified Excavation Including Haul CY 1,600 X = 70 Catch Basin Type 1 EACH 2 X = 71 Schedule A Storm Sewer Pipe, 8 In. Diam LF 36 X = 72 Crushed Surfacing Base Course TON 1,200 X = 73 Construction Geotextile for Undelrground Drainage SY 200 X = 74 Interlocking Concrete Pavers SF 43,500 X = 75 Adjust Existing Manhole/Valve Box EACH 5 X = 76 Banner Strain Pole Installation LUMP SUM - - - X = 77 Cement Concrete Traffic Curb and Gutter LF 370 X = 78 Cement Concrete Valley Gutter LF 210 X = 79 Cement Concrete Sidewalk, 4 In Thick SY 20 X = 80 Cement Concrete Sidewalk, 6 In Thick SY 75 X = 81 Replace or Modify Curb Ramp EACH 3 X = 82 Concrete Paver Edge Beam LF 190 X = 83 Minor Changes FA EST X 5,000 00 = 5,000.00 TOTAL BID SCHEDULES A, B, and C G:\PROJECTS\2006\06106\S PECS.doc 3-7 BID DEPOSIT Herewith find deposit in the form of a certified check or cashier's check in the amount of $ , which amount is not less than five percent (5%) of our total bid for this project. Sign Here OR BID BOND KNOW ALL PERSONS BY THESE PRESENTS: That we held and firmly bound unto , as Principal, and , as Surety, are the CITY OF YAKIMA, as Obligee, in the penal sum of 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 MLK JR. BLVD. & LINCOLN AVE. GRADE SEPARATIONS PHASE 1 — City Project No. 1818, 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 G:\PROJECTS \ 2006 \ 06106 \ SPE C S. doc DAY OF , 2007. Principal Surety , 2007 3-8 STATE OF WASHINGTON ) COUNTY OF ) NON -COLLUSION AFFIDAVIT s. NON -COLLUSION AFFIDAVIT , being first duly sworn, on oath says that the bid above submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named, and the said bidder further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to themselves an advantage over any other bidder or bidders. Signed and sworn to (or aff rmed) before (Contractor's Signature) me on , 2007, by G:\PROJECTS\2006\06106\SPECS.doc 3-9 Notary Public My Appointment Expires NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follow: 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. The Contractor will, in Il solicitations or advertisements for employees placed by or on behalf of the Contracto rl, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. 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 agen ;y 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. 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. 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. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, 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. The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. G:\PROJECTS\2006\06106\S PECS.doc 3-10 To SUBCONTRACTOR LIST be Submitted with the Bid Proposal Project Name: CITY OF YAKIMA Project No. 06106 MLK JR. BLVD. & LINCOLN AVE. GRADE SEPARATIONS PHASE 1 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) 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 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 Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work Subcontractor Name Categories of Work G:\PROJECTS\2006\06106\S PECS.doc 3-11 Subcontractor List To be Submitted with the Bid Proposal Categories of work exceeding ten percent (10%) of the contract price to be performed by the prime contractor must be listed below. Prime Contractor Name Categories of Work G:\PROJECTS\2006\06106\SPECS.doc 3-12 SURETY If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be Street BIDDER City whose address is: State Zip The name of the Bidder submitting this Bid is Street City whose address is: State Zip which is the address to which all communications concerned with this Bid and with the Contract shall be sent. The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as principals are as follows: G:\PROJECTS\2006\06106\SPECS.doc 3-13 The following BIDDER'S DATA FORM information will be verified by the City of Yakima. 1. Past experience with similar type work; include names, addresses, and telephone numbers of clients, locations of jobs performed, project descriptions, and contract amounts. 2. Past maintenance services performed on similar systems; include names, addresses, and telephone numbers of clients, locations where service performed, and service descriptions. 3. Are you currently a named party in any pending litigation? If so, please identify the civil action number and jurisdiction. 4. List key personnel, including supervisory personnel, to be used on this project and their individual experience and certifications. 5. Provide Washington state Contractor's registration (license) number. NOTE: Complete this Bidder's Data Form and submit with Bid. Failure to submit any or all of the foregoing information will be cause for rejection of the bid affected G:\PROJECTS\2006\06106\SPECS.doc 3-14 WOMEN AND CITY OF YAKIMA MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. G:\PROJECTS\2006\06106\SPECS.doc 3-15 RESOLUTION NO. D- 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 cerries 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. L� ADOPTED BY THE CITY COUNCIL this $ Ut day of 1983. ATTEST: City Clerk Mayom,v_t_LL.Qr CITY OF YAKIMA 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: The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him anld what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. The contractor shall promptly notify the City of Yakima Engineering Division and 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. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. 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. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources, by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. G:\PROJ ECTS\2006\06106\S PECS.doc 3-17 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. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. The contractor shall validate all man specifications; selection requirements, tests, etc. The contractor shall make every effort to promote after-school, summer, and vacation employment to minority youth. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. The contractor shall make discriminatory effect. sure that seniority practices, job classifications, etc., do not have a The contractor shall make certain that all facilities and company activities are non- segregated. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. 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. Non-cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations Il pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. G:\PROJECTS\2006\06106\SPECS.doc 3-18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDER'S 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 resultin 1. 2. g contract: certifies that: (BIDDER) It intends to use the following listed construction trades in the work under the contract: 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; It will obtain from each of its subcontractors and submit to the contractina or administerina agency prior to the award of any sub -contract under this Contract the Subcontractor Certification required by these Bid Conditions. G:\PROJECTS\2006\06106\SPECS.doc (Signature of Authorized Representative of Bidder) 3-19 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SUBCONTRACTOR'S CERTIFICATION Subcontractor's Certification is not required at the time of bid. This Certification must be completed by eac 1. 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid Conditions. G:\PROJECTS\2006\06106\SPECS.doc (Signature of Authorized Representative of Subcontractor) 3-20 certifies that: (SUBCONTRACTOR) It intends to use the following listed construction trades in the work under the subcontract: and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid Conditions. G:\PROJECTS\2006\06106\SPECS.doc (Signature of Authorized Representative of Subcontractor) 3-20 Materially and Responsiveness This 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 this 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, 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 thesie Bid Conditions, including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority and women workforce utilization, 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 of subcontractor meets it goals, or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or the subcontractor shall be presumed to be in compliance with the 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 contractor's 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 its goals shall shift to it the requirement to come forward with evidence to show that it has metI 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 proceeding shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order G:\PROJECTS\2006\06106\SPECS.doc 3-21 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 (30) days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. G:\PROJ ECTS\2006\06106\SPECS.doc 3-22 PROPOSAL MLK JR. BLVD. & LINCOLN AVE. GRADE SEPARATIONS PHASE 1 CITY OF YAKIMA PROJECT NO. 1818 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 CASHIER'S CHECK CERTIFIED CHECK PROPOSAL BOND ** Receipt is hereby acknowledged PHONE NUMBER FAX NUMBER ❑ IN THE AMOUNT OF ❑ DOLLARS ❑ ($ ) PAYABLE TO THE STATE TREASURER ❑ IN THE AMOUNT OF 5% OF THE BID of addendum(s) No (s) , and SIGNATURE OF AUTHORIZED OFFICIALS FIRM NAME (ADDRESS) STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER FEDERAL ID NO. Note: (1) (2) (3) This proposal form is not transferrable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid Please refer to Section 1-02 6 of the Standard Specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. G: \PROJECTS\2006\06106\S P EC S. d oc 3-23 SECTION 4 - CONTRACT AND RELATED MATERIALS G:\PROJECTS\2006\06106\SPECS.doc 4-1 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2007, by and between the City of Yakima, hereinafter called the Owner, and West Coast Construction Co., Inc., a Washington Corporation, hereinafter called the Contractor WITNESSETH That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: 1 The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF $1,883,572.48, for Yakima Railroad Grade Separations, Phase 1, Project No 1818, all in accordance with, and as described in the attached plans and specifications and the 2006 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 Sixty-five (65) 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. 11 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 this / day of Z./ hi 2007 City Manage Atte City Clerk Oaz.x-... WEST COA§PtaiMUCTION CO., tnr By. l—M c. ►�fl (Print Name) AddroPre Allo UU9g tICIIliI cll., INC. sI P.O. BOX 41t —IOODIN1ILlrYA: 96012- Its Contractor Corpati.n CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2007, by and between the City of Yakima, hereinafter Calle• the OWNER, and , her: nafter called the CONTRCTOR, WITNESSETH: That in consideration of e terms and conditions contained herein and attached and ade a part of this Agreement, the partie hereto covenant and agree as follows: The CONTRACTOR s gall do all work and furnish all tools, materials, bid amount of $ , in accordance with and as BLVD. & LINCOLN AV GRADE SEPARATIONS PHASE 1 — Ci attached Plans and Speciations and the Standard Specificatio Municipal Construction, whi are by this reference incorporat hereof, and shall perforny an alterations in or additions to t Contract and every part thereof. a d equipment for the scribed in MLK JR. Project No. 1818the s for Road, Bridge, and herein and made a part e work provided under this Work shall start the first working d after Notice to Proc: ed and shall be completed within sixty-five (65) working days of the date of such otice to Proceed (see SPECIAL PROVISIONS - SECTION 1-08.5): If said work is not completed within the ti e specif d, the CONTRACTOR agrees to pay to the OWNER for each and every working da said i ork remains uncompleted after expiration of the specified time, liquidated damages as d_t- mined in Section 1-08.9. The CONTRACTOR shall provide and bear ' e pense of all equipment, work, and labor of any sort whatsoever that may be required or the transfer of materials and for constructing and completing the work provided for in tris Contra and every part thereof, except such as are mentioned in the Specifications to b: furnished by . e OWNER. The OWNER hereby promises and employ the CONTRACTOR to pr above described work and to co and Specifications and the ter pay for the same accordin itemized prices hereto att provided for in this Contra agrees with the C de the materials and plete and finish the same s and conditions herein cont to the attached Specifications hed, at the time and in the mann TRACTOR to employ, and does o do and cause to be done the ccording to the attached Plans 'ned; and hereby contracts to nd the schedule of unit or and upon the conditions III. The CONTRACTOR f• himself and for his /her heirs, executors, adm istrators, successors, and assigns does h- eby agree to the full performance of all the cove -nts herein upon the part of the CONTR CTOR. IV. V. It is further prov Contract, exc ed that no liability shall attach to the OWNER by reason of -ntering into this t as expressly provided herein. CONTRA OR is an independent contractor and not an employee of the 0 ER. The OWNER has designated the Contract performance and the CONTRACTO shall be respon- ble for the details of that work. The parties recognize the CONTRAC OR has uniqu- skills not otherwise available to the OWNER to accomplish the purpose of the Co ract. The CONTRACTOR shall supply all equipment and supplies necessy to a omplish the Contract. The parties recognize that the purpose of the Contract is not w hin e regular course of business of the OWNER. The parties state that the right of control o -r the activities necessary to perform the Contract is with the CONTRACTOR. G:\PROJ ECTS\2006\06106\SPECS.doc 4-2 IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first herein above written. (SEAL) ATTEST: Name: Deborah W Moore Title: City Clerk (SEAL) ATTEST: Na -dpi° f e L Stewart -attorney in fact Please Print or Type) Travelers Casualty and Surety Company of America OWNER City.ff Yakima, Washington By.`S Name: R.A. Zais, Jr--) Title: City Manager CONTRACTOR: w By: Name: 14 y.s+n Op_ (Please Print or Type) Address: PO Box 419, Woodinville, WA 98072 . Inc. Phone: 425 483 1900 FAX: 425 485 8143 E-mail Address: h' -1 -r -e ---i .t ih6=, Pc t-- C�►�^ Employer Identification Number: c21 o &ZBDod G:\PROJECTS\2006106106\ SPEC S.doc 4-3 CONTRACT BOND BOND TO CITY OF YAKIMA Bond# 104971088 KNOW ALL PERSONS BY THESE PRESENTS - That we, the undersigned, West oast Construction Co. Inc. as principal, and Travelers Casualty and Surety Company of America a corporation organized and exist ng under the laws of the State of CT , 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 $ 1, 883, 573.00 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 Ordinances of the City of Yakima. pursuance of the statutes of the State of Washington and the Dated at Kirkland , Washington, this 5th day of July Nevertheless, the conditions of th WHEREAS, under and pursuant 2007, the Mayor of said City of Construction Co. Inc. above obligation are such that: , 2007. to action of the City of Yakima, on June 6, 2007 Yakima has let or is about to let to the said West Coast , the above bounden Principal, a certain Contract, the said Contract being numbered City Contract No. 1818, and providing for the construction of MLK JR. BLVD. & LINCOLN AVE. GRADE SEPARATIONS PHASE 1 (which Contract 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 West Coast Construction Co. Inc. shall faithfully perform all the provision's 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, subcontractors and material men and all industrial insurance premiums, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Yakima 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. G:\PROJECTS\2006\06106\S PEC S.doc 4-4 TRAVELERS WARNING: THIS' POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company Attorney -In Fact No. 218742 St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 001680801 KNOW ALL MEN BY THESE PRESENTS. That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty of, Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Jeffrey L. Stewart, Frank S. McAllister, and Constance L. McLenaghan of the City of Kirkland , State of Washington , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of„guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permittted in any~ colons or pfoceedings allowed by law is instrument)tovbe signed>and their,'corporate seals to be hereto affixed, this IN WITNE�SSn'HEREOF, the Comps ave caused day of 7th Farmington Casualty Company „ I Fidelity and Guaranty 'Insurance \'eompany44 Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company State of Connecticut City of Hartford ss. By. r? Georg- Thompson, senior ice President 7th June 2007 On this the day of , , before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and MarinelInsurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and S rety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official My Commission expires the 30th day of June, 2011 58440-8-06 Printed in U.S.A. seal. Vkakihii C . Marie C. Tetreault, Notary Public WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned. Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety,, Company.of.America;and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Att rney exf cuted by, said Companies, which is in full force and effect and has not been revoked. ' 5 IN TESTIMONY WHEREOF, I have hereunto set my hand anda affixed the seals of said, Coiiipanies this day of Kori M. Johansdn/Assistant Secretary ,20 To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www stpaultravelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING. THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CITY OF YAKIMA LIABILITY CERTIFICATE CHECKLIST Contractor: West Coast Construction RECEIVED JUL 1 9 2007 liuibregtse Louman Associates, Inc. Job Description: Phase 2 Street Improvements & Contract 1818 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. X 7. Per Job Aggregate endorsement shown. If not, is a $2,000,000 Umbrella limit shown over $1,000,000 underlying? X 8. Is the General Liability policy subject to a deductible of $5,000 or less? If higher, approval is required by the City. X 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 representat ves" crossed out? Is 20 days or more notice of cancellation shown? Joel pEARSOn Completed By 7/16/2007 X Date West Coast Certificate Checklist.xls / Sheetl S:\Bus_Unit\ANY1102-jp\clients\Yakima, City of\Certificate Checklist.xls 01/23/2003 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 From: HFAXmaker 14254858143 Page 4/5 7/13/2007 N :42:06 PM Ut-inL UtK 111-ILA1 tULIRi ILI 1NSUR �t 07/05/2007 PRODUCER (425)827-7400 FAX (425)827-7402 McDonald Insurance Group Inc 416 6th St 5 PO Box 3089 Kirkland, WA 98083-3089 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED West Coast Construction Co. , Inc. PO Box 419 Woodinville, WA 98072 INSURERA Ohio Casualty INSURER B INSURER C. INSURER D INSURER E. 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'LTYPE )NSRO OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE 1MMIDDIYYI POLICY EXPIRATION DATE IMMIDDIYYS LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY BK053340843 05/01/2007 05/01/2008 EACH OCCURRENCE $ 1,000,000 X DAMAGE TO RENTED$ PREMISFS Ea nor urPnre) 100 000 s CLAIMS MADE X OCCUR MED EXP (Arty one person) $ 10,000 PERSONAL & ADV INJURY $ 1, 000 000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY n JET n LOC PRODUCTS - COMP/OP AGG $ 2,000,000 —1 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BA053340843 APPRO\dED / 7 / 05/01/2007 AS TO FORM 7 9 7 TC(rar 1 G� 05/01/2008 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY acadenq$ JJJ ip-%.1/./ PROPERTY cadent) AGE$ (Per accident) GARAGE LIABILITY ANY AUTO CITU CITY ATTORNEY OF YAKIMA AUTO ONLY -EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY AGG $ A EXCESS/UMBRELLALIABILITY US053340843 05/01/2007 05/01/2008 EACH OCCURRENCE $ 2,000,000 OOCCUR CLAIMS MADE AGGREGATE $ 2,000,000 DEDUCTIBLE RETENTION $ $ $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below BK053340843 STOP GAP 05/01/2007 05/01/2008 WC STTU-mrrs X OTH- TORY ER E L EACH ACCIDENT $ 1,000,000 E . DISEASE - EA EMPLOYEE $ 1,000,000 E L DISEASE - POLICY LIMIT $ 1,000,000 A OTHER DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES 1 EXCLUSIONS the City of Yakima, its employees, agents, Associate, Inc., and all subcontractorsl insured re: City Contract #1818, MLR Insurance is primary and non contributing ADDED BY ENDORSEMENTI SPECIAL PROVISIONS elected and appointed officials, Huibregtse, Louman are additional insured as respects work performed by the named Jr Blvd. & Lincoln Ave. grade separations phase 1. to the extent provided by form CG8330. CANCELLATION City of Yakima 129 N 2nd St Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL PCXXIWAXXXIAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, xxxxi Xxx, xxx-xxxxxxi>txxxxatxIDLxxxxiNxD6xxxxx)fXXXXX wouvolootxxxxxxxxxxxxxxxleavammxatxxxxxxxxxxx AUTHORIZED REPRESENTATIVE Jeffrey Stewart/PETER era ACORD 25 (2001/08) ©ACORD CORPORATION 1988 This fax was sent with GF I FAXmaker fax server For more information, visit: http.//www gfi.com From. FAXmaker To 14254858143 Page 5/5 Date 7/13/2007 6 42:06 PM 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 (2001108) This fax was sent with GF I FAXmaker fax server For more information, visit: http.//www gfi.com COMMERCIAL GENERAL LIABILITY CG 83 30 12 03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY MASTER PAK® This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE BLANKET ADDITIONAL INSURED (OWNERS, LESSEES, CONTRACTORS OR LESSORS) 2 FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT 3 NON -OWNED WATERCRAFT 4 SUPPLEMENTARY PAYMENTS (BAIL BONDS) 4 PERSONAL AND ADVERTISING INJURY - ELECTRONIC PUBLICATION EXTENSION 5 AGGREGATE LIMITS (PER LOCATION) 5 AGGREGATE LIMITS (PER PROJECT) 5 VOLUNTARY PROPERTY DAMAGE COVERAGE 6 OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE 6 NEWLY FORMED OR ACQUIRED ORGANIZATIONS 7 DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 BODILY INJURY (MENTAL ANGUISH) 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS 8 MEDICAL PAYMENTS 8 CG 83 30 12 03 • Includes copyrighted material of ISO Properties., Inc., with its permission. ® ISO Properties, Inc., 2003 Page 1 of 8 1 r r 1 1 1 1 1 1 1 1 1 1. BLANKET ADDITIONAL INSURED (Owners, Lessees, Contractors or Lessors) (Includes a Primary/Non-Contributory provision) Who Is An Insured Section II is amended to include as an insured any person or organization whom you are required to name as an additional insured on this policy In a written contract or written agreement. The written contract or written agreement must be currently in effect or becoming effective during the term of this policy and executed prior to the "bodily injury," "property damage" or "personal and advertising injury." The insurance provided the additional insured is limited as follows: A. The person or organization is only an additional insured with respect to liability: 1. Arising out of real property, as described in a written contract or written agreement, that you own, rent, lease or occupy; or 2. Caused in whole or in part by your ongoing operations performed for that insured. The insurance provided the additional insured in 1.A.2. above does not apply to: a. Coverage A - Bodily Injury and Property Damage Liability, Coverage B - Personal and Ad- vertising Injury Liability or defense coverage under the Supplementary Payments arising out of an architect's, engineer's or surveyor's rendering of or failure to render any professional services including: (1) The preparing, approving, or falling to prepare or approve maps, shop drawings, opin- ions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. b. "Bodily injury" or "property damage" occurring after: (1) All work, Including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) were performed by or on behalf of the additional insured(s) at the site where the covered operations have been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to Its intended use by any person or organization other than another contractor or subcontrac- tor engaged in performing a principal as part of the same project. B. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of Insurance as stated in the Declarations of this policy and defined in Section I11- Limits Of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. C. The insurance provided the additional insured does not apply to the liability resulting from the sole negligence of the additional insured. CG 83 30 12 03 Includes copyrighted material of ISO Properties., Inc., with its permission. o ISO Properties, Inc., 2003 Page 2 of 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 D. As respects the coverage provided to the additional insured under this endorsement, Section IV - Conditions is amended as follows: 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim, or Suit An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense, that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have to the additional insured; and insurance availabl c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. 2. The following is added to Condition 3. Legal Action Against Us: We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured. 3. The following is added to Paragraph a., Primary Insurance of Condition 4. Other Insurance: If the additional insured's policy has an Other Insurance provision making Its policy excess, and a Named Insured has agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. 4. The following is added to Paragraph b., Excess insurance of Condition 4. Other Insurance: Except as provided in Paragraph 4.a. Primary Insurance as amended above, any coverage provided hereunder shall be excess over any other valid and collectible Insurance available to the additional insured whether primary, excess, contingent or on any other basis. In the event an additional insured has other coverage available for an "occurrence" by virtue of also being an additional Insured on other policies, this insurance is excess over those other policies. 2. FIRE, LIGHTNING, EXPLOSION AND SPRINICLER LEAKAGE DAMAGE TO PREMISES YOU RENT If Damage To Premises Rented To following applies: You under Coverage A is not otherwise excluded from this policy, the A. The last paragraph of 2. Exclusions of Section I - Coverage A is replaced by the following: If Damage To Premises Rented To You is not otherwise excluded, Exclusions c. through n. do not apply to damage by fire, ightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occup'ed by you with permission of the owner. A separate limit of insurance applies to this coverage as described In Section III - Limits Of Insurance. CG 83 30 12 03 Includes copyrighted material of ISO Properties., Inc., with its permission. @ ISO Properties, Inc., 2003 Page 3 of 8 r 1 F r 1 1 1 1 1 1 1 1 B. Paragraph 6 of Section III - Limits Of Insurance is replaced by the following: 6. Subject to 5. above, the Damage To Premises Rented To You Limit shown in the Summary of Limits and Charges section of this policy Is the most we will pay under Coverage A for damages because of "property damage" to premises rented to you or temporarily occupied by you with the permission of the owner Parsing out of any one fire, lightning, "explosion" or sprinkler leakage incident. C. Paragraph b.(1)(b) of Condition 4. Other Insurance (Section IV - Conditions) Is replaced by the follow- ing: (1) That Is Fire, Lightning, Explosion or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the permission of the owner; D. Paragraph 9.a. of the definition of "insured contract" in Section V- Definitions Is replaced by the following: 9. "Insured contract" means a. A contract for the lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damages by fire, lightning, "explo- sion" or sprinkler lealcage to premises while rented to you or temporarily occupied by you with the permission of the owner Is not an "insured contract"; E. The following definition is added to Section V - Definitions: "Explosion" means a sudden release of expanding pressure accompanied by a noise, a bursting forth of material and evidence of the scattering of debris to locations further than would have resulted by gravity alone. "Explosion" does not include any of the following: 1. Artificially generated electrical current Including electrical arcing that disturbs electrical de- vices, appliances or wires; 2. Rupture or bursting of water pipes; 3. Explosion of steam boilers, steam pipes, steam engines or steam turbines owned or leased by you, or operated under your control; or 4. Rupture or bursting caused by centrifugal force. 3. NON -OWNED WATERCRAFT Subparagraph g.(2) of Paragraph 2., Exclusions of Section I - Coverage A is replaced by the following: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; 4. SUPPLEMENTARY PAYMENTS In the Supplementary Payments - Coverages A and B provision: The limit for the cost of bail bonds In Paragraph 1.b. Is changed from $250 to $1000. CG 83 30 12 03 Includes copyrighte material of ISO Properties., Inc., with its permission. @ ISO Properties, Inc., 2003 Page 4 of 8 PERSONAL AND ADVERTISING INJURY - ELECTRONIC PUBLICATION EXTENSION Paragraphs 14.b., d. and e. of Sectio V - Definitions are replaced by the following: b. Malicious prosecution or abuse of process; d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or services; e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right of privacy; The following is added to Paragraph 14. "Personal and Advertising Injury" of Section V - Definitions: h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is: (1) Not done intentionally by or at the direction of: (a) An insured; or (b) Any "executive officer" director, stockholder, partner or member of the insured; and (2) Not directly or indirectly related to the employment, prospective employment or termination of employment of any person or persons by any insured. Subparagraphs b. and c. of 2., Exclusions of Section 1 - Coverage 13 - Personal And Advertising Injury Liability are replaced by the following: b. Material Published With Knowledge Of Falsity "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material, if done by or at the direction of the insured with knowledge of its falsity; c. Material Published Prior To Policy Period "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material whose first publication took place before the beginning of the policy pe- riod; 6. AGGREGATE LIMITS OF INSURANCE (PER LOCATION) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 7. AGGREGATE LIMITS OF INSURANCE (PER PROJECT) The General Aggregate Limit under Section 111 Limits Of Insurance applies separately to each of your projects away from premises owned by or rented to you. CG 83 30 12 03 includes copyrighted material of ISO Properties., Inc., with its permission. o iSO Properties, Inc., 2003 Page 5 of 6 r 1 1 1 1 1 1 1 1 8. VOLUNTARY PROPERTY DAMAGE COVERAGE At your request, we will pay for "loss" to property of others caused by your business operations. The most we will pay for this coverage is $500 each "occurrence." The "loss" must occur during the policy period. The "occurrence" must take place in the "coverage territory". "Loss" means unintended damage or destruction. "Loss" does not mean disappearance, abstraction or theft. This coverage does not apply to: 1. Damage arising out of the use of any "auto"; 2. Property you own, occupy, rent or lease from others; or 3. Property on your premises for sale, service, repair or storage. None of the other policy exclusions apply to this coverage. If the policy to which this endorsement is attached is written with a property damage liability deductible, the deductible shall apply to Voluntary Property Damage. The limit of coverage stated above shall not be reduced by the amount of this deductible. 9. OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE A. We will pay those sums that you become legally obligated to pay as damages because of "property damage" to personal property of others while in your or your "employees" care, custody or control or real property of others over which you or your "employees" are exercising physical control if the "property damage" arises out of your business operations. This Coverage is subject to sections B., C., D. and E. below. B. Exclusions This insurance shall not apply to: 1. "Property damage" of property at premises owned, rented, leased, operated or used by you; 2. "Property damage" of property while in transit; 3. The cost of repairing or replacing: (a) Any of your work defectively or incorrectly done by you or by others on your behalf; or (b) Any product manufactured, sold or supplied by you, unless the "property damage" is caused directly by you after delivery of the product or completion of the work and resulting from a subsequent undertaking; or 4. "Property damage" of property caused by or arising out of the "products -completed operations hazard". C. Limits Of Insurance - The most we will pay for "property damage" under this Section 9. is $5,000 for each "occurrence". The most we will pay for the sum of all damages covered under this Section 9. because of "property damage" Is an annual aggregate limit of $25,000. The Limits Of Insurance provided under this Section 9. are inclusive of and not in addition to any other limits provided in the policy or endorsements attached to it. D. Deductible - We will not pay for "property damage" in any one "occurrence" until the amount of "property damage" exceeds $250. If the policy to which this endorsement is attached contains a "property damage" deductible, that deductible shall apply if it is greater than $250. E. In the event of "property damage" covered by this endorsement, you shall, if requested by us, replace the property or furnish the Labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. Includes copyrighted material of ISO Properties., Inc., with its permission. CG 83 30 12 03 1 ©.ISO Properties, Inc., 2003 Page 6 of 8 r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 10. NEWLY FORMED OR ACQUiRED ORGANIZATIONS A. Paragraph 4. of Section II - Who Is An Insured is deleted and replaced by the following: 4. Any business entity acquired by you or Incorporated or organized by you under the laws of any individual state of the United States of America over which you maintain majority ownership Interest exceeding fifty percent. Such acquired or newly formed organization will qualify as a Named Insured if there Is no similar insurance available to that entity. However: a. Coverage under this provision applies only until the expiration of the policy period in which the entity was acquired nor incorporated or organized by you. b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before the entity was acquired or incorporated or organized by you. c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before the entity was acquired or incorporated or organized by you. d. Records and descriptions of operations must be maintained by the first Named Insured. 13. This Section 10. does not apply to newly formed or acquired organizations if coverage is excluded either by provisions of the Coverage Part or by other endorsement(s) attached to it. 11. DUTIES iN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT A. The requirements in Section IV of an "occurrence" applies only Conditions, Paragraph 2.a., that you must see to It that we are notified when the "occurrence" is known to: 1. You, if you are an individua ; 2. A partner, if you are a partnership; 3. A member or manager, if you are a limited liability company; 4. An executive officer or designee, if you are a corporation; 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization. 13. The requirements in Section iV - Conditions, Paragraph 2.b., that you must see to it that we receive written notice of a claim or "suit" will not be considered breached unless the breach occurs after such claim or "suit" is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. A member or manager if you are a limited liability company; 4. An executive officer or designee, if you are a corporation; 5. A trustee, if you are a trust) or 6. A designee, if you are any other type of organization. Knowledge of an "occurrence," claim or "suit" by the agent, servant or "employee" of any Insured shall not in itself constitute knowledge of the insured unless an officer or designee shall have received notice from its agent, servant or "employee". CG 83 3012 03 Includes copyrighted material of ISO Properties., Inc., with its permission. ISO Properties, Inc., 2003 Page 7 of 8 1 1 r 1 1 1 1 1 1 1 1 12. BODILY INJURY Paragraph 3. of the definition of "bodily injury" In the Section V - Definitions is replaced by the following: 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at any time. 13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against any person or organization for whom you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement. 14. MEDICAL PAYMENTS If Coverage C Medical Payments is not otherwise excluded, the Medical Expense Limit provided by this policy shall be the greater of: A. $10,000; or B. The amount shown In the Declarations. All other terms and conditions of your policy remain unchanged. CG833012D3 Includes copyrighted material of ISO Properties., Inc., with its permission. ® ISO Properties, Inc., 2003 Page 8 of 8 SCHEDULE OF WORKING HOURS In accordance with SECTION 1-08.0(2) HOURS OF WORK (APWA ONLY), the normal straight time working hours for this project will be from a.m. to p.m., days per week. It is understood that normal straight time working hours shall not exceed 40 hours per week, regardless of the number of days worked per week. All hours worked in excess of 40 hours per week shall be considered as overtime hours subject to the reimbursement provisions of SECTION 1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES (APWA 'ONLY) as modified by the Special Provisions. Overtime hours are defined as time working hours when the performing work. any hours in excess of or outside of the above normal straight Contractor and/or his subcontractors are on the project site I hereby certify that my subcontractors have been notified of the normal straight time working hours provisions of this project and understand that Engineer/Contracting Agency costs for overtime hours will be deducted from amounts due to me for work performed on the project. G:\PROJECTS\2006\061061S PECS.doc 4-6 Contractor Signature Date SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS 1 1 G:\PROJECTS\2006\06106\S PECS.doc 5-1 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 and the 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 by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Also following the acceptance of the project, the local government body must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all approved by the State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying Statement of Compliance so that payment of prevailing wage rates and fringe benefits may be verified. The Contractor and all subcontractors shall also be required to submit Monthly Employment Utilization Reports in accordance with these Specifications. G:\PROJECTS\2006\06106\SPECS.doc 5-2 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key YAKIMA COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $27 81 1M 5D BOILERMAKERS JOURNEY LEVEL $47 47 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $35.37 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $32.70 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $40 99 1M 5D CARPENTER $32.70 1M 5D CREOSOTED MATERIAL $32.70 1M 5D DRYWALL APPLICATOR $32.70 1M 5D FLOOR FINISHER $32.70 1M 5D FLOOR LAYER $32.70 1M 5D FLOOR SANDER $32.70 1M 5D MILLWRIGHT $41 99 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $40 99 1M 5D SAWFILER $32.70 1M 5D SHINGLER $32.70 1M 5D STATIONARY POWER SAW OPERATOR $32.70 1M 5D STATIONARY WOODWORKING TOOLS $32.70 1M 5D CEMENT MASONS JOURNEY LEVEL $31 46 1N 5D DIVERS & TENDERS DIVER $85 75 1M 5D 8A DIVER TENDER $44.22 1M 50 DREDGE WORKERS ASSISTANT ENGINEER $42.02 1T 5D 8L ASSISTANT MATE (DECKHAND) $41.51 1T 5D 8L BOATMEN $42.02 1T 5D 8L ENGINEER WELDER $42.07 1T 5D 8L LEVERMAN, HYDRAULIC $43 64 1T 5D 8L MAINTENANCE $41.51 1T 5D 8L MATES $42.02 1T 5D 8L OILER $41 64 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $29 44 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20 99 1 Page 1 YAKIMA COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $44 54 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $55 40 4A 5A CERTIFIED LINE WELDER $49 64 4A 5A GROUNDPERSON $35 92 4A 5A HEAD GROUNDPERSON $37 88 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49 64 4A 5A JACKHAMMER OPERATOR $37 88 4A 5A JOURNEY LEVEL LINEPERSON $49 64 4A 5A LINE EQUIPMENT OPERATOR $42.26 4A 5A POLE SPRAYER $49 64 4A 5A POWDERPERSON $37 88 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23 40 1 ELEVATOR CONSTRUCTORS MECHANIC $57 88 4A 6Q MECHANIC IN CHARGE $63.45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8 65 1 LABORER $7.93 1 FENCE ERECTORS 'FENCE ERECTOR $21 64 1 FLAGGERS JOURNEY LEVEL $26 09 1M 5D GLAZIERS JOURNEY LEVEL $21.51 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23 18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13 91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $28.29 1M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $910 1 INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9 73 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.93 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $43.45 10 5A Page 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 YAKIMA COUNTY Effective 03-03-07 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS ALL CLASSIFICATIONS $18 12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $27 81 1M 5D PIPE LAYER $28.29 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $7 93 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15 45 1 LANDSCAPING OR PLANTING LABORERS $7.93 1 LATHERS JOURNEY LEVEL $32.70 1M 5D METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11 32 1 PAINTER $12.00 1 WELDER $11 32 1 MODULAR BUILDINGS JOURNEY LEVEL $1411 1 PAINTERS JOURNEY LEVEL $20 05 1 PLASTERERS JOURNEY LEVEL $41.23 1R 5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.93 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $51 65 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39 57 1M 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $42.35 1M 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $42.84 1M 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $43 39 1M 5D 8L BACKHOES, (75 HP & UNDER) $41 93 1M 5D 8L BACKHOES, (OVER 75 HP) $42.35 1M 5D 8L BARRIER MACHINE (ZIPPER) $42.35 1M 5D 8L BATCH PLANT OPERATOR, CONCRETE $42.35 1M 5D 8L BELT LOADERS (ELEVATING TYPE) $41 93 1M 5D 8L BOBCAT (SKID STEER) $39 57 1M 5D 8L BROOMS $39 57 1M 5D 8L BUMP CUTTER $42.35 1M 5D 8L CABLEWAYS $42.84 1M 5D 8L CHIPPER $42.35 1M 5D 8L COMPRESSORS $39 57 1M 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $39 57 1M 5D 8L CONCRETE PUMPS $41 93 1M 50 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 1M 5D 8L CONVEYORS $41 93 1M 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $41 93 1M 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $42.35 1M 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $42.84 1M 5D 8L JIB WITH ATACHMENTS) Page 3 YAKIMA COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note I Classification WAGE Code Code Code CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $43 39 1M 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $43 96 1M 5D 8L WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $39 57 1M 5D 8L CRANES, A -FRAME, OVER 10 TON $41 93 1M 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $44 52 1M 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $42.35 1M 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $42.84 1M 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $43 39 1M 5D 8L I CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $43 39 1M 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $43 96 1M 5D 8L CRUSHERS $42.35 1M 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $42.35 1M 5D 8L DERRICK, BUILDING $42.84 1M 5D 8L DOZERS, D-9 & UNDER $41 93 1M 5D 8L DRILL OILERS -AUGER TYPE, TRUCK OR CRANE MOUNT $41 93 1M 5D 8L DRILLING MACHINE $42.35 1M 5D 8L I ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $39 57 1M 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $41.93 1M 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42.35 1M 5D 8L FORK LIFTS, (3000 LBS AND OVER) $41 93 1M 5D 8L FORK LIFTS, (UNDER 3000 LBS) $39 57 1M 5D 8L GRADE ENGINEER $41 93 1M 5D 8L GRADECHECKER AND STAKEMAN $39 57 1M 5D 8L GUARDRAIL PUNCH $42.35 1M 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $41 93 1M 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $41 93 1M 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $42.35 1M 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $39 57 1M 5D 8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $41 93 1M 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $42.84 1M 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $43 39 1M 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $42.35 1M 5D 8L 111 LOCOMOTIVES, ALL $42.35 1M 5D 8L MECHANICS, ALL $42.84 1M 5D 8L MIXERS, ASPHALT PLANT $42.35 1M 5D 8L MOTOR PATROL GRADER (FINISHING) $42.35 1M 5D 8L 111 MOTOR PATROL GRADER (NON -FINISHING) $41 93 1M 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $42.84 1M 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 1M 5D 8L OPERATOR PAVEMENT BREAKER $39 57 1M 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $42.35 1M 5D 8L PLANT OILER (ASPHALT, CRUSHER) $41 93 1M 5D 8L POSTHOLE DIGGER, MECHANICAL $39 57 1M 5D 8L POWER PLANT $39 57 1M 5D 8L PUMPS, WATER $39 57 1M 5D 8L QUAD 9, D-10, AND HD -41 $42.84 1M 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42.84 1M 5D 8L EQUIP RIGGER AND BELLMAN $39 57 1M 5D 8L Page 4 1 1 1 1 YAKIMA COUNTY Effective 03-03-07 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ROLLAGON $42.84 1M 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $39 57 1M 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $41 93 1M 5D 8L ROTO -MILL, ROTO -GRINDER $42.35 1M 5D 8L SAWS, CONCRETE $41 93 1M 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $42.35 1M 5D 8L OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $42.84 1M 5D 8L OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $41 93 1M 5D 8L SCREED MAN $42.35 1M 5D 8L SHOTCRETE GUNITE $39 57 1M 5D 8L SLIPFORM PAVERS $42.84 1M 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $42.35 1M 5D 8L SUBGRADE TRIMMER $42.35 1M 5D 8L TOWER BUCKET ELEVATORS $41 93 1M 5D 8L TRACTORS, (75 HP & UNDER) $41 93 1M 5D 8L TRACTORS, (OVER 75 HP) $42.35 1M 5D 8L TRANSFER MATERIAL SERVICE MACHINE $42.35 1M 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $42.84 1M 5D 8L TRENCHING MACHINES $41 93 1M 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $41 93 1M 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $42.35 1M 5D 8L TRUCK MOUNT PORTABLE CONVEYER $42.35 1M 5D 8L WHEEL TRACTORS, FARMALL TYPE $39 57 1M 5D 8L YO YO PAY DOZER $42.35 1M 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35 62 4A 5A SPRAY PERSON $33 82 4A 5A TREE EQUIPMENT OPERATOR $34.27 4A 5A TREE TRIMMER $31 88 4A 5A TREE TRIMMER GROUNDPERSON $24 03 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $51 65 1Q 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14 58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11 86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19 08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21 98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $21 51 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8 00 1 Page 5 YAKIMA COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL PAINTERS JOURNEY LEVEL RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL ROOFERS JOURNEY LEVEL USING IRRITABLE BITUMINOUS MATERIALS SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL SOFT FLOOR LAYERS JOURNEY LEVEL SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL SURVEYORS CHAIN PERSON INSTRUMENT PERSON PARTY CHIEF TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER HOLE DIGGER/GROUND PERSON INSTALLER (REPAIRER) JOURNEY LEVEL TELEPHONE LINEPERSON SPECIAL APPARATUS INSTALLER I SPECIAL APPARATUS INSTALLER II TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (LIGHT) TELEVISION GROUND PERSON TELEVISION LINEPERSON/INSTALLER TELEVISION SYSTEM TECHNICIAN TELEVISION TECHNICIAN TREE TRIMMER TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL TILE, MARBLE & TERRAZZO FINISHERS FINISHER TRAFFIC CONTROL STRIPERS JOURNEY LEVEL Page 6 $13 89 1 $15 56 1 $29 61 1B 5A $17 55 1 $17 00 1 $29 75 2P 51 $32.75 2P 51 $40 51 1B 5A $14 65 1 $2311 1N 5A $7 93 1 $41 70 1R 5Q $13.23 1 $9.25 1 $12.05 1 $15 05 1 $20 00 1 $29 89 2B 5A $16 81 2B 5A $28 68 2B 5A $27 82 2B 5A $29 89 2B 5A $29 30 2B 5A $29 89 2B 5A $27 82 2B 5A $15 96 2B 5A $21 17 2B 5A $2515 2B 5A $22.64 2B 5A $27 82 2B 5A $27 57 2M 5A $23 62 2M 5A $34 90 1K 5A 1 YAKIMA COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK DRIVERS ASPHALT MIX $14 19 1 DUMP TRUCK $30 93 2G 61 DUMP TRUCK & TRAILER $30 93 2G 61 OTHER TRUCKS $30.93 2G 61 TRANSIT MIXER $30 93 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11 15 1 OILER $9.20 1 WELL DRILLER $17 68 1 Page 7 BENEFIT CODE KEY - EFFECTIVE 03-3-07 ************************************************************************************************************************ 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. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY 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 MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS 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 HOUR.S 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. 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. 0 THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1 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 BENEFIT CODE KEY - EFFECTIVE 03-03-07 -2 - 1 Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T 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 6.00AM 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 HOURLYRATE OF WAGE. ✓ 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. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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. BENEFIT CODE KEY - EFFECTIVE 03-03-07 -3- 2. 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. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 4A, ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5 A. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). N. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P HOLIDAYS. NEW YEARS 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 YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2). 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5 S BENEFIT CODE KEY - EFFECTIVE 03-03-07 -4- PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T PAID HOLIDAYS NEW YEARS DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (10). V 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 YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS• NEW YEARS 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 YEARS 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). F PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). 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, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY_ PRESIDENTS' DAY. T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEARS 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, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W PAID HOLIDAYS NEW YEARS DAY, DAY BEFORE NEW YEARS DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). BENEFIT CODE KEY - EFFECTIVE 03-03-07 -5- 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 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 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 1 SECTION 6 - TECHNICAL SPECIFICATIONS G:\PROJECTS\2006106106\SPECS.doc 6-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS FOR MLK JR. BLVD. & LINCOLN AVE. GRADE SEPARATIONS PHASE 1 City of Yakima Project No. 1818 HLA Project Number 06106 CONTENTS PAGE NO. SPECIAL PROVISIONS 6-3 DESCRIPTION OF WORK,6-3 1-01 DEFINITIONS AND TERM6-4 1-02 BID PROCEDURES AND CONDITIONS 6-6 1-03 AWARD AND EXECUTION OF CONTRACT 6-10 1-04 SCOPE OF THE WORK i 6-12 1-05 CONTROL OF WORK ! 6-13 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 6-20 1-08 PROSECUTION AND PROGRESS 6-34 1-09 MEASUREMENT AND PAYMENT 6-40 1-10 TEMPORARY TRAFFIC CONTROL 6-45 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 6-46 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 6-47 2-03 ROADWAY EXCAVATIONIAND EMBANKMENT 6-49 2-07 WATERING 1 6-50 2-09 STRUCTURE EXCAVATION 6-51 2-11 TRIMMING AND CLEANUP 6-51 3-01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 6-51 3-02 STOCKPILING AGGREGATES. 6-52 4-04 BALLAST AND CRUSHED SURFACING 6-52 5-04 HOT MIX ASPHALT 1 6-52 5-06 INTERLOCKING CONCRETE PAVERS 6-55 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 6-61 7-09 PIPE AND FITTINGS FOR. WATER MAIN 6-62 7-12 VALVES FOR WATER MAINS 6-64 7-14 HYDRANTS 6-66 7-15 SERVICE CONNECTION 6-67 7-17 'SANITARY SEWERS 1 6-67 7-20 CURED IN PLACE PIPE (CIPP) (NEW SECTION) 6-69 8-02 ROADSIDE RESTORATION 6-71 8-03 IRRIGATION SYSTEM,6-72 8-04 CURBS, GUTTERS, AND PILLWAYS 6-73 8-14 CEMENT CONCRETE SIDEWALKS 6-74 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEM, AND ELECTRICAL. 6-75 STANDARD PLANS 6-76 APPENDIX BNSF RIGHT OF ENTRY AGREEMENT DOE MONITORING WELL LOGS STANDARD PLANS CONSTRUCTION SEQUENCE j AMENDMENTS TO THE 2006 WASHINGTON STATE DOT STANDARD SPECS G:\PROJ ECTS\2006\06106\S P E CS. doc 6-2 SPECIAL PROVISIONS FOR CITY OF YAKIMA MLK JR. BLVD. & LINCOLN AVE. GRADE SEPARATIONS PHASE 1 City of Yakima Project No. 1818 HLA Project No. 06106 The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2006 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) (Regions' date) (BSP date) General Special Provision Notes a revision to a General Special Provision and also notes a Project Specific Special Provision Region Special Provision Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Project Specific Special Provisions normally appear only in the contract for which they were developed. DESCRIPTION OF WORK Demolition and replacement of approximately 3,000 square yards of cement concrete sidewalk, 475 lineal feet of curb and gutter; construction of approximately 2,290 lineal feet of new 12 -inch D.I. water main, 275 lineal feet of new 8 -inch D.I. water main; valves, hydrant assemblies, and connections to existing mains; removal of existing vaults, pipe, valves, and fittings; abandonment of existing piping; 650 linear feet of new 8 -inch sanitary sewer line, manholes, 640 linear feet of 8 -inch slip -lining of existing sewer line; 1,350 square yards of G:\PROJ ECTS\2006\06106\S PECS.doc 6-3 Hot Mix Asphalt for Pavement Repair; 470 square yards of asphalt pavement removal, 43,500 square feet of cement concrete street pavers, street light relocation and installation; and other associated work. A Construction Sequence is included in the Appendix of the Specifications for water main and sewer service work that affects the Historic District Business Owners and the Yakima County Jail Facilities, which must be closely followed by the Contractor to minimize disruptions to its services. The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only. All payments will be made on the basis of actual field measurement of Contract work completed. All work shall be done in accordance with the Plans, the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation dated 2006, referenced codes and organizations, and these Special Provisions. 1-01 DEFINITIONS AND TERMS 1-01.3 DEFINITIONS Section 1-01.3 is supplemented as follows: The terms defined in SECTION 1-01 3 of the Standard Specifications shall be further described by the following: Contracting Agency: Engineer: Working Drawings: 1-01.3 Definitions (October 1, 2005 APWA GSP) City of Yakima 129 North Second Street Yakima, WA 98901 The terms "Contracting Agency", "Agency" and "Owner" are interchangeable. Huibregtse, Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's informational sheets describing salient features, performance curves, or samples of fabricated and manufactured items (including mechanical and electrical equipment) required for the construction project. This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary" "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". G:\PROJECTS\2006\06106\SPECS.doc 6-4 The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Contract Completion Date The date by which the work is contractually required to be physically completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the contract time. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. G:\PROJECTS\2006\06106\SPECS.doc 6-5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 PREQUALIFICATION OF BIDDERS Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (October 1, 2005 APWA GSP) Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. 1-02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following. Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor Reduced plans (11" x 17T') and Contract Provisions Large plans (22" x 34") and Contract Provisions No. of Sets Basis of Distribution 6 Furnished automatically upon award 2 Furnished only upon request Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK 1-02.4(1) GENERAL G:\PROJECTS\2006\06106\SPECS.doc 6-6 Add the following paragraph: No pre-bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications. 1-02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following. At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 02064.GR1 Preparation Of Proposal (August 2, 2004) The fifth and sixth paragraphs of Section 1-02.6 are deleted. 1-02.6 PREPARATION OF PROPOSAL (******) Delete the second paragraph and replace with the following: Any bid item which has a unit price but no extension column amount shall have the extension amount determined by multiplying the unit price times the unit quantity. Any bid item which does not have a unit price but does have an extension column amount shall have the unit price determined by dividing the extension amount by the unit quantity. Should both the unit price and G \PROJECTS\2006\06106\SPECS.doc 6-7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 the extension column amount be left blank, then the entire bid shall be considered non- responsive. 1-02.7 Bid Deposit October 1, 2005 APWA GSP Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid represents five percent o bond stated either as a dollar figure or as a percentage which the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids (Call for Bids) clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. This section is supplemented with the following: Clearly identified sealed bids will be received at the following location before the specified time: Office of the Contracting Agency, Yakima City Hall, 129 North Second Street, Yakima, WA 98901, until the time and date set for the bid opening. 1-02.13 Irregular Proposals (October 1, 2005 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; e. A price per unit cannot be determined from the bid proposal; G:\PROJ ECTS\2006\06106\SPECS.doc 6-8 f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-02.6. h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation Add the following to Item 2: 1 1 1 1 f. If changes to proposal form entries are not initialized. 1-02.14 Disqualification of Bidders (October 1, 2005 APWA GSP) Revise this section to read: A bidder may be deemed not responsible and the proposal rejected if: 1. More than one proposal is submitted for the same project from a bidder under the same or different names; 2. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; 3. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; 4 An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; progress, affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; 5. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; 6. The bidder failed to settle bills for labor or materials on past or current contracts; 7. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; 8. The bidder is unable, financially or otherwise, to perform the work; 9. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27); 10. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, G:\PROJECTS\2006\06106\SPECS.doc 6-9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3 A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs ass'gned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimumi specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.2 AWARD OF CONTRACT Add the following: The Contract will be awarded on the basis of the total of all bid items accepted by the Contracting Agency. The Contractor shall submit bids for all schedules and all bid items to be considered as a responsive bidder. The apparent low bidder will be determined based on the combined total of all bid items/schedules. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. G:\PROJ ECTS\2006\06106\S PECS.doc 6-10 The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within ten (10) calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of thirty (30) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. Add the following: Failure to return the required documents within the allotted time shall be considered as non- responsive and shall result in forfeiture of the proposal bond or deposit of the bidder in accordance with Section 1-03.5. 1-03.4 Contract Bond I (October 1, 2005 APWA GSP) 1 1 1 1 1 Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect Toss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor ernpowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). Add the following: The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period of one year from and after the final acceptance thereof by the Contracting Agency. In addition to the requirements for the Contract Bond according to SECTION 1-03.4 of the Standard Specifications, the Bond shall further indemnify and hold the Contracting Agency harmless from defects appearing or developing in the material or workmanship provided or G: \ PROJECTS \2006\06106\S PE C S. doc 6-11 1 1 1 1 1 1 1 1 1 1 1 1 1 performed under the Contract within a period of one year after final acceptance by the Contracting Agency. The Contract Bond shall be in the form of the Contract Bond document bound in these Specifications. 1-04 SCOPE OF THE WORK 1-04.1(2) BID ITEMS NOT INCLUDED IN THE PROPOSAL Delete the first paragraph in its entirety and replace it with the following: If work is required to complete the project according to the intent of the Plans and Specifica- tions but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT/APWA Standard) Plans for Road, Bridge, and Municipal Construction. 1-04.4 CHANGES Add the following: No changes in the work covered by the approved Contract Documents shall be made without having prior written or oral (as deemed appropriate due to urgency of change) approval of the Owner. Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination of the following methods - a. Unit bid prices previously approved. b An agreed lump sum. c. The actual costs of: (1) Labor, including foremen; (2) Materials entering permanently into the work; (3) The ownership or rental costs of construction plant and equipment during the time of use on the extra work; (4) Power sand consumable suppliesfor the operation of power equipment; (5) Insurance; (6) Social Security and old age and unemployment contributions. G:\PROJ ECTS\2006\06106\S PECS.doc 6-12 Should authorized changes be made based upon the actual cost of material and labor, the costs thereof and costs allowed for overhead profit, bonds, insurance, etc., shall be determined via SECTION 1-09.6 FORCE ACCOUNT of the Standard Specifications. Delete the last two paragraphs in their entirety and replace with the following: After bid award, the Contractor may submit proposals for changing the Plans, Specifications, or other requirements of the Contract. These proposals must reduce the cost or time required for construction of the project. If determined appropriate by the Contracting Agency, a change order will be executed implementing the proposed change/changes. 1-04.6 VARIATION IN ESTIMATED QUANTITIES Add the following: The quantities of the following Bid Proposal Items are estimates for bidding purposes only. There will be no adjustments in price due to increases or decreases in quantities regardless of the magnitude. The 25 percent provisions of this Section 1-04.6 shall not apply to the Bid items listed below. Payment will be made at the unit contract price for actual quantities of work completed. All Bid Items 1-04.11 FINAL CLEANUP Add the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 1-04.12 WASTE SITE (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: Where there is additional waste excavation in excess of that needed for the project and in excess of that needed for compliance with requests of the Owner, the Contractor shall secure and operate his own waste site at his own expense. The Contractor shall also be required to secure and operate his own waste site at his own expense for the disposal of all unsuitable material, asphalt, concrete, debris, waste material, and any other objectionable material which is directed to waste by the Engineer. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 172-304, Subchapter 461. 1-05 CONTROL OF WORK Add the following: The Contractor's attention is specifically directed to the following provisions of this SECTION 1-05: G:\PROJECTS\2006\06106\SPECS.doc 6-13 1 1 1 1 1 1 1 1 1 1 1 1 1 • SECTION 1-05.4, CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES; paragraphs 3 through 7. • SECTION 1-05 6, INSPECTION OF WORK AND MATERIALS: paragraphs 1, 3, 4, and 5. • SECTION 1-05.13, SUPERINTENDENTS, LABOR, AND EQUIPMENT OF CONTRAC- TOR: paragraphs 2 and 3. Although specific attention is directed to the above sections, it shall not relieve the Contractor from the requirements of the remaining provisions of this section. 1-05.1 AUTHORITY OF THE ENGINEER (******) This section is supplemented with the following: Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a ca se for action for damages. 1-05.3 PLANS AND WORKING DRAWINGS (******) Add the following: A project construction sequence is included in the Appendix of these Specifications and shall be considered part of the Contract Documents. The specifics of the order of work may be at the Contractor's option, but shall closely follow the construction sequence outlined. The Contractor may submit an alternate construction sequence for review and approval prior to construction. Delete the third through fifth paragraphs of Section 1-05.3 of the Standard Specifications and replace them with the following: The submittal of Shop Drawings will not be required for this project, nor will the Engineer review any Shop Drawings submitted by the Contractor. If Shop Drawings are submitted, they will be marked "NOT REVIEWED" and returned to the Contractor. The materials and quality of the final constructed product are shown on the Plans and specified herein. It shall be the Contractor's responsibility to verify all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data to assure all portions of the work are coordinated and completed in compliance with the Plans and Specifications. The Contractor assumes full responsibility for all means, methods, sequences, techniques or procedures of construction, and for safety precautions or programs incidental thereto 1-05.3(1) PROJECT RECORD DRAWINGS (NEW SECTION) (******) The following new section shall bye added to the Standard Specifications: The Contractor shall maintain a neatly marked, full-size set of record drawings showing the final location and layout of all new construction Drawings shall be kept current weekly, with all field instruction, change orders, and construction adjustment. G:\PROJ ECTS\2006\06106\S PECS.doc 6-14 Drawings shall be subject to the inspection of the Engineer at all times. Prior to acceptance of the work, the Contractor shall deliver to the Engineer one set of neatly marked record drawings showing the information required above Requests for partial payment will not be approved if the marked -up prints are not kept current, and request for final payment will not be approved until the marked -up prints are delivered to the Engineer. 1-05.4 CONFORMITY WITH AND DEVIATION FROM PLANS AND STAKES Add the following new sub -section: 1-05.4(1) Roadway and Utility Surveys (October 1, 2005 APWA GSP) The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Offset points to establish line and grade for underground utilities such as water main. 1-05.4(1) ROADWAY AND UTILITY SURVEYS (******) This section is supplemented with the following. The Engineer will establish the line and grade of proposed construction by offset stakes, the centerline for minor structures, and establish bench marks at convenient locations for use by the Contractor. The Contractor shall establish grades from the Engineer's stakes at suitable intervals in accordance with good practice and which meet with the approval of the Engineer. Where any information on the Plans is insufficient for establishing line and/or grade, the Contractor shall request additional information from the Engineer. Where new construction adjoins existing construction, the Contractor shall make such adjustments in grade as are directed by the Engineer. The Engineer will perform all surveying necessary to check compliance with the Specifications and as required for measuring the quantities of work as specified. The Contractor shall furnish assistance to the Engineer in checking depth and measuring quantities for payment purposes. Any charges incurred by the Engineer to replace stakes, markers, and monumentation which were not to be disturbed but were damaged by the Contractor's operations, shall be calculated on an hourly basis at the Engineer's normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time and overtime. The Contractor does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.5 SURVEY MONUMENTS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications. G:\PROJECTS\2006\06106\S PECS.doc 6-15 1 1 1 1 1 1 1 1 1 1 r 1 1 The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any s tuation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensaton for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required 1-05.10(1) GENERAL GUARANTY AND WARRANTY (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: If, within one year after the date of Final Acceptance of the Work by the Contracting Agency, defective and unauthorized work is discovered, the Contractor shall promptly, upon written request by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such work or, if such work has been rejected by the Engineer, remove it from the Project Site and replace it with non -defective and authorized work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written request to correct defective and unauthorized work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized work corrected or rejected, removed, and replaced pursuant to the provisions of SECTION 1-05.7 of these Specifications. The Contractor agrees the above one-year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal G:\PROJECTS\2006\06106\SPECS.doc 6-16 time period set forth in RCW 9.16.040 limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreernent. 1-05.11 FINAL INSPECTION Delete this section and replace it with the following. 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) SUBSTANTIAL COMPLETION DATE When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. Add the following: To be considered substantially complete, the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. 1-05.11(2) FINAL INSPECTION AND PHYSICAL COMPLETION DATE When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. G:\PROJECTS\2006\06106\S PECS.doc 6-17 1 1 1 1 1 1 1 1 1 1 1 If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) OPERATIONAL TESTING (******) It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (October 1, 2005 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.1, the Contracting Agency will take these performance reports into account. 1-05.16 Water and Power (New Section) (October 1, 2005 APWA GSP) Water for construction purposes shall be furnished and applied in accordance with these provisions and SECTION 2-07 of the Standard Specifications modified as follows: Water Supply: Water for use on the projects shall be furnished by the Contracting Agency and the Contractor shall convey the water from the nearest convenient hydrant or other source at his own expense. The hydrants shall be used in accordance with the appropriate Water Department regulations. Measurement and Payment: No separate measurement or payment for water will be made. This pertains to water required for dust control, water settling trenches, and any other water G:\PROJ ECTS\2006\06106\S PECS.doc 6-18 as required by the Contract Documents. All costs for hauling, conveying, and applying water shall be included in the various bid items of the proposal. 1-05.17 Oral Agreements (New Section) (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 TESTING (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: The Contractor shall be responsible for scheduling and paying for all material testing required by these Contract Documents All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with the Specifications. Trench Backfill Copies of moisture -density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses 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 mainline 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. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required trench backfill densities. All trenches shall be backfilled and compacted to at least 95 percent of maximum density as determined by ASTM D 698 (Standard Proctor). Roadway Embankment Copies of the moisture density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. 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 embankment. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Roadway embankment compaction shall be as specified in SECTION 2-03.3(14). Roadway Subgrade Copies of the moisture density curves for each type of material encountered and copies of all test results shall be provided to the Engineer as construction progresses. G:\PROJ ECTS\2006\06106\S PECS.doc 6-19 1 1 1 1 1 1 1 1 1 1 1 1 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 subgrade. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Subgrade compaction shall be as specified for Roadway Embankment. Ballast and Crushed Surfacing Copies of the moisture density curves for each type of material incorporated into the project and copies of all test results shall be provided to the Engineer as construction progresses. 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. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Compaction of ballast and crushed surfacing shall be as specified in SECTION 4-04.3(5). Cement Concrete Curb, Gutter, and Sidewalk A copy of the cement concrete design mix or certification from the concrete supplier that the concrete provided has been prepared to the strength requirement as specified elsewhere in these Specifications. Concrete strength cylinders shall be taken and tested each day, and every fourth truckload of concrete delivered to the job. All testing procedures shall be conducted in accordance with applicable Sections of Division 6-02 of the Standard Specifications. Copies of all test results shall be provided to the Engineer as construction progresses. Asphalt Paving Copies of the maximum Rice density test for each class of asphalt 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 2,500 square feet of surface area for each lift of asphalt pavement. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required subgrade densities. Compaction of asphalt pavement shall be as specified in SECTION 5-04.3(10)B. 1-07 LEGAL RELATIONS AND, RESPONSIBILITIES TO THE PUBLIC 1-07.1 LAWS TO BE OBSERVED (******) Add the following: Amend the second sentence of the first paragraph to read: G: \PROJECTS\200 6\061061 S P E C S. d o c 6-20 The Contractor shall indemnify and save harmless the State (including the Commission, the Secretary, and any agents, officers, and employees) and the Contracting Agency (including any agents, officers, employees, and representatives) against any claims which may arise because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 STATE SALES TAX Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (October 1, 2005 APWA GSP) 1-07.2(1) GENERAL The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28 050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of G \PROJECTS\2006\06106\SPECS.doc 6-21 1 1 1 1 1 1 1 1 1 1 1 Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to he Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) SERVICES The Contractor shall not col ect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 0706.GR1 Permits And Licenses Section 1-07.6 is supplemented with the following: 07061.GRI (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. 1-07.9(5) REQUIRED DOCUMENTS Add the following: G:\PROJECTS\2006\06106\SPECS.doc 6-22 If using the occupation code for wage affidavits and payrolls and if the project involves more than one jurisdictional area, the Contractor shall reference the area just after the occupation code number. For example 10-0010 Yak.E. 1-07.13(3) RELIEF OF RESPONSIBILITY FOR DAMAGE BY PUBLIC TRAFFIC Replace with the following: When it is necessary for public traffic to utilize the street and associated facilities during construction, the Contractor shall be responsible for damages to permanent work. The Contractor shall provide all necessary protection and temporary facilities to accommodate both vehicular and pedestrian traffic during construction. 1-07.17 UTILITIES AND SIMILAR FACILITIES 0717.FR1 (February 5, 2001) Utilities and Similar Facilities Section 1-07.1 is supplemented with the following: 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 number of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: City of Yakima Pacific Power Charter Communications Cascade Natural Gas Qwest Level 3 Communications MCI/world Com Eschelon Telecom/formerly Avista 129 North Second Street, Yakima, WA 98901 500 N Keys Road, Yakima, WA 98901 1005 No 16th Ave., Yakima, WA 98902 P 0 Box 1286, Yakima, WA 98907 8 S. 2nd Avenue, Yakima, WA 98902 Dig Calls Field Engineer (509) 575-6111 (509) 575-3146 (509) 425-9210 (509) 457-5905 (509) 575-7183 1-877-366-8344 (509) 201-0344 1-425-392-6412 Locations and dimensions shown on the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. The Contractor shall call the Utility Notification Center (One Call Center) for field location, not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal holiday. The telephone number for the One Call Center for this project is 1-800-424-5555. If no one -number locator service is available, notice shall be provided individually by the Contractor to those owners known to or suspected of having underground facilities within the area of proposed excavation. 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 existing utility locations, along with familiarizing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along with private contractors working for these organiza- tions, may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. G:\PROJ ECTS\2006\06106\SPECS.doc 6-23 The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Delete this section in its entirety, and replace it with the following: 1-07.18 Public Liability and Property Damage Insurance (October 1, 2005 APWA GSP) 1-07.18(1) GENERAL REQUIREMENTS The Contractor shall obtain and keep in force during the term of the contract and until 30 days after the physical completion date, unless otherwise indicated below, the following insurance with insurance companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. The insurance provided must be with an insurance company with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve the security of the insurance provided, the company, terms and coverage, and the Certificate of Insurance. If any policy is written on a claims made form, the retroactive date shall be prior to or coincident with the effective date of this contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims made form coverage shall be maintained by the Contractor for a minimum of three years following the expiration or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. The policies of insurance shall contain a "cross liability" endorsement substantially as follows: The inclusion of more than one insured under this policy shall not affect the rights of any insured as respects any claim, suit, or judgment made or brought by or for any other insured or by or for any employee of any other insured. This policy shall protect each insured in the same manner as though a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. The policies of insurance for general, automobile, and pollution policies shall be specifically endorsed to name the Contracting Agency and its officers, elected officials, employees, agents and volunteers, and any other entity specifically required by the Contract Provisions, as additional insured(s). In addition, Contractor's insurance shall be primary as respects the Contracting Agency, and any other insurance maintained by the Contracting Agency shall be excess and not contributing insurance with the Contractor's insurance. The Contracting Agency shall be given at least 45 days prior written notice of any cancellation, reduction in coverage, or other material change in any insurance policy. G:\PROJ ECTS\2006\06106\SPECS.doc 6-24 Insurance shall provide coverage to the Contractor, all subcontractors, and the Contracting Agency. The coverage shall protect against claims for personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. Contractor hereby assumes all risk of damage to its property, or injury to its officers, directors, agents, contractors, or invitees, in or about the Property from any cause, and hereby waives all claims against the Contracting Agency. The Contractor further waives, with respect to the Contracting Agency only, its immunity under RCW Title 51, Industrial Insurance. Upon request, the Contractor shall forward to the Contracting Agency the original policy, or endorsement obtained, to a Contractor's policy currently in force. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. 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 shall be incidental to and included in the unit contract prices of the contract and no additional payment will be made. (******) This section is supplemented with the following: Within ten (10) days following contract award or prior to start of construction, whichever comes first, the Contractor shall furnish the Owner a Certificate of Insurance and the additional insured endorsements as evidence of compliance with these requirements. This certificate shall name the City of Yakima, its employees, agents, elected and appointed officials, Huibreqtse, Louman Associates, Inc., and all subcontractors as "additional insureds" and shall stipulate that the policies named thereon cannot be canceled unless at least forty-five (45) days written notice has been given to the Owner. The certificate shall not contain the following or similar wording regarding cancellation notification: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives." 1-07.18(2) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1. A policy of Commercial General Liability Insurance, written on an insurance industry standard occurrence form: (CG 00 01) or equivalent, including all the usual coverage known as: Per project aggregate endorsement (CG2503) Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury GIPROJ ECTS\2006\06106\S PECS.doc 6-25 1 1 1 1 1 1 1 1 1 t 1 1 1 Contractual Liability Independent Contractors Liability Stop Gap or Employers Contingent Liability Explosion, Collapse, or Underground (XCU), (as applicable)* Liquor Liability/Host Liquor Liability (as applicable)* Fire Damage Legal Blasting (as applicable)* * These coverage are only required when the Contractor's work under this agreement includes exposures to which these specified coverage respond. If the contract requires working over water, the following additional coverages are required, if so stated in the Contract Provisions: a. Watercraft, owned and non -owned b. U.S. Harborworkers'/Longshoremen and Jones Act If any structures are involved in the contract, the Contractor shall provide property insurance under an "All Risk Builder's Risk" form in an amount equal to the value of the structure. The structure shall have All Risk Builders Risk Insurance inclusive of earthquake and flood subject to customary industry deductibles. Other additional coverages that may be required will be listed in the Contract Provisions. Such policy(ies) must provide the following minimum limits: Bodily Injury and Property Damage $1,000,000 $1,000,000 $1,000,000 $1,000,000 $ 50,000 General Aggregate Products & Completed Operations Aggregate Personal & Advertising Injury Each Occurrence Fire Damage Stop Gap Employers Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 2. Commercial Automobile Liability: as specified by Insurance Services Office, form number CA 0001, Symbol 1 (any auto), with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" as defined in exclusion 11 of the commercial auto policy are to be transported. Such policy( es) must provide the following minimum limit: Bodily Injury and Property Damage $1,000,000 combined single limit 3. Excess or Umbrella Liability $1 million per occurrence and aggregate 4. A Pollution Liability policy, required if so stated in the Contract Provisions, providing coverage for claims involving remediation, disposal, or other handling of pollutants arising out of: (1) Contractor's operations related to this project; (2) transportation of hazardous materials to or from any site related to this project, including, but not limited to, the project site and any other site, including those owned by the Contractor or for which the Contractor is responsible; and (3) remediation, abatement, repair, maintenance or other work with lead- based paint or materials containing asbestos. G:\PROJECTS\2006\06106\SPECS.doc 6-26 Such Pollution Liability policy shall provide the following minimum coverage for Bodily Injury and Property Damage: $1,000,000 per occurrence 5. Professional Liability: Required if design services are a part of the work, to cover damages resulting from professional errors and omissions Such policy must provide the following minimum coverage: $1,000,000 per claim and annual aggregate. 6. A policy of Worker's Compensation, as required by the Industrial Insurance Laws of the State of Washington. As respects Workers' Compensation insurance in the state of Washington, Contractor shall secure its liability for industrial injury to its employees in accordance with the provisions of RCW Title 51 If Contractor is qualified as a self -insurer in accordance with RCW 51 14, Contractor shall so certify by letter signed by a corporate officer indicating that it is a qualified self insured, and setting forth the limits of any policy of excess insurance covering its employees. 1-07.18(3) SUBCONTRACTORS Contractor shall include all subcontractors as insureds under its policies or shall furnish separate evidence of insurance as stated above for each subcontractor. All coverage for subcontractors shall be subject to all the requirements stated herein and applicable to their profession. 1-07.18(4) EVIDENCE OF INSURANCE 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: 1. An ACORD certificate Form 25-S, showing the insuring company, policy effective dates, limits of liability and the Schedule of Forms and Endorsements. 2. 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. 3. 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." 1-07.18(5) SELF-INSURANCE Should Contractor be self-insured for any liability coverage, a letter from the Corporate Risk Manager, or appropriate Finance Officer, is acceptable—stipulating if actuarially funded and fund limits; plus any excess declaration pages to meet the contract requirements. Further, this letter shall advise how Contractor would protect and defend the Contracting Agency as an Additional Insured in their Self -Insured layer, and include claims -handling directions in the event of a claim. 1-07.18(6) RAILROAD INSURANCE REQUIREMENTS (NEW SECTION) The following new section shall be added to the Standard Specification: See Appendix for Contractor's Right of Entry Agreement Form for additional requirements. Railroad Protective Liability Insurance naming only the Licensor as the Insured with coverage of at least $5,000,000 per occurrence and $10,000,000 in the aggregate. The policy shall be issued on a standard ISO form CG 00 35 10 93 and include the following: G:\PROJECTS\2006\06106\S PECS.doc 6-27 • Endorsed to include the Pollution Exclusion Amendment (ISO form CG 28 31 10 93) • Endorsed to include the Limited Seepage and Pollution Endorsement. • Endorsed to include Evacuation Expense Coverage Endorsement. • No other endorsements restricting coverage may be added. • The original policy must be provided to the Licensor prior to performing any work or services under this Agreement • In lieu of providing a Railroad Protective Liability Policy, Licensee may participate in Licensor's Blanket Railroad Protective Liability Insurance Policy available to Licensee or is contractor. A copy of the application for Blanket Railroad - Protective Liability Insurance is included on the following page. It is anticipated this insurance may cost approximately $1,500.00 per permitted crossing. FOR CONTRACTORS OBTAINING RAILROAD PROTECTIVE INSURANCE A certificate of insurance is required evidencing $5M per occurrence/$10M aggregate general liability coverage including contractual liability with the "work within 50 feet of a railroad" exclusion deleted. The certificate should also evidence the addition of The Burlington Northern and Santa Fe Railway Company, P.O. Box 961073, Ft. Worth, Texas 76161-0073 as an additional insured. Other Requirements: • All policies (applying to coverage listed above) shall contain no exclusion for punitive damages and certificates of insurance shall reflect that no exclusion exists. • The certificate of insurance must reflect waiver of subrogation endorsement. Licensee further waives its right of recovery, and its insurers also waive their right of subrogation against Licensor for loss of its owned or leased property or property under its care, custody or control. • All policies required above (excluding Workers Compensation and if applicable, Railroad Protective) shall include a severability of interest endorsement and shall name Licensor as an additional insured with respect to work performed under this agreement which shall be indicated on the certificate of insurance. 1 Any insurance policy shall be written by a reputable insurance company acceptable to Licensor or with a current Best=s Guide Rating of A- and Class VII or better, and authorized to do business in the state(s) in which the service is to be provided. 1-07.23 PUBLIC CONVENIENCE AND SAFETY 1-07.23(1) Construction Under (October 1, 2005 APWA GSP Revise the second paragraph to Traffic ead: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's Jexpense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following. G:\PROJECTS\2006\06106\SPECS.doc 6-28 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard 2. Keep existing traffic signal and lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. Add the following to the third paragraph: 5. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open. Add the following to the sixth paragraph: 7. Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. Add the following paragraph: It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is re -opened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. 1-07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accornmodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. And add the following to the third paragraph: 5. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open, unless work is occurring immediately in front of the doorway. 6. It shall be the responsibility of the Contractor to maintain pedestrian traffic and business access throughout the duration of the project. Al a minimum, the Contractor shall: a. Minimize the disruption in front of the business access by removing sidewalk on either side of the access and leaving the existing sidewalk in place as long as possible and, G:\PROJECTS\2006\06106\SPECS.doc 6-29 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 likewise, shall sequence the installation of the new sidewalk to provide access to the business; b. Provide gravel surfacing (crushed surfacing top course) access across the construction area to the door of the business; c. Provide boardwalks and bridging where gravel surfacing cannot be provided or, by the nature of the business or where directed by the Engineer, wheeled access by strollers and wheelchairs is critical to the business and cannot be provided through the gravel surfacing; d. Provide temporary sidewalk signs directing pedestrians through the construction, notifying pedestrians of alternative routes, and directing pedestrians to businesses where means of access is not obvious; and e. Adjusting times of construction immediately in front of a business access to times of the day when the business is closed, or business activity is light. For example, construction in front of a deli would be restricted during the lunch hour. f. When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. Add the following to the sixth paragraph: 7. Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. Add the following paragraph: It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer, the City Public Works, and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is reopened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. Add the following: Local access shall be maintained to the residents within the project limits at all times. 0723012.FR1 (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 5 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 on y if the Engineer approves the installation and location. G: \PROJECTS \2 006 \061061 S P E C S. d oc 6-30 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. 1-07.23(3) RAILROAD PROTECTIVE SERVICES (NEW SECTION) Protective services, including railroad flagging and other devices, may be required by the Burlington Northern and Santa Fe Railway Company (BNSF) as a result of the Contractor's operations to protect BNSF's facilities, property, and movement of its trains or engines. Costs incurred by BNSF for providing protective services shall be at the sole expense of the Contractor. The nature and extent of protective services, personnel, and other measures required will, in all cases, be determined by BNSF. Nothing in these specifications will limit in any way BNSF's right to determine and assign the number of men, the classes of men for protective services, nor other protective measures it deems necessary. In General, BNSF will furnish protective services: A. For any excavation below elevation of track subgrade if, in the opinion of BNSF's representative, track or other railroad facilities may be subject to settlement or movement. For all work done over or adjacent to the track if, in the opinion of BNSF's representative, said work represents a hazard to BNSF. B. During any clearing, grubbing, grading, or blasting in proximity to the facilities which, in the opinion of BNSF's representative, may endanger or interfere with railroad facilities or operations. C. When any of the Contractor's operations are carried on within or near railroad right of way and, in the opinion of BNSF's representative, could endanger railroad facilities or create a hazard to railroad operations. Communications Linemen and/or Signalmen may be used to protect communications and signal facilities if deemed necessary by BNSF. For the protection of the property and to ensure the safe operation of trains of BNSF and of other companies lawfully using the track or occupying the right of way of said company, the following terms, together with the other provisions of this Contract, will govern and be binding: 1. All permits and agreements must be in effect, required payments made, and insurance certificates received and approved prior to Contractor entering Railroad right of way. Insurance must remain in effect during the entire project. 2. Contractor must have Railroad approved "Construction Plans" prior to commencing work on a project. No change will be made to "Construction Plans" without approval of all parties involved. Approved revised plan will be furnished to all parties prior to implementation of changes. 3. Pursuant to Federal Regulation, flagging protection is always required when equipment crosses or is working within 25 feet of any live track. When deemed necessary by local Railroad officers, a flagman may be required at all times while working on G:\PROJECTS\2006\06106\S PECS.doc 6-31 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Railroad right of way in high-density rail traffic areas. The Contractor shall notify BNSF a sufficient time in advance whenever he is about to perform work adjacent to the tracks to enable BNSF to provide flagging or other protective service. 4. No construction will be allowed within 15 feet of center of track unless authorized by Railroad's Railmaster and as shown on Plan approved by the Railroad. This includes any excavation, sloipe encroachment, and driving of sheet piles. 5. Absolutely no piling of construction materials or any other material, including dirt, sand, etc., within 15 feet of center of any secondary track (25 feet of main line and siding tracks) or on property of the Railroad not covered by construction easement, lease, or agreement. A 10 -foot clear area on both sides of a main track must remain unobstructed at all times to allow for stopped train inspection. 6. The Contractor shall exercise care in all operations and shall at his or its expense adequately protect the property of BNSF and its appurtenances, property in its custody, or persons lawfully upon its right of way, from damage, destruction, interference, or injury and shall so prosecute the work as not to interfere with BNSF or its appurtenances, or any of BNSF's trains or facilities, and shall complete the work to a condition that shall not interfere with or menace the integrity or safe and successful operations of BNSF or its appurtenances, or any of BNSF's trains or facilities. 7 The Contractor shall not transport any equipment, machinery, or materials across BNSF's tracks, except at a public crossing, without the written consent of BNSF. 8. Crossing of any Railroad tracks must be done at approved locations and must be over full depth timbers, rubber, etc. Any equipment with steel wheels, lugs, or tracks must not cross steel rails without aid of rubber tires or other approved protection. 9. All temporary construction crossings must be covered by a Private Roadway & Crossing Agreement, and must be barricaded when not in use. 10. Contractor must furnish details on how he will perform work that may affect existing drainage and/or possible fouling of track ballast as well as removal of overhead bridges/structures. (Structures and bridge spans over tracks must be removed intact.) 11. BNSF will specify what periods will be allowed the Contractor for executing any part of the work in which BNSF's tracks will be obstructed or made unsafe for operation of railroad traffic 12. With respect to the Contractor's operations in carrying out the work, the Contractor shall employ such watchmen as may be necessary to prevent obstruction of the railroad track and interference with train movements. Such watchmen shall cooperate with BNSF's flagmen or employees to ensure the safety of train movements. 13. In the event an emergency occurs in connection with the work specified, BNSF reserves the right to do any and all work that may be necessary to maintain railroad traffic. If the emergency is caused by the Contractor, the Contractor shall pay BNSF for the cost of such emergency work. 14. No act of BNSF in supervising or approving any work shall reduce or in any way affect the liability of the Contractor for damages, expense, or cost which may result to BNSF from the construction of this project. 1-07.24 Rights of Way (October 1, 2005 APWA GSP) G.\PROJECTS\2006\06106\S PECS.doc 6-32 Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 SAFETY STANDARDS (NEW SECTION) The following new section shall be added to the Standard Specifications: All work shall be performed in accordance with all applicable local, state, and federal health and safety codes, standards, regulations, and/or accepted industry standards. It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any G.\PROJECTS\2006\06106\S PECS.doc 6-33 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 f 1 1 responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1-07.29 NOTIFYING PROPERTY OWNERS (NEW SECTION) (******) The following new section shall be added to the Standard Specifications: When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (October 1, 2005 APWA GSP) 1-08.0(1) Preconstruction Conference (October 1, 2005 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Owner, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial preliminary progress schedule submitted per Section 1-08.3; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. (******) This section is supplemented with the following: All payments for Lump Sum items over $5,000.00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as follows: At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item, except mobilization, or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments. This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1- 08 Prosecution and Progress before the first payment is made. G:\PROJECTS\2006\06106\S PECS.doc 6-34 1-08.0(2) Hours of Work (October 1, 2005 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 - day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8 -hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24- hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. 1-08.0(2) HOURS OF WORK (APWA ONLY) Add the following to the first paragraph: The "Schedule of Working Hours" form bound in the Contract and Related Materials section of these Contract Documents shall be executed by the Contractor prior to construction and shall be discussed at the preconstruction conference to formally establish the normal straight time working hours for the project. Normal working hours shall be limited to 40 hours per week based on the time the Contractor and/or his subcontractors are at the project site. Any time worked beyond the 40 hours per week shall be subject to the reimbursement provisions of SECTION 1- 08.0(3). 1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES (******) Replace with the following: Where the Contractor or any subcontractor elects to work on a Saturday, Sunday, or other holiday or longer than an 8 -hour shift on a regular working day, or during hours other than those described as normal straight time working hours under SECTION 1-08 0(2) HOURS OF WORK, G:\PROJECTS\2006\06106\SPECS.doc 6-35 such work shall be considered as overtime work. On all overtime work a Resident Engineer will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of straight time plus overtime costs for employees and representatives of the Contracting Agency required to work during that time period. The amount shall be calculated on an hourly basis at normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time. The Contractor by these Specifications does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him. 1-08.1 SUBCONTRACTING (******) Add the following: The Contractor shall submit Engineer for review prior to tl G:\PROJECTS\2006\06106\SPECS.doc a "Request to Sublet" form, found on the following page, to the e identified subcontractor beginning any work on the project. 6-36 /4,71Washington State Department of Transportation Request to Sublet Work ❑ Subcontractor ❑ Lower Tier Subcontractor Prime Contractor Federal Employer I.D Number * State Contract Number Job Description (Title) Request Number Approval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor Federal Employer I.D. Number * Address Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor * If no Federal Employer l.D Number, Use Owner's Social Security Number Item No. Partial Item Description Amount I understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed. Prime Contractor Signature Date Department of Transportation Use Only Percent of Total Contract This Request Previous Requests Sublet to Date % ❑ DBE ❑ MBE ❑ WBE Remarks: °A) Project Engineer ❑ Approved Date Approved - Region Construction Engineer (When Required) Date DOT Form 421-012 EF Revised 6/97 Distribution: White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1-08.3 PROGRESS SCHEDULE Delete the first paragraph and replace it with the following: Following Contract award and satisfactory provision or execution of all required Contract Documents, the Engineer will schedule a preconstruction conference at a time mutually agreeable to all concerned. At this conference, all points of the Contract Documents will be open to discussion including scope, order and coordination of work, equipment lead time required, means and methods of construction, inspection and reporting procedures, etc. The Contractor should satisfy himself that all provisions and intentions of the Contract are fully understood. The Contractor shall prepare and submit to the Engineer at the preconstruction conference a Construction Progress and Completion Schedule using a bar graph format. 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 time and time of completion established under the terms of the Contract and shall be subject to 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 bel, 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. Seasonal weather conditions shall be considered in the planning and scheduling of work influenced by high or low ambient temperature or precipitation to ensure the completion of the work within the Contract Time. No time extensions will be granted for the Contractor's failure to take into account such weather conditions for the location of the work and for the period of time in which the work is to be accomplished. Delete the next to the last sentence of the second paragraph. 1-08.4 NOTICE TO PROCEED AND PROSECUTION OF THE WORK (APWA only) SECTION 1-08.4 of the APWA Supplement is replaced with the following: The Engineer will issue a Notice to Proceed after the Contract has been executed and the Contract Bond and evidence of insurances have been approved. The Contractor shall not begin work until the Notice to Proceed has been issued. The Contractor shall not delay the start of construction activities. The Contract time shall begin on the date set forth in the Notice to Proceed or the first day the Contractor begins work, whichever comes first. The work thereafter shall be prosecuted diligently to completion within the Contract Time. Failure of the Contractor to begin work by the date set forth in the Notice to Proceed will be considered grounds for Termination for Default as specified under SECTION 1-08.10(1) of the Standard Specifications. 1-08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Revise this section to read: Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. G:\PROJECTS\2006\06106\SPECS.doc 6-38 The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 1-08.5 TIME FOR COMPLETION (******) 1-08.5 TIME FOR COMPLETION (CONTRACT TIME) Add the following. Sixty-five (65) working days after the date set forth in the NOTICE TO PROCEED shall be allowed for completion of all Contract work. All work involved in the placement of the Historic District base course surfacing and concrete pavers complete and ready to open to traffic shall be completed in 20 working days. Add the following paragraph after the second paragraph: Inclement weather shall not be a prima facie reason for the granting of an extension of time, and the Contractor shall make every effort to continue work under prevailing conditions. The Owner may, however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact occurs, and such shall then be classified as a "delay." An "inclement" weather delay day is defined as a day on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or critical path activity, as determined by the Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation for at least 60 percent of the total daily time being currently spent on the controlling operation or critical path activity. Delete Item f. found in the APWA Supplement. 1-08.5 Time for Completion (October 1, 2005 APWA GSP) Revise the fourth and fifth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. The contract provisions may specify another starting date for contract time, in which case, time will begin on the starting date specified. Each working day shall be charged to the contract as it occurs, beginning on the day after the Notice to Proceed Date, unless otherwise provided in the Contract Provisions, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. G:\PROJ ECTS\2006\06106\SPECS.doc 6-39 Revise the seventh paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance iCertification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as1 DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal -aid Projects) e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 1-08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) GENERAL REQUIREMENTS FOR WEIGHING EQUIPMENT This section is supplemented with the following. Should the Inspector or Material Receiver be unavailable, it shall be the responsibility of the Contractor's project superintendent to collect all said certified tickets for the day and deliver them to the Inspector the morning following the day's construction. The certified tickets shall have project name, date, time, product delivered, gross weight, tare weight, and net weight shown in pounds. Any certified weight tickets submitted later than the morning following the day materials are delivered to the site will not be considered for measurement and payment. 1-09.2(3) SPECIFIC REQUIREMENTS FOR PLATFORM SCALES Add the following: The Contractor will furnish a person, at no cost to the Contracting Agency, who will operate the certified scales while the loading and hauling of materials is in progress. The Contractor shall provide the platform scales and any tickets required for self -printing scales. Certified weight tickets accompanying each truckload of material will be required to be delivered to the Resident Engineer atIthe site Should the Resident Engineer be unavailable, it shall be the responsibility of the Contractor's project superintendent to collect all said certified tickets for the day and deliver them to the Resident Engineer the morning following the day's construction The certified tickets shall have project name, date, time, product delivered, gross weight, tare G:\PROJ ECTS12006\06106\SPECS.doc 6-40 weight, and net weight shown in pounds. Any certified weight tickets submitted later than the morning following the day materials are delivered to the site will not be considered for measurement and payment. 1-09.3 SCOPE OF PAYMENT (******) Add the following: Payment for work performed under this Contract will be based on the items listed in the Bid Schedule. Should a conflict exist between the item descriptions or the units of measurement and payment listed in the Bid Schedule and the "Payment" clauses found in each Section of the Standard Specifications, the Bid Schedule items will prevail. If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-09.4 EQUITABLE ADJUSTMENT Replace Item 2.b. with the following: 2.b. Per Section 1-09.6, Force Account. 1-09.6 FORCE ACCOUNT (October 1, 2005 APWA GSP) Supplement this Section with the following: Owner has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, Owner does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. Add the following clarification: (******) The term "project overhead" shall include "jobsite overhead." The term "general company overhead" shall include "home office overhead." 1-09.7 MOBILIZATION (******) Add the following to the first paragraph: 4. The cost of the project sign(s) shown on the Plans which are required to be installed at the site through the duration of construction. 1-09.9 PAYMENTS (October 1, 2005 APWA GSP) Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made G:\PROJECTS\2006\06106\SPECS.doc 6-41 only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item, or per the Schedule of Values for that item as approve by the Engineer. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents J Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. The Contracting Agency has up to 45 calendar days after the progress estimate to issue the progress payment to the Contractor. 1-09.9 PAYMENTS (******) Add the following: The estimate cutoff date discussed above shall be the last working day of each month. The Contractor shall submit his s gned Application for Payment within 3 working days of the estimate cutoff date. After the application for payment is reviewed by the Engineer, the Engineer will make a recommendation to the Contracting Agency for action at the first available meeting of the governing body that payment be made. Payment to the Contractor will be made within approximately 30 calendar days from said meeting. Failure to submit an Application for Payment within the required time may delay action by the Contracting Agency's governing body and further delay payment to the Contractor. All payments for lump sum items over $5,000.00 or a single payment for a lump sum contract of any amount will be measured by a schedule of values established as follows: At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid item or for the total lump sum contract price showing the amount bid for each principal category of the work, in such detail as requested by the Engineer, to provide a basis for determining progress payments. This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer as described in Section 1-08 Prosecution and Progress before the first payment is made. G:\PROJECTS\2006\06106\S PECS.doc 6-42 1-09.9(1) RETAINAGE (******) Add the following to the fourth paragraph: 5. An affidavit is delivered to the Contracting Agency by the Contractor, stating that all persons performing labor or furnishing materials have been paid. 1-09.9(2) CONTRACTING AGENCY'S RIGHT TO WITHHOLD AND DISBURSE CERTAIN AMOUNTS (NEW SECTION) The following new section shall be added to the Standard Specifications: In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12, and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may be necessary to cover the Contracting Agency's costs for or to remedy the following situations. 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities or municipalities which the Contractor is obligated to pay. 3. Utilizing material, tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5 For overtime work performed by Contracting Agency personnel or its representative, per Section 1-08.0(3). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damage; or b. Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the Work will not be completed within the Contract Time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized work (Section 1- 05.7). d. Failure of the Contractor to furnish a Manufacturer's Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls:, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker's benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. G:\P ROJ ECTS\2006\06106\S PE C S. doc 6-43 The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so, will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the expiration of the 15 -calendar day period: 1. No legal action 2. The Contractor has commenced to resolve the validity of the claims, and has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contact. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. If legal action is instituted to determine the validity of the claims prior to expiration of the 15 - day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties When the conditions 1-7 are resolved or the Contractor provides a Surety Bond satisfactory to the Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall be made for amounts withheld because of them. 1-09.9(3) FINAL PAYMENT (NEW SECTION) (******) The following new section shall be added to the Standard Specifications. Upon completion of all work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained fund, and further provided the terms of SECTION 1-09.9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred, wild the remainder will be released from escrow, or released from the retained funds and paid to The Contractor. On contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39.12.040 certifying that the Contractor and subcontractors have paid not less than the prevailing rate of wages. The parties further agree that the Owner may, without liability, withhold final payment to the Contractor until such time as the Contractor has completed all forms required by the Owner. 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP; may be used on FHWA-funded projects) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR G:\PROJECTS\2006\06106\SPECS.doc 6-44 processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General (October 1, 2005 APWA GSP) Revise the first paragraph 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 way until all necessary signs and traffic control devices are in place, including flaggers. 1002.GR1 Traffic Control Management 1002012.GR1 (August 1, 2004) Section 1-10 2(2) 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 Avenue Kinsgton, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 1-10.2(2) Traffic Control Plans (******) This section is supplemented with the following: The traffic control plans provided in the Plans show a method of handling traffic in the major areas of construction. The Contractor shall be required to prepare additional or supplemental traffic control plans required to complete the work. G:\PROJECTS\2006\06106\SPECS.doc 6-45 The Contractor shall designate a Traffic Control Supervisor who shall prepare, revise, supplement or modify the contract signing plans when needed to show the necessary Class A and B construction signing and barricades, traffic control devices, and traffic flagging operations required for the contractor's operation and submit it to the Engineer for review no later than the preconstruction conference date. When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the WSDOT standard plans or MUTCD without modification, the Contractor may reference the applicable figure or standard plan at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. The signing plans prepared by the Contractor Traffic Control Supervisor shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. All costs incurred by the Contractor in preparation of the Traffic Control Plan, including any revisions required by the Engineer after review, shall be included in the unit contract prices for "Project Temporary Traffic Control," per lump sum. 1-10.4 MEASUREMENT (August 2, 2004) Section 1-10.4(1) is supplemented with the following: The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply. There will be no separate measurement or payment for the Traffic Control Supervisor. All costs associated with the Traffic Control Supervisor shall be included in the unit price for "Project Temporary Traffic Control," per lump sum. 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 DESCRIPTION (******) This section is supplemented with the following: In no case shall the Contractor be required to clear and grub beyond the right of way line, except as specifically directed by the Engineer or noted on the Plans to remove trees, stumps, shrubs, or other items which, by proximity or due to root growth, would constitute a hazard to the public or endanger the facility. The Contractor shall temporarily remove and later replace to its original condition or relocate nearby as directed, all mail boxes, small trees, shrubs, street signs, culverts, irrigation facilities, concrete or rock walls, or other similar obstructions which lie in or near the line of work and are not intended for removal. Should any damage be incurred, the cost of replacement or repair shall be borne by the Contractor. 2-01.3(2) GRUBBING (******) Add the following: The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the G:\PROJECTS\2006\06106\SPECS.doc 6-46 event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense 2-01.3(4) ROADSIDE CLEANUP (******) Add the following: Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 2.01.4 MEASUREMENT (******) This section is supplemented with the following: No unit of measurement shall apply to Roadside Cleanup. 2-01.5 PAYMENT (******) This section is supplemented with the following: Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of SECTION 2-01, including partial roadside cleanup, will be considered as incidental work to the various bid items and no separate payment will be made. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description (******) This section is supplemented with the following• The work described in this section will include but not be limited to: Removal of railroad rails, crossing pads, and ties to be removed as described in the plans. Removal of various waterline facilities, valves, fittings, fire hydrants, and thrust blocks. Saw cutting existing cement and asphalt concrete pavement. 2-02.3(3) REMOVAL OF PAVEMENT, SIDEWALKS, AND CURBS (******) This section is supplemented with the following: Where shown on the Plans or as directed by the Engineer, the Contractor shall be required to remove existing pavement, sidewalks, curbs, loading dock, etc., for the construction of the improvements. Cement Concrete Sidewalk Removal: All final meetlines shall be sawcut if an existing clean construction joint does not exist. The removal of existing street and sidewalk improvements shall be conducted in such a manner as not to damage utilities and any portion of the improvement that is to remain in place. Any deviation in this matter will obligate the Contractor, at no expense to the Contracting Agency, to G:\PROJECTS\2006\06106\S PECS.doc 6-47 repair, replace, or otherwise make proper restoration to the satisfaction of the Engineer. In the event a pavement averages more than the maximum thickness of six (6) inches, an additional payment will be made to cover the extra thickness removed by a proportional conversion into additional square yards. Asphalt Pavement Removal: in those areas where asphalt pavement removal is required, the Contractor shall, prior to excavation, score the edge of the asphalt concrete pavement with an approved pavement cutter such as a concrete saw. During the course of the work, the Contractor shall take precautions to preserve the integrity of th's neat, clean pavement edge. Should the pavement edge be damaged prior to asphalt concrete paving activities, the Contractor shall be required to trim the edge with an approved pavement cutter as directed by the Engineer immediately prior to paving. No separate payment shall be made for saw -cutting pavement. Loading Dock Removal: The existing concrete loading dock at the Hollingberry and Son Building at the Southeast corner of First Avenue and Lincoln Avenue shall be removed for construction of the new water and sewer service line for the BNSF Section House. Before removal of the ramp is started, all fire line connection fittings on the side of the ramp shall be salvaged and reconnected to the dry lines at the building foundation. The Contractor shall use a concrete saw or high-pressure water cutter, rather than an impact hammer device, to remove the concrete ramp. Once the concrete has been cut the ramp shall be broken apart with the use of a hydraulic excavator. Care shall be taken to pull the broken pieces of concrete away from the building. Once the ramp is removed the remaining sliver of conc fete shall be removed from the building using hand tools to ensure the original building is not damaged. Care shall be taken in the use of vibratory compaction equipment including jack hammers within 50 feet of the Hollingberry and Son Building. Contractor shall monitor for 'any damage to building and immediately revise his work methods accordingly. 2-02.5 PAYMENT (******) This section is supplemented with the following: "Asphalt Pavement Removal' per square yard. The unit contract price per square yard for "Asphalt Pavement Removal" shall be full payment for all costs to complete the work specified, including saw cutting pavement to pay limits detailed on the plans, loading, hauling and disposing of asphalt surfacing materials at an approval disposal site. "Loading Dock Removal" per lump sum. The lump sum contract price for "Loading Dock Removal" shall be full payment for all costs to complete the work specified, including saw cutting, demolition of concrete ramp, loading, hauling and disposing of debris at an approval disposal site, salvaging and reinstalling fire connection fittings, and installing traffic bollards were directed by engineer. "Cement Concrete Sidewalk Removal" per square yard. The unit contract price per square yard for "Cement Concrete Sidewalk Removal" shall be full payment for all costs to complete the work specified, including saw cutting concrete sidewalks or concrete curb and gutter where required or directed, loading, hauling and disposing of concrete materials at an approval disposal site. G:\PROJECTS\2006\06106\SPECS.doc 6-48 Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of SECTION 2-02 including sawcutting will be considered as incidental work to the various bid items and no separate payment will be made. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.1 Description Add the following: Sidewalk excavation shall consist of removing the existing material of whatever nature encountered to the subgrade elevation and shaping the subgrade to conform to the cross- section shown on the Plans or as staked in the field. Where directed by the Engineer, the Contractor shall excavate beyond the right of way in order to adequately slope adjacent properties. No additional compensation will be made for excavating outside the right of way. 2-03.3(3) Excavation Below Grade Add the following: At the direction of the Engineer, areas within the sidewalk subgrade which exhibit instability due to high moisture content shall be: 1. Aerated and allowed to dry, 2. Over -excavated and backfilled with suitable project excavation, 3. Or a combination of any of the above. No separate compensation will be made for any equipment, tools, materials, or labor required to perform this work. 2-03.3 Construction Requirements This section is supplemented with the following• Asphalt Pavement Removal in the Historic District where new Cement Concrete Pavers will be placed involves the removal of a pavement section consisting of 2 to 3 inches of ACP over a 4 inch thick brick paver, 1 inch of bedding sand and 3-4 inches of unreinforced cement concrete. Contractor shall salvage approximately 1000 SF of clean existing brick pavers for reuse in the construction of the bump out sidewalk area at the intersection of the Front Street and 'A' Street. Excess whole salvaged brick pavers shall be delivered to the City of Yakima Shops 2301 Fruitvale Blvd.,Yakima, WA 98902. Contractor shall dispose of all remaining brick pavers. 2-03.3(7) Disposal of Surplus Materials 2-03.3(7)A General Add the following: Excavated material shall be bladed or hauled to fill low sections within the project area, except for sod or extraneous material, which shall be hauled to waste. A waste site has not been provided by the Contracting Agency for disposal of unsuitable material, asphalt, concrete, debris, waste material, or any other objectionable material which is directed to waste by the Engineer. G:\PROJECTS\2006\06106\SPECS.doc 6-49 The Contractor shall comp y with the requests of the Contracting Agency for placement and compaction of excess excavated material back of new curb, as directed by the Engineer. Suitable materials from the excavations shall be used in the embankments. Unsuitable material or soft spots shall be removed from the roadway and replaced with suitable material and compacted as for embankments. Topsoil shall be saved to use for backfill adjacent to the new improvements. If additional topsoil is required, it shall be provided in accordance with SECTION 8-01 of these Special Provisions. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 173-304, Subchapter 461. 2-03.3(14)C Compacting Earth Embankments Compacting embankments and excavations shall be by Method "B" as specified under SECTION 2- 03.3(14)C of the Standard Specifications. 2-03.3(14)D Compaction and Moisture Control Tests Section 2-03.3(14)D of the Standard Specifications shall be revised as follows: Compaction shall be 95% of maximum density as determined by ASTM D 698 (Standard Proctor). The Contractor shall notify the Engineer when ready for in-place subgrade density tests. All costs associated with testing shall be the responsibility of the Contractor. Placement of courses of aggregate shall not proceed until density requirements are met. 2-03.5 Payment This section is supplemented with the following: "Unclassified Excavation Including Haul" per cubic yard. The unit contract price per cubic yard for "Unclassified Excavation Including Haul" shall be full payment for all costs incurred for excavating , loading, disposing of excess materials including existing brick pavers, bedding sand, and cement concrete base, and salvaging brick pavers to be used for construction of bump out sidewalk area. 2-07 WATERING 2-07.1 DESCRIPTION This section is supplemented wit the following: The Contractor shall be soliely responsible for dust control on this project and shall protect motoring public, adjacent homes and businesses, orchards, crops, and school yards from damage due to dust, by whatever means necessary. The Contractor shall be responsible for any claims for damages and shall protect the Contracting Agency, Yakima County, and the Engineer from any and all such claims. Water will be furnished by the City without charge to Contractor. The Contractor shall convey the water from the nearest hydrant or other source at his own expense. Water shall be used only from metered hydrant connections. Contractor shall contact City Water Division to obtain meter. G:\PROJECTS\2006\06106\S PECS.doc 6-50 When directed by the Engineer, the Contractor shall provide water for dust control within two hours of such order and have equipment and manpower available at all times including weekends and holidays to respond to orders for dust control measures. 2-09 STRUCTURE EXCAVATION 2-09.4 MEASUREMENT Delete paragraph two under the Horizontal Limits section and the second sentence under the Shoring or Extra Excavation section. Section 2-09.4 is supplemented as follows: 111 1 1 1 "Shoring or Extra Excavation," per linear foot, shall be measured along the centerline of the trench or excavation. 2-09.5 PAYMENT Section 2-09.5 is supplemented as follows: Delete "Shoring or Extra Excavation, Class B", per square foot, and add "Shoring or Extra Excavation", per linear foot. The unit price bid for "Shoring or Extra Excavation," per linear foot, shall be full pay for all excavation, backfill, haul, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. 2-11 TRIMMING & CLEANUP 2-11.5 Payment (******) This section is supplemented with the following When the contract does not include trimming and cleanup as a pay item, performing this work shall be incidental to construction and all costs shall be included in other pay items. 3-01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3-01.2 MATERIAL SOURCES, GENERAL REQUIREMENTS (******) This section is supplemented with the following: No source has been provided for any aggregate or dirt or other materials necessary for the construction of this project. The Contractor shall make his own arrangements to obtain the necessary materials at his own expense, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved. G.\PROJ ECTS\2006\06106\SPECS.doc 6-51 1 1 1 1 1 1 1 1 1 1 1 3-02 STOCKPILING AGGREGATES 3-02.2(2) STOCKPILE SITE PROVIDED BY CONTRACTOR This section is supplemented with the following: If the sources of materials provided by the Contractor necessitate hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3(5) SHAPING AND COMPACTION (******) This section is supplemented wit the following: The Contractor shall notify the Engineer when he is ready for base course, or top course density tests. All costs associated with testing shall be the responsibility of the Contractor. Placement of successive courses of aggregate or asphalt concrete shall not proceed until density require- ments are met. 5-04 HOT MIX ASPHALT 5-04.2 MATERIALS (******) This section is supplemented with the following: The grade of asphalt binder that shall be used for this project is: PG 64-28. 5-04.3(2) HAULING EQUIPMENT (******) This section is supplemented with the following: Sufficient numbers of trucks shall be provided by the Contractor to assure a continuous paving operation at proper HMA mix temperatures. Paving operations shall not proceed until hauling equipment sufficient to assure continuous operations is provided. 5-04.3(3) HMA PAVERS (******) This section is supplemented with the following: The HMA paver that is utilized on this project shall be capable of spreading and finishing courses of HMA plant mix in a width from centerline of the roadway to the edge of the roadway or gutter in a single pass. 5-04.3(5)A PREPARATION OF (******) EXISTING SURFACE This section is supplemented with the following: The Contractor will be required to patch existing asphalt pavement street surfaces which are to remain, where utility trenches were excavated and backfilled prior to or along with this project. Trench patching with Hot Mix Asphalt (HMA) shall be completed within three (3) days of backfilling, and all patch joints shall be sealed per 5-04.3(5)E. G:\PROJECTS\2006\06106\S P E C S. doc 6-52 No impact tools or pavement breakers can be used for cutting trench crossings of existing pavement. Trench crossing of existing pavement shall be vertically sawcut as directed by the Engineer. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel rutting conditions shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(5)E PAVEMENT REPAIR General (******) This section is supplemented with the following: After the completion of trench and patch repairs, the Contractor shall seal the joints with CSS -1 and concrete sand. The cost of sealing shall be included in the unit contract price for HMA Cl. 3/8 -inch. 5-04.3(7)A MIX DESIGN General (******) This section is supplemented with the following: The Contractor may submit for acceptance an approved WSDOT mix design for the class of HMA specified in the contract if the mix design has been approved within the previous twelve month period using aggregate and asphalt binder from the same sources. The Contractor shall provide the mix design to the Engineer at least fifteen (15) working days prior to any paving. Delete Paragraph 1 in Subsection 2 Statistical or Nonstatistical Evaluation. The Contractor shall be responsible for the verification of the mix design. 5-04.3(8)A ACCEPTANCE SAMPLING AND TESTING — HMA MIXTURE (******) Subsection 1 is deleted and replaced with the following: 1. General. Acceptance of HMA shall be as provided under Nonstatistical or Commercial evaluation. 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 Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of Nonstatistical evaluation. Commercial HMA can be used for patching utility or conduit trenches less than 24 inches in width. 5. Test Results. Paragraph 1 is deleted and replaced with the following; Payment will be made on the basis of the unit contract price for HMA for all HMA accepted on the project. HMA not meeting the quality requirements of the Contract shall be rejected. 5-04.3(9) SPREADING AND FINISHING (******) Section 5-04.3(9) of the Standard Specifications is revised with the following: Unless otherwise approved by the Engineer, the nominal compacted depth of any layer of HMA shall not exceed 0.25 feet. G:\PROJECTS\2006\06106\S PECS.doc 6-53 1 1 1 1 1 1 1 1 i i 1 1 1 1 1 5-04.3(10) COMPACTION 5-04.3(10)B CONTROL (******) Section 5-04.3(10)B CONTROL following: of the Special Provisions shall be deleted and replaced with the Each course of asphalt concrete pavement shall be compacted to a minimum of 91% of theoretical maximum Rice dnsity, ASTM 2041. 5-04.3(11) REJECT HMA (******) This section is supplemented with the following: Delete all references to Combined Pay Factor (CPF). Payment will be made on the basis of the unit contract price for HMA Cl. 3/8 -inch for all HMA accepted on the project. HMA not meeting the quality requirements of the Contract shall be rejected. 5-04.3(13) SURFACE SMOOTHNESS (******) This section is supplemented with the following: Where directed by the Engineer, the Contractor shall feather the HMA pavement in a manner to produce a smooth -riding connection to the existing pavement. HMA CI 3/8 -inch shall be utilized in the construction of the feathered connections to existing pavement. All costs and expenses in connection with providing, placing material, and feathering the asphalt concrete pavement shall be paid for as the unit contract price per ton for "HMA Cl. 3/8 -inch PG 64-28." All utility appurtenances such as manhole covers and valve boxes shall be adjusted to finished grade in accordance with the procedure in Section 7-05.3(1). 5-04.3(15) HMA ROAD APPROACHES (******) This section is supplemented with the following: Any portion of the existing driveway (road approach) beyond the construction limits that is damaged by the Contractor's operations shall be replaced in kind at his expense to the satisfaction of the Engineer. Grades from the edge of pavement to existing driveways (road approaches) shall be constructed to provide safe ingress and egress and shall be constructed of materials in kind, as shown on the plans, or as otherwise directed by the Engineer. All transitions to existing asphalt concrete and cement concrete driveways, curb, asphalt thickened edge for gutter, and walkways shall be vertically sawcut at least two (2) inches with straight, uniform edges. Existing asphalt pavement may be cut with a wheel, provided the wheel cut is full depth and no damage occurs to the pavement which is to remain. 5-04.3(17) PAVING UNDER TRAFFIC (******) This section is supplemented with the following: G:\PROJECTS\2006\06106\SPECS.doc 6-54 Delete the following in paragraph 5: "except the costs of temporary pavement markings". 5-04.3(19) SEALING OF PAVEMENT SURFACES (******) This section is supplemented with the following: Revise the first sentence to read: "The Contractor shall apply a fog seal to all travel lanes and allow it to cure prior to opening the lane to traffic, when the weaving course is placed after October 1 and before April 1." Add the following: The cost of providing and applying the fog seal shall be incidental to the unit contract price per ton for HMA Cl. 3/8 -inch PG 64-28. 5-04.3(21) ASPHALT BINDER REVISION (******) Section 5-04.3(21) is deleted. 5-04.5 PAYMENT (******) This section is supplemented with the following: The unit price bid for "HMA for Pavement Repair Cl. 3/8" PG 64-28," per square yard shall be full compensation for all labor, tools, equipment, and materials necessary to provide pavement repair at the end of each working day as shown on the Plans and as specified. All costs for "Sawcutting Asphalt Pavement" or "Sawcutting Cement Concrete", including labor and equipment, associated with cutting asphalt pavement or cement concrete shall be considered incidental and included in the unit contract price of other work items. The following sections are deleted: 1 1 1 1 1 1 1 1 1 5-04.5(1) Quality Assurance Price Adjustment 5-04.5(1)A Price Adjustment for Quality of HMA 5-04.5(1)B Price Adjustment for Quality of HMA Compaction 5-06 INTERLOCKING CONCRETE PAVERS (NEW SECTION) PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Interlocking Concrete Paver Units 2. Bedding and Joint Sand 3. Edge Restraints 1.02 REFERENCES A. American Society for Testing and Materials (ASTM) B Interlocking Concrete Pavement Institute (ICPI) G:\PROJECTS\2006\06106\S PECS.doc 6-55 1 1 1 1 1.03 SUBMITTALS A. In accordance with Conditions of the Contract and Division 1 Submittal Procedures Section. B. Manufacturer's drawing and details: Indicate perimeter conditions, relationship to adjoining materials and assemblies, expansion and control joints, concrete paver layout, patterns, color arrangement, instal ation, and setting details. C. Sieve analysis per (ASTM C 136) for grading of bedding and joint sand. D. Concrete pavers: 1. (Four) representative full-size samples of each paver type, thickness, color, and finish that indicate the range of color variation and texture expected in the finished installation. Color(s)�selected by Owner from manufacturer's available colors 2. Accepted samples become the standard of acceptance for the work. 3 Manufacturer's certification of concrete pavers by ICPI as having met applicable ASTM standards. 4. Manufacturer's catalog product data, installation instructions, and material safety data sheets for the safe handling of the specified materials and products. E. Paver Installation Subcontractor: 1. A copy of Subcontractor's current certificate from the Interlocking Concrete Pavement Institute Concrete Paver Installer Certification program. 2. Job references from projects of a similar size and complexity. Provide Owner/Client/General Contractor names, mailing address, phone, fax, and email address. 1.04 QUALITY ASSURANCE A. Paving Subcontractor Qualifications: 1. Utilize an installer having successfully completed concrete paver installation similar in design, material, and extent indicated on this project. 2. Utilize an installer holding a current certificate from Interlocking Concrete Pavement Institute Concrete Paver Installer Certification program. B Mock -Ups: 1. Install a 10 ft x 10 ft paver area. 2. Use this area to determine surcharge of the bedding sand layer, joint sizes, lines, laying pattern(s), color(s), and texture of the job. 3 This area will be used as the standard by which the work will be judged. 4. Subject to acceptance by Owner, mock-up may be retained as part of finished work. 5. If mock-up is not retained, remove and properly dispose of mock-up. 1.05 DELIVERY, STORAGE & HANDLING A. General: Comply with Division 1 Product Requirement Section. B. Comply with manufacturer's ordering instructions and lead-time requirement to avoid construction delays. C. Deliver: Deliver materials in manufacturer's original, unopened, undamaged container packaging with identification labels intact. G:\PROJECTS\2006106106\SPECS doc 6-56 1. Coordinate delivery and paving schedule to minimize interference with normal use of building adjacent to paving. 2. Deliver concrete pavers to the site in steel banded, plastic banded or plastic wrapped packaging capable of transfer by fork lift or clamp lift. 3. Unload pavers at job site in such a manner that no damage occurs to the product. D. Storage and Protection: Store materials protected such that they are kept free from mud, dirt, and other foreign materials Store concrete paver cleaners and sealers per manufacturer's instructions. 1. Cover bedding sand and joint sand with waterproof covering, if needed, to prevent exposure to rainfall or removal by wind. Secure the covering in place. 1.06 PROJECT/SITE CONDITIONS A. Environmental Requirements: 1. Do not install sand or pavers during heavy rain or snowfall. 2. Do not install sand or pavers over frozen base materials. 3. Do not install frozen sand or saturated sand. 4 Do not install concrete pavers on frozen or saturated sand. 1.07 MAINTENANCE A. Extra Materials: Provide 100 S.F additions material for use by Owner for maintenance and repair. PART 2 PRODUCTS 2.01 INTERLOCKING CONCRETE PAVERS A. Suggested Manufacturers: Willamette Graystone, Wood Village, Oregon, (503) 669-7612 Western Interlock, Rickreall, Oregon, 1-800-627-3153 or equal B. Interlocking Concrete Paver Units, including the following: 1. Paver Type: Holland Stone, 7 12/16" x 3 7/8" x 3 1/8" a. Material Standard: Comply with material standards set forth in ASTM C 936. b. Color and finish. To be determined by Owner c. Color Pigment Material Standard Comply with ASTM C 979. d. Concrete pavers shall have spacers bars on each unit. Note: For ASTM C 946 use the following material characteristics: e. Average Compressive Strength: 8000 psi with no individual unit under 7200 psi. f. Average Water Absorption (ASTM C 140): 5% with no unit greater than 7%. g. Freeze/Thaw Resistance (ASTM C 67): Resistant to 50 freeze/thaw cycles with no greater than 1 % loss of material. Freeze -thaw resting requirements shall be waived for applications not exposed to freezing conditions. 2.02 PRODUCT SUBSTITUTIONS A. Substitutions: No substitutions of type of pavers permitted G:\PROJ ECTS12006\06106\SPECS.doc 6-57 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 2.03 BEDDING AND JOINT SAND A.Provide bedding and joint, sand as follows: 1 1. Clean, non -plastic, free from deleterious or foreign matter, symmetrically shaped, natural or manufactured from crushed rock. 2. Do not use limestone screenings, or stone dust, or sand for the bedding sand material that does not conform to the grading requirements of ASTM C 33. 3. Do not use mason sand, or sand conforming to ASTM C 144 for the bedding sand. 4. Utilize sands that are as hard as practically available. 5. Sieve according to ASTM C 136. 6. Bedding Sand Material Requirements: Conform to the grading requirements of ASTM C 33 with modifications as shown in Table 1 TABLE 1 GRADING REQUIREMENT FOR BEDDING SAND ASTM C 33 Sieve Size Percent Passing 3/8 inch 100 No. 4 95-100 No.18 80-100 No. 16 50-85 No. 30 25-60 No. 50 5-30 No. 1100 0-10 No. 200 1 7. Joint Sand Material Requirements: Conform to the grading requirements of ASTM C 144 with modifications as shown in Table 2. TABLE 2 GRADING REQUIREMENT FOR BEDDING SAND ASTM C 144 Sieve Size 1 Natural Sand Percent Passing Manufactured Sand Percent Passing No. 4 (4.75) 100 100 No. 8 (2.36) I 95-100 95-100 No. 16 (1.18) 70-100 70-100 No. 30 (0.600) 40-75 40-100 No. 50 (0.300) ! 10-35 20-40 No. 100 (0 150) 2-15 10-25 No. 200 (0.075) 0-1 0-10 G:\PROJECTS12006\06106\SPECS.doc 6-58 2.04 EDGE RESTRAINTS A. Provide cast -in-place edge restraints installed where shown on the Plans. 1. Material: Concrete. 2. Material Standard: Concrete shall be Class 4000, air entrained per Section 6-02 of Standard Specifications. If extruded, use 3/4" max. aggregate size. 2.05 ACCESSORIES A. Provide accessory materials as follows: 1. Geotextile Fabric: a. Material Type and Description: Construction Geotextile for Underground Drainage, Moderate Survivability, Class C. 2. Joint Sand Stabilizers a. Seal joint sand with joint sand stabilizers per manufacturer's recommendations. PART 3 EXECUTION 3.01 ACCEPTABLE INSTALLERS A. See 1.04 Quality Assurance. 3.02 EXAMINATION A. Acceptance of Site Verification of Conditions: 1. General Contractor shall inspect, accept and certify in writing to the Owner that site conditions meet specifications for the following items prior to installation of interlocking concrete pavers. a. Prior to screeding the bedding sand, the recommended base surface tolerance shall be ± 3/8 in. (10 mm) over a 10 ft. (3 m) straight edge. b. The elevations and surface tolerance of the base determine the final surface elevations of concrete pavers. The paver installation contractor shall not correct deficiencies in the base surface with additional bedding sand or by other means. c Verify that base materials, thickness, compaction, surface tolerances and elevations conform to specified requirements. d. Provide written density test results for soil subgrade, (aggregate) base materials to the Owner. e. Verify location, type, and elevations of edge restraints, concrete collars around utility structures, and drainage inlets. 2. Do not proceed with installation of bedding sand and interlocking concrete pavers until subgrade soil and base conditions are corrected by the Contractor. 3.03 INSTALLATION A. Spread bedding sand evenly over the base course and screed to a nominal 1 in. (25 mm) thickness, not exceeding 1 1/2 inc. (40 mm) thickness. Spread bedding sand evenly over the base course and screed rails, using the rails and/or edge restraints to produce a nominal 1 in. (25 mm) thickness, allowing for specified variation in the base surface. G:\PROJ E CTS\2006\06106\S P E C S.doc 6-59 1. Do not disturb screeded sand. 2. Screeded area shall not substantially exceed that which is covered by pavers in one day. 3. Do not use bedding sand to fill depressions in the base surface. B. Lay pavers in pattern(s) shown on drawings. Place units hand -tight without using hammers. Make horizontal adjustments to placement of laid pavers with rubbers hammers as required. Contact manufacturer of interlocking concrete paver units for recommended joint widths. C Provide joints between pavers between 1/16 in. and 3/16 in. (2 and 5 mm) wide. No more than 5% of the joints shall exceed 1/4 in. (6 mm) wide to achieve straight bond lines. D. Joint (bond) lines shall not deviate more than 1/2 in (15 mm) over 50 ft. (15 m) from string lines. E. Fill gaps at the edges of the paved area with cut pavers or edge units. F. Cut pavers to be placed along the edge with a double -blade paver splitter or masonry saw. G. Adjust bond pattern at pavement edges such that cutting of edge pavers is minimized. All cut pavers expose to vehicular tires shall be no smaller than one-third of a whole paver. Cut pavers at edges as indicated on the drawings. H. Keep skid steer and forklift equipment off newly laid pavers that have not received initial compaction and joint sand. Use a low -amplitude compactor capable of at least minimum of 5,000 lbf at a frequency of 75 to 100 Hhz to vibrate the pavers into the sand. Remove any cracked or damaged pavers and replace with new units. J. Simultaneously spread, sweep and compact dry joint sand into joints continuously until full. This will require at least 4 to 6 passes with a plate compactor. Do not compact within 6 ft. of unrestrained edges of paving units. K. All work within 6 ft. of the laying face shall be left fully compacted with sand -filled joints at the end of each day or compacted upon acceptance of the work. Cover the laying face or any incomplete areas with plastic sheets overnight if not closed with cut and compacted pavers with joint sand to preventiexposed bedding sand from becoming saturated from rainfall. L Remove excess sand from surface when installation is complete. M. Surface shall be broom clean after removal of excess joint sand. 3.05 FIELD QUALITY CONTROL A. The final surface tolerance from grade elevations shall not deviate more than 3/8 in. under a 10 ft. straightedge. B. Check final surface elevations for conformance to drawings. 1. For installations on a compacted aggregate base and soil subgrade, the top surface of the pavers may be 1/8 in. to 1/4 in. above the final elevations after compaction. This helps compensate for possible minor settling normal to pavements. C. The surface elevation of pavers shall 1/8 in. to 1/4 in. above adjacent drainage inlets, concrete collars or concrete gutters and edge restraints. G:\PROJECTS\2006\06106\S PECS.doc 6-60 D. Lippage: No greater than 1/8 in. difference in height between adjacent pavers. 1 3.06 JOINT SAND STABILIZATION A. Apply joint sand stabilization materials between concrete pavers in accordance with the 1 manufacturer's written recommendations. 3.07 PROTECTION A. After work in this section is complete, the Contractor shall be responsible for protecting work from damage due to subsequent construction activity on the site. 5-06.12 Measurement Concrete unit pavers shall be measured by the square foot. 5-06.13 Payment "Concrete Unit Paver", per square foot. Payment shall be full compensation for all costs necessary to furnish all labor, materials, tools, and equipment for the completion of the concrete unit pavers as specified. The compaction of subgrade, bedding sand, jointing sand, geotextile fabric, paver sealer, and efflorescence remover shall be considered incidental to the cost for the contract bid item, "Concrete Unit Paver" 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.2 MATERIALS Section 7-05.2 of the Standard Specifications shall be revised as follows: Drain Rock: Drain rock shall be as specified in Section 9-03.12(5) of the Standard Specifications. Manhole Metal Castings: All cast iron frames and covers shall be as specified in SECTION 9- 05.15(1) of the Standard Specifications. All cast iron frames and covers to be used on this project shall be of the type, weight, and size approved by the City of Yakima, and shall be furnished by the Contractor. Covers for domestic water shall be stamped "WATER." Covers for sanitary sewer shall be stamped "SEWER." Covers for storm drain shall be stamped "DRAIN." Precast Concrete Catch Basin: Catch basins shall be constructed as shown on the detail sheet of the Plans. Catch Basin Metal Castings: All frames and grates shall be capable of withstanding, with a reasonable margin of safety, a concentrated load of 20,000 pounds and shall be as specified in SECTION 9-05.15(2) of the Standard Specifications. The grate shall be ductile iron and "bicycle safe." The contact surfaces of the frame and grate shall be machine finished to a common plane and shall be so cast as to prevent rocking. Frames and grates shall be Inland Foundry Co., Inc., No. 433 Round Base, 20" x 24" or approved equal. 7-05.3(1) ADJUSTING MANHOLES AND CATCH BASINS TO GRADE (******) This section is supplemented with the following: G:\PROJECTS\2006\06106\S PE C S. doc 6-61 1 1 1 1 1 1 1 1 1 1 1 Manholes, water valve boxes, catch basins and similar utility appurtenances and structures shall not be adjusted until the Asphalt pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of frame plus 2 feet. The frame shall be placed on cement concrete blocks or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class I3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1'/2 inches below the finished pavement surface. On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. HMA CL 3/8" shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. Utility structures outside paved areas shall be adjusted to match the finish grade of the area surrounding the structure. The Contractor shall form an area a minimum of one foot outside the edges of the structure one foot deep, and pour and finish neatly with Class 3000 concrete to match the slope and grade of the adjacent area. The utility lid shall be cleaned of all concrete prior to acceptance. 7-09 PIPE AND FITTINGS FORIWATER MAIN 7-09.2 MATERIALS (******) Section 7-09.2 shall be revised as follows: Ductile Iron Water Main Pipe Ductile iron pipe shall conform with the requirements of SECTION 9-30.1(1) of the Standard Specifications except that it shall be Standard Thickness Class 52. Ductile iron pipe shall be cement -mortar lined and shall conform to ANSI A-21.11 and shall be U.S. Tyton joint pipe of approved equal. Rubber ring gaskets shall conform to ANSI A-21.11. All cast iron fittings and flanged ductile iron fittings shall be Class 250 and all ductile iron mechanical joint fittings shall be Class 350 conforming to ANSI/AWWA C110/A-21.10 and ANSI/AWWA C153 A-21.53. Mortar lining shall be same thickness as for pipe. Where called for on the Plans, restrained joint pipe shall be supplied with U.S. Pipe Field Lok gaskets, or approved equal. All mechanical joints shall be supplied with Romac "Grip Ring" follower gland assembly. Pipe Zone bedding material shall imported gravel backfill material meeting the requirements of SECTION 9-03.12(3), or as approved by the Engineer. Connection Couplings: Couplings for DI pipe shall be ductile iron, mechanical joint long pattern solid sleeves conforming to SECTION 9-30.2(7) of the Standard Specifications. Imported Select Backfill, where directed by the Engineer, shall be crushed gravel, placed and compacted in layers. The crushed gravel bedding shall conform to crushed surfacing base course meeting the requirements of Section 9-03 9(3), or as approved by the Engineer. 7-09.3(10) BACKFILLING TRENCHES This section is supplemented with the following: (******) GAPROJECTS P E C S. d oc 6-62 Street crossing trenches and other locations as directed by the Engineer shall be backfilled for the full depth of the trench (above the pipe zone bedding) with imported Select Backfill. Imported backfill as directed by the Engineer shall be crushed gravel, placed and compacted in layers and shall conform to crushed surfacing base course meeting the requirements of Section 9-03.9(3) of the Standard Specifications. 7-09.3(11) COMPACTION OF BACKFILL Delete the first paragraph and this section is supplemented with the following: Mechanical compaction shall be required for all trenches. The Contractor is hereby cautioned that time extensions shall not be granted due to unstable trench backfill conditions caused by excessive watering. The Contractor shall be responsible for correcting such conditions caused by his own construction activities. The density of the compacted material shall be at least 95% of the maximum density as determined by ASTM D 698 Tests (Standard Proctor). The Contractor shall notify the Engineer when they are ready for in-place density tests of the trench line. Density tests shall be taken at various depths in the trench. The Contractor shall provide a backhoe and operator for the excavation and backfill of test holes. The cost of the backhoe and operator shall be considered incidental. Placement of courses of aggregate shall not proceed until density requirements have been met. The first 500 feet of trench backfill operations shall be considered a test section for the Contractor to demonstrate his backfilling and compaction techniques. The Contractor shall notify the Engineer at least 3 working days prior to beginning trench excavation and backfill operations and shall arrange for in-place density tests to be taken on the completed test section in accordance with the above requirements. No further trenching will be allowed until the specified density is achieved in the test section. Passing in-place density tests in the test section will not relieve the Contractor from achieving the specified densities throughout the project. 7-09.3(19)A CONNECTIONS TO EXISTING MAINS (******) This section is supplemented with the following: No connections to existing mains are allowed until new mains have been flushed, chlorinated, pressure tested and accepted. No public water valves shall be opened or closed by anyone but the City of Yakima Water/Irrigation Division staff. The Contractor shall coordinate existing valve operation with the City by contacting Alvie Maxey at 575-6196 a minimum of 48 hours prior to work requiring valve operation. In no case shall any existing water main be closed for a period of greater than eight (8) hours, or as otherwise approved by the City. The Contractor shall provide references to the Engineer demonstrating his or his subcontractor's experience at installing tapping sleeves and the City Water Division will use this information in its decision to approve the Contractor for installing tapping sleeves. Mechanical joints at all fittings and valves shall be connected with a ROMAC "Grip Ring" or an approved equivalent restraint device. 7-09.3(23) HYDROSTATIC PRESSURE TEST (******) This section is supplemented with the following: Replace the first sentence with: G:\PROJ ECTS\2006\06106\SPECS.doc 6-63 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 All water mains and appurtenances shall be tested under a hydrostatic pressure of 180 psi. 7-09.4 MEASUREMENT (******) This section is supplemented with the following. There will be no separate measurement or payment for dewatering operations by the Contractor. All costs associated with dewatering operations shall be included in the various bid items associated with the work. The length and depth of "Select Backfill, as Directed" shall be field measured by the Engineer. The trench width payment line limit for "Select Backfill, as Directed" shall be as shown on the Plans. No measurement or payment will be made for excavation or backfill material beyond the payment line limit. 7-09.5 PAYMENT (******) This section is supplemented with the following: Revise the second paragraph under Item 1 to read as follows: The unit contract price per linear foot for each size of "-Inch _Water Main and Fittings, in Place," shall be full pay for fall work to complete the installation of the water main and fittings including, but not limited to, trench excavation of all materials regardless of the nature, trench dewatering, bedding, imported pipe bedding material in the pipe zone, laying and jointing pipe and fittings, concrete thrust blocking, backfilling, compaction, testing, flushing, disinfecting the pipeline, and cleanup. The unit contract price per linear foot for each size of "-Inch Restrained Joint Water Main and Fittings, in Place," shall be full pay for all work to complete the installation of the water main and fittings including, but not limited to, trench excavation of all materials regardless of the nature, trench dewatering, bedding, imported pipe bedding material in the pipe zone, laying and jointing pipe and fittings, concrete thrust blocking, backfilling, compaction, testing, flushing, disinfecting the pipeline, and cleanup. Payment for all pipe items shall be made as follows: 75% of the unit bid price for materials and initial installation; the next 15% of the unit bid price upon the successful completion of density testing; and the final 10% of the unit bid price upon the completion of pipe testing, including hydrostatic, and bacteriological. The unit price bid for "Shoring or Extra Excavation," per linear foot, shall be full compensation for all labor, tools, equipment, and materials necessary to furnish and install shoring or over - excavate on trenches exceeding four (4) feet in depth, per SECTION 2-09 of the Standard Specifications and applicable amendments Payment for "Select Backfill, as Directed" will be made at the unit bid price per Ton, which shall be full compensation for furnishing, hauling, placing, and compacting the material where directed by the Engineer 7-12 VALVES FOR WATER MAINS 7-12.2 MATERIALS (******) This section is supplemented with the following: The following materials are required on this project: G:\PROJECTS\2006\06106\SPECS.doc 6-64 Gate Valves: All gate valves size 2 -inch through 10 -inch shall be resilient seated gate valves conforming to the latest AWWA Standard C 509. Valves shall be Mueller, Clow, or M&H. All gate valves 3 -inch and larger shall have mechanical joint connections as shown on the Plans, non -rising stems, open counterclockwise, and shall be provided with a 2 -inch square operating nut. Stuffing box shall be 0 -ring type. Two-inch valves shall have screw type end connections and be non -rising stem with 2 -inch operating nut. Butterfly Valves: Butterfly valves, 12 -inch and larger, shall be suitable for direct burial and shall conform to the latest AWWA Standard C 504. Approved manufacturers are: Pratt, Mueller and M&H. Valves shall have mechanical joint connections as shown on the Plans and shall be of the same size as the line on which they are located. Valve shafts shall be a one-piece unit extending full size through the valve disc and valve bearings, with minimum shaft diameter as specified in AWWA C 504 Class 150B. Valve operators shall be worm gear type, sealed, gasketed, and lubricated for underground service. All valves shall open counter -clockwise and shall be provided with a 2 -inch operating nut, unless otherwise specified. Tapping Sleeve: Tapping sleeves shall be manufactured by Romac SST, SSTIII or FTS420. Stainless steel bolts shall be provided for all tapping sleeves. Check Valves: Hydraulically operated check valves shall be CLA-VAL Model 81-02, or approved equal. Valves shall be Globe, Class 150, Flanged, stainless steel trim, epoxy coated, with position indicator. Pilot system shall have isolation valves. Air/Vacuum Valves: Air/Vacuum valves shall be VALMATIC 202C or approved equal. Valve Boxes: The top section of the valve boxes shall be Rich Model 940-B, or approved equal, 18 inches high. The bottom section shall be a Rich Model R-36, or equal, 36 inches high; extension sections shall be Rich Model 044, or equal, 12 inches high. 7-12.3 CONSTRUCTION REQUIREMENTS This section is supplemented with the following: Add the following to SECTION 7-12.3 of the Standard Specifications: Valves: Upon completion of all work in connection with this Contract, the Contractor shall coordinate with the City to open all valves involved in this work and the Engineer so notified. Valve Boxes: Valve boxes should be set to position during backfilling operations so they will be in a vertically centered alignment to the valve operating stem. The top of the box will be at final grade. Adjustment to Grade: The Contractor shall adjust all water valve boxes to the final grade of the surrounding area including new concrete sidewalk, asphalt pavement, gravel surfacing, or topsoil surfacing. In asphalt concrete areas, water valve boxes shall be adjusted to grade in accordance with the procedure outlined in Section 7-05.3(1) of these Special Provisions. G:\P R OJ E CT S\2006\06106\S PEC S. doc 6-65 The Contractor shall keep the valve boxes free from debris caused by the construction activities. All valve boxes will be inspected during final walk-thru to verify that the valve box is plumb and that the valve wrench can be placed on the operating nut. 7-12.5 PAYMENT This section is supplemented with the following: The unit price bid per each for "=Inch _Valve and Valve Box," shall be full pay for all work to furnish and install the valve complete in place on the water main, including excavation, dewatering, existing pipe removal, bedding, jointing and laying, concrete blocking, painting, disinfecting, hydrostatic testing, backfill, compaction, valve nut extension, valve box, and final adjustment to finish grade. The unit price bid per each for "=Inch x =Inch Tap, Tapping Sleeve, and Valve," shall be full compensation for all labor, tools, equipment, and materials necessary to furnish and install the tapping assembly, including, but not necessarily limited to, tapping sleeve and valve, tapping of water main, excavation, trench dewatering, connection to existing piping, existing pipe dewatering, miscellaneous pipe and fittings for pipe dewatering, backfill, and compaction, as shown on the Plans and specified. This item also includes removal of all installed items where designated temporary on the Plans. 7-14 HYDRANTS 7-14.2 MATERIALS (******) This section is revised to read: Fire hydrants shall be M&H Model 929 or approved equal. 7-14.3(1) SETTING HYDRANTS Supplement this section with the following: The hydrant shall be set to the correct elevation on a concrete block base 12" x12" x 6" thick, which has been placed on undisturbed earth. Around the base of the hydrant, the Contractor shall place 0.25 C.Y. of drain rock ranging in size from 3/4 -inch to 1 1/2 -inch, said drain rock being for the purpose of allowing free drainage of the hydrant. 7-14.3(2) HYDRANT CONNECTIONS Revise this section is revised to read: Hydrants shall be connected to the main with 6 -inch ductile iron pipe unless otherwise specified. Each hydrant lateral shall include an auxiliary resilient seat gate valve and valve box located 2.5 feet from the main. 7-14.3(2) A HYDRANT RESTRAINT Revise this section as follows: Delete second sentence and replace with the following: All hydrants shall be connected to the water main, auxiliary valve and hydrant with ROMAC "Grip Ring" with accessory pack per manufacturer's printed specifications and instructions, or G 1PROJECTS\2006\06106\SPECS.doc 6-66 approved equivalent. Where the distance between the auxiliary valve and fire hydrant is greater than one full length of pipe, a restraint gasket shall be used as described in 7-09.2. 7-14.5 PAYMENT This section is supplemented with the following: "Hydrant Assembly," per each. The unit price bid for " Hydrant Assembly," per each, shall be full compensation for all labor, tools, equipment, and materials necessary to complete this item in place including excavation, trench dewatering, fire hydrant, Storz coupling, new vertical length extension as approved, new concrete block base, gravel, concrete thrust blocking, painting and other items required for complete and operational hydrant assembly. "Reconnect Existing Hydrant" per each. The unit price bid for "Reconnect Existing Hydrant" per each, shall be full compensation for all labor, tools, equipment, and materials necessary to complete this item in place including excavation, trench dewatering, valve and valve box, pipe connecting the existing hydrant to the new gate valve, and other items required for complete and operational existing hydrant assembly. "Fire Hydrant Guard Post" per each. The unit price bid for "Fire Hydrant Guard Post," per each, shall be full compensation for all labor, tools, equipment, and materials necessary to complete this item in place including excavation, painting, and other items required as detailed. 7-15 SERVICE CONNECTIONS 7-15.2 MATERIALS Revise this section to read: Service Line. Per Section 9-30.6(3)A or Crosslinked Polyethylene Tubing, ANSI/APWA C904-06, ASTM 877-89, Wirsbo-Pex or approved equivalent with 16 gauge insulated solid copper tracing wire strapped to tubing and connected to corporation cock and new meter set. Water Meters: All water meters to be supplied and installed by the City of Yakima. 7-15.3 CONSTRUCTION REQUIREMENTS Revise this Section as follows: Change the minimum of depth of cover in the first sentence of the second paragraph to 4.5 feet. 7-17 SANITARY SEWERS 7-17.1 DESCRIPTION This section is supplemented with the following: G:\PROJ ECTS\2006\06106\S PECS.doc 6-67 1 1 1 1 1 1 1 1 1 1 1 1 1 1 This work shall include the necessary bypass of the existing sewer main and manholes for the rehabilitation and restoration of said sanitary sewer main and manholes; remove and dispose of existing sanitary sewer main. The Contractor shall provide all materials and equipment necessary to safely and adequately bypass individual sections of the sanitary sewer system to allow cleaning, preparation, installation, inspection and testing of proposed improvements. 7-17.3 CONSTRUCTION REQUIREMENTS This section is supplemented with the following: The Contractor is responsible to provide a bypass schedule for approval by the Engineer 48 hours, excluding weekends, prior to scheduling work in a particular section. Special attention shall be paid to any bypass of the sanitary sewer system that occurs across North Front Street as indicated on the plans. The Contractor shall maintain at least one lane of traffic on North Front Street at all times with the required maintenance and protection of traffic as specified in section 1-10. It is recommended that this bypass occur during off peak traffic hours inclusive of weekends. The Contractor shall prepare a bypass plan showing the proposed location, method, material, capacity, scheduling and traffic control for the North Front Street bypass to be included in the Contractor project schedule package to be submitted at the preconstruction meeting. As part of the construction of the new sewer main along Lincoln Avenue from North Front Street to North 1st Street, the Contractor shall arrange to have two Department of Ecology (D.O.E.) monitoring wells decommissioned. Details of the wells are included in the Appendix of these special provisions. Sealing of the wells shall be performed by a licensed well driller and the work done per D.O.E. Standards (WAC 173-160-381). 7-17.4 MEASUREMENT This section is supplemented with the following: No specific unit of measurement will apply for the lump sum item of sanitary sewer bypass. The Removal and Disposal of Existing Sanitary Sewer Main shall be measured by the lineal foot. 1 Decommission Monitoring Wi Il shall be per each. I 7-17.5 PAYMENT This section is supplemented with the following: Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal. "Sanitary Sewer Bypass", Lump sum The lump sum contract price for "Sanitary Sewer bypass" shall be full pay for performing all work as specified and approved by the Engineer. "Removal and Disposal of Existing Sanitary Sewer Main", per lineal foot. The lineal foot contract price for "Removal and Disposal of Existing Sanitary Sewer Main" shall be full pay for performing all work including structure excavation below new sewer trench excavation, demolition, loading, hauling and disposal of material. G:\PROJECTS\2006\06106\SPECS.doc 6-68 "Decommission Monitoring Well" per each. Backfill shall be paid for under the contract item, "Select Backfill, As Directed". 7-20 CURED IN PLACE PIPE (CIPP) (New Section) 7-20.1 DESCRIPTION This work shall consist of the rehabilitation of existing sewer lines by the installation of a resin - impregnated flexible tube. When cured, the finished pipe will be continuous and formed to the original conduit in accordance with the standard plans and these specifications. 7-20.2 MATERIALS Materials shall meet the requirements of ASTM F1216 and ASTM F1743, which are made a part hereof by such reference and shall be the latest edition and revision thereof. ASTM F1216 and ASTM F1743 shall govern when this specification does not address installation methods and materials. If there is a conflict between ASTM F1216 ASTM F1743 and this specification, this specification will govern. Tube - The material shall meet the requirements of ASTM F1216, Section 5.1 The tube shall be fabricated to a size that when installed will form to the internal circumference and length of the original pipe. Allowance should be made for circumferential stretching during inversion. The outside layer of the tube (before inversion) shall be plastic coated with a transparent flexible material that is compatible with the resin system used. The plastic coating shall not be subject to delamination after cure. The tube shall contain no intermediate or encapsulated elastomeric layers. No materials shall be included in the tube that is subject to delamination in the cured tube. Resin - The resin system shall meet the requirements of ASTM F1216, Section 5.2. The technology will have the capability to both change wall thickness for variations in design considerations and conform to the irregular circumferences within the designated sewers. 1 1 1 1 1 1 1 1 1 1 1 1 1 7-20.3 CONSTRUCTION REQUIREMENTS The Contractor shall schedule the installation of the CIPP during evening hours to minimize 1 sewer bypass loading. 7-20.3(1) STRUCTURAL REQUIREMENTS The CIPP shall be designed as per ASTM F1216, Appendix X1, with the following additional requirements. 1 1 The CIPP design shall assume no bonding to the original pipe wall. External Hydrostatic Design - Acceptable third party testing and verification of the enhancement factor, K, (equation 1 -ASTM F1216) shall be submitted prior to award. G:\PROJECTS\2006\06106\SPECS.doc 6-69 1 External Buckling Design - Acceptable third party testing and verification of design analysis techniques (ASTM F1216, Section X1.2.2) shall be submitted prior to award. This testing requirement can be accomplished with soil box testing. The bond between tube layers shall be strong and uniform. All layers, after cure, must form one homogeneous structural pipe;wall with no part of the tube left unsaturated by resin. 7-20.3(2) TEST REQUIREMENTS Chemical Resistance - The F1216, Appendix X2. CIPP shall meet the chemical resistance requirements of ASTM Long -Term Reduction in Physical Properties - Long-term creep data in accordance with ASTM D2990 shall be submitted prior to award Duration of creep testing shall be a minimum of 10,000 hours. Hydraulic Capacity — The hydraulic diameter shall be maintained as large as possible. The CIPP shall have as a minimum the full flow capacity of the original pipe before rehabilitation. Calculated capacities may be derived using a commonly accepted roughness coefficient for the original pipe material. A typical roughness coefficient for the CIPP technology utilized shall be as verified by third party test data. Field Samples - To verify past performance, the manufacturer shall submit a minimum of 15 test results from previous field installations of the same resin system and tube materials as proposed for the actual installation. These test results must verify that the physical properties specified in section 4.2 of this specification have been achieved in previous field applications. 7-20.3(3) INSTALLATION Cleaning of Sewer lines: The Contractor shall remove all internal debris out of the sewer line that will interfere with the installation of CIPP. Bypassing Sewage: The Contractor shall provide for the flow of sewage around the section or sections of pipe designated for repair. Plugging the line at an existing upstream manhole or providing a temporary opening in the upstream line, and pumping the flow into a downstream manhole or adjacent system ishall make the bypass. The pump(s) and bypass line(s) shall be of adequate capacity to accommodate the sewage flow. The Contractor shall submit a detail of the bypass plan for the City review. CIPP installation shall be in additional requirements: ccordance with ASTM F1216 and ASTM F1743, with the following Resin Impregnation - The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. A vacuum impregnation process shall be used. A roller system shall be used to uniformly distribute the resin throughout the tube. Service Reconnections - After the new pipe has been cured in place, the contractor shall reconnect the existing active service connections as designated by the owner. This shall generally be done without excavation, and in the case of non -man entry pipes, from the interior of the pipeline by means of a television camera and a cutting device that re-establishes the service connection. G:\PROJECTS\2006\06106\SPECS.doc 6-70 7-20.3(4) INSPECTION Leakage testing of the resin -impregnated flexible tube shall be accomplished during cure while under a positive head. Visual inspection of the finished resin -impregnated flexible tube shall be in accordance with ASTM F1216, section 8.4. 7-20.3(5) WARRANTY The contractor shall make all necessary repairs and replacements to remedy, in a manner satisfactory to the engineer and at no cost to owner, any and all defects, breaks, or failures of the work occurring with one (1) year following the date of acceptance of the work due to: Faulty or inadequate materials or workmanship, and for damage or disturbances to other improvements under, within, or adjacent to the work, whether or not caused by settling, washing, or slipping, when such damage or disturbance is caused, in whole or in part, from activities of the contractor in performing his duties and obligations under this contract. When such defects or damage occur, within the time period described herein before, in any part of the surface or subsurface work done under the contract, or in any adjacent surface or subsurface improvements not included in the work under the contract, the contractor shall repair the same and the one-year warranty period required shall, with relation to such required repair, be extended one year from the date of completion of such repair. 7-20.4 MEASUREMENT The Length of Cured in Place Pipe (CIPP) will be the number of linear foot of CIPP completed and tested and will be measured along the existing pipe through inlets and manholes. 7-20.5 PAYMENT 1 1 1 1 1 1 1 1 1 1 Payment will be made in accordance with section 1-04.1, for each of the following bid items that are included in the proposal: "Cured in Place Pipe Rehabilitation 8 In. Diam.", per linear foot. Payment for cleaning and preparation for CIPP installation and providing for two side sewer internal reconnects shall be incidental to the work of installing the CIPP. Payment for sanitary sewer bypass of the existing pipe during cleaning, preparation, installation, inspection and testing of said CIPP shall be per section 7-17.5. 8-02 ROADSIDE RESTORATION 8-02.1 Description This section is supplemented with the following: The work shall include installation of a banner strain pole, in accordance with these Specifications and as shown in the Plans or as directed by the Engineer. 8-02.3 Construction Requirements 8-02.3(22) Banner Strain Pole New Section 8-02.3(22) is added: G:\PROJECTS\2006\06106\S PE C S. doc 6-71 1 1 1 1 1 1 1 1 Banner Strain Pole shall be provided by the City of Yakima at no cost to the Contractor. The Contractor shall make arrangements with the City to pick up the pole from the City's storage yard and transport it to the jobsite. Construction of the foundation for the Banner Strain Pole shall be done as detailed in the plans. Contractor shall install suspension cable attachments and cable as detailed in the plans to the new strain pole and the existing strain pole on the opposite side of 'A' Street. The existing strain pole shall be rotated 90 degrees to allow installation of cable attachments. Cable attachment hardware shall include galvanized forged eye bolts w/shoulder nut, 1" x 6" long, safe working load of 10,00 lbs., 1/2" diam. galvanized strand wire rope, min breaking strength of 25,000 lbs, asI detailed in the plans. 8-02.5 Payment Section 8-02.5 is supplemented with the following: "Banner Strain Pole Installation" per each. The unit contract price per each for "Banner Strain Pole Installation" shall full pay for all costs necessary for a complete installation as detailed in the plans including excavation for the foundation, construction of foundation, hauling and erecting pole in-place, adjustment of existing strain pole, installation of suspension cables and attachments, and other related work described herein. 8-03 IRRIGATION SYSTEMS 8-03.3 Construction Requirements This section shall be supplemented with the follow: The Plans included the general location of a new 3/4" or 1" irrigation water service and a schematic of the required items necessary between the City's new service meter and the connection to the existing or future irrigation system. The Contractor shall prepare a plan drawing of the various irrigation items from the City water meter to the connection point. This drawing shall note the sizes and products to be used. This plan drawing shall be submitted to the Engineer for his review and approval before any materials are ordered. 8-03.3(12) Cross Connection Control Device Installation This section is supplemented with the following: City of Yakima Irrigation Installation Specifications Below surface installation requirements for irrigation sprinkler systems shall utilize a double check valve assembly for backflow prevention: 1" Size Devices: Minimum vault size shall be two (2) jumbo Ametec meter boxes, 1 right side up, 1 upside down or approved equal. Vault, lid shall be galvanized steel with bolt down security feature. The assembly requires 12 inches of clearance from the wall of the vault to the test cocks. If the test cocks are located on top of the assembly, the 12 -inch clearance remains in effect to allow for repair of the device. Additionally, the assembly requires 12 inches of clearance under the device. The assembly shall be installed with two (2) schedule 80 PVC unions to allow for G:\PROJECTS\2006\06106\S PECS.doc 6-72 removal of the device in the winter An approved stop and drain valve (Hays Nuseal or Mueller Mark II Oriseal) shall be installed between the assembly and the meter at a depth of five (5) feet ( if installed within twenty (20) feet of the meter); and must also be installed within five (5) feet of the approved backflow assembly to effectively drain for winter. 8-03.5 Payment (******) 1 1 This section is supplemented with the following: In. Diam., Irrigation Service Connection and Fittings, in Place", per each. The unit price bid for "= In. Diam , Irrigation Service Connection and Fittings, in Place", per each, shall include all labor, materials, tools, and equipment costs including excavation, compaction, adjustment of junction boxes to final grade, double check valve assembly, quick coupler and manual shut off valve as detailed in the plans. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.3(1) CEMENT CONCRETE CURBS, GUTTERS, AND SPILLWAYS (******) This section is supplemented with the following: Cement concrete traffic curb and gutter constructed on this project shall be as shown on the Detail Sheet of the Plans. Full Height or "Barrier" cement concrete traffic curb and gutter as shown on the Detail Sheet shall be used on the roadway as shown on the Plans. Depressed or "Driveway" cement concrete traffic curb and gutter as shown on the Detail Sheet shall be used at all driveway and wheelchair ramp locations as shown on the Plans and as directed in the field by the Engineer. Cement concrete curb and gutter which does not comply with the section details on the Plans shall be removed and replaced at the Contractor's expense. A template shall be required to be placed at the back of curb for construction of driveway transitions from Barrier to Driveway curb and gutter. The template shall extend from the bottom of curb to the top of the curb, and shall have a minimum length of 8 feet, with the 6 - foot long transition centered in the template. The Contractor shall also be required to use a template at the back of Driveway/Depressed curb and gutter to ensure a straight and uniform back of curb in conformance with the Details. The new concrete curb and gutter shall be cured in accordance with SECTION 5-05.3(13)B of the Standard Specifications Application of the curing compound shall be in accordance with the manufacturer's recommendations. First-class workmanship and finish will be required on all portions of concrete curb and gutter work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the judgment of the Engineer. The Contractor shall be required to construct a minimum 20 linear foot section of curb and gutter which demonstrates quality which is acceptable by the Owner and Engineer. This "model" section will be referenced during construction for comparison to newly poured curb. If at any time it is found that quality is unacceptable, work shall be immediately stopped, and no additional curb and gutter shall be placed. Cement concrete curb and gutter which does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate first-class workmanship and finish, shall be removed and replaced at the Contractor's expense. Should the Contractor's equipment or methods be unable to produce curb and gutter meeting the requirements of the Details and Specifications, no further curb and gutter construction will be allowed until corrections have been made to said equipment or methods. G:\PROJECTS\2006\06106\S PECS.doc 6-73 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 8-04.5 PAYMENT (******) This section is supplemented with the following: The unit price bid for "Cement Concrete Traffic Curb and Gutter," per linear foot, shall include steel reinforcement in driveway or catch basins sections. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3(3) PLACING AND FINISHING CONCRETE This section is supplemented with the following: All sidewalks not located in driveway entrance areas shall be four (4) inches in thickness. All concrete approaches located behind a Depressed curb and gutter section shall be six (6) inches in thickness. Sidewalks shall be marked across the entire width every five (5) feet and with preformed asphalt impregnated joint fillers 3/8 -inch thick every twenty (20) feet. Concrete sidewalk shall be cured in accordance with SECTION 5-05.3(13)A of the Standard Specifications. Application of the curing compound shall be in accordance with the manufacturer's recommendations. Failure to properly secure or seal the cement concrete sidewalk will require the Contractor to remove and replace the sidewalk section at his expense. First-class workmanship ands finish will be required on all portions of cement concrete sidewalk work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the judgment of the Engineer. If at any time it is found that quality is unacceptable, work shall be immediately stopped, and no additional sidewalk shall be placed. Cement concrete sidewalk which does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate first-class workmanship and finish, shall be removed and replaced at the Contractor's expense. Should the Contractor's equipment or methods be unable to produce sidewalk meeting the requirements of the Details and Specifications, no further sidewalk construction will be allowed until corrections have been made to said equipment. ADA Pavers to be used in the ADA curb ramp construction shall be supplied by Masons Supply Company, Woodinville, WA 425-487-6161. Contractor shall provide the Engineer color samples for final selection prior to them being ordered by the Contractor. ADA pavers shall be installed per manufacturer's recommendations. 8-14.3(4) Construction Joints The Contractor shall provide construction joints as detailed on the plans, where it is necessary to stage the forming of sidewalk work in order to maintain access to adjoining businesses as long as possible. 8-14.3(5) Adjustment of Utility Boxes All existing and new utility boxes located or to be located in the finish sidewalk areas shall be adjusted and supported to be flush with the finish grade of the new sidewalk prior to the sidewalk concrete is placed around them. 8-14.5 Payment Change second paragraph to read. G:\PROJECTS\2006\06106\SPECS.doc 6-74 The unit price bid for "Cement Concrete Sidewalk, -Inch Thick," per square yard, shall be full compensation for all labor, tools, equipment, materials, excavation to subgrade, subgrade compaction crushed surfacing top course under sidewalk, adjustments of utility boxes and other incidental costs required to construct sidewalk as shown on the Plans and specified herein. The unit price bid for " Replace or Modify Curb Ramp," per each, shall be full compensation for all labor, tools, equipment, materials, including ADA paver panels, expansion joints, adjustments of utility boxes and other incidental costs required to construct the sidewalk ramps as shown on the Plans and specified herein. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes This Section shall be supplemented with the following: All Junction Boxes Type 1 and 2, and other access boxes to be cast into the sidewalks shall be constructed of polymer concrete gray in color, reinforced by a heavy -weave fiberglass. Covers shall be rated for a minimum surface load of 15,000 lbs. and the boxes shall be rated for a minimum of 8,000 psi over a 10" square area. Material compressive strength should be no less than 11,000 psi. Covers shall have a minimum coefficient of friction of 0.5 and have the logo "Illumination" on it. Boxes shall be supplied by the Strongwell Corp., TN (800) 346-062 or approved equal. 8-20.3(5) Conduits Contractor shall furnish and install two (2), 2 -inch PVC conduits from the existing junction box at the SE corner of the intersection of 1st Avenue and MLK Jr. Blvd. to the existing junction box at the SW corner of 1st Street and MLK Jr. Blvd as shown on the plans. New Type 1 junction boxes (4) shall be furnished and installed on the ends of the conduits either side of the railroad tracks and the Front Street crossing. All labor, tools, materials and equipment necessary to complete the installation of the conduit and junction boxes shall be included in the unit contract price for the contract bid item, "2 -In. PVC Conduit" per linear foot. 8-20.3(13) A Light Standards Where shown on the plans the existing street light standard and luminaire shall be removed, salvaged and delivered to the City of Yakima Shops, 2317 Fruitvale Blvd., Yakima, WA. The foundation, conduits and conductors to these street lights shall be removed and disposed of. Removal, demolitions of foundations etc., salvaging and delivery of this street light to the City of Yakima shall be incidental to the contract item, "Remove Existing Street Light" per each. Where shown on the plans the existing street light standard and luminaire shall be removed from its foundation and relocated to a new location on a new foundation base. Existing conductors shall be re-routed from existing junction box to a new junction box and the light reconnected to the existing power circuit. The new foundation, conduits and junction boxes shall be constructed as detailed in the plans. All labor, tools, materials and equipment necessary to complete the relocation of this existing street light shall included in the contract bid item, " Relocate Existing Street Light" per each. Where shown on the plans the existing street light standard and luminaire shall be removed, salvaged and delivered to the City of Yakima Shops, 2317 Fruitvale Blvd., Yakima, WA. The foundation to these street lights shall be removed and disposed of. The junction box, conduits and conductors shall be retained and conduit and conductors shall be furnished and installed to edge of the Right of Way where a new timber street light shall be installed as detailed on the plans. All labor, tools, materials and equipment necessary to complete the installation of additional conduit, junction G:\PROJECTS\2006\06106\S PECS.doc 6-75 boxes, conductors and new timber street light pole, arm and luminaire complete shall be included in the contract bid item, "Temporary Timber Street Light" per each. STANDARD PLANS April 2, 2007 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 07-008, effective April 2, 2007 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-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. D -la Sheet 2& D -lb Sheet 2 Reinforcing Steel Bar marked "R1" (see lower left corner): the dimension 1' - 2 1/2" is revised to 1' - 0 1/2". G -8g Sheet 1 In the ELEVATION views, in the labels LOWER SIGN POST SUPPORT: the parenthetical specification "12 GAGE" is revised to "7 GAGE". 1-10 In NOTE 1: the reference to Standard Specification 8-01.3(5)A is revised to Standard Specification 8-01 3(6)A. The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-1 10/24/06 A-3 5/30/02 A-6 2/24/03 A-2 12/20/06 A-5 2/24/03 A-7 10/04/05 B-5 20-00 6/01/06 B-30.50-00 6/01/06 B-75.20-00.... B-75.20-00.....6/01/06 B-5 40-00 6/01/06 B-30.70-00 6/01/06 B-75.50-00 6/08/06 B-5.60-00 6/01/06 B-30.80-00 6/08/06 B-75.60-00 6/08/06 B-10.20-00 6/01/06 B-30.90-00 6/08/06 B-80.20-00 6/08/06 B-10.40-00 6/01/06 B-35.20-00 6/08/06 B-80.40-00 6/01/06 B-10.60-00 6/08/06 B-35.40-00 6/08/06 B-82.20-00 6/01/06 B-15.20-00 6/01/06 B-40.20-00 6/01/06 B-85.10-00.... ...6/01 /06 B-15.40-00. 6/01/06 B-40.40-00 6/01/06 B-85.20-00 6/01/06 B-15.60-00 6/01/06 B-45.20-00 ........ 6/01/06 B-85.30-00 ..... 6/01/06 B-20.20-01 11/21/06 B-45.40-00 6/01/06 B-85.40-00 6/08/06 G:\PROJECTS\2006\06106\SPECS.doc 6-76 B-20.40-01 11/21/06 B-50 20-00 ......... 6/01/06 B-85.50-00 6/08/06 B-20.60-01 11/21/06 B-55.20-00 6/01/06 B-90.10-00 6/08/06 B-25.20-00 6/08/06 B-60.20-00 6/08/06 B-90.20-00 6/08/06 B-25.60-00 6/01/06 B-60.40-00 6/01/06 B-90.30-00 6/08/06 B-30.10-00 6/08/06 B-65.20-00 6/01/06 B-90.40-00 6/08/06 B-30.20-01 11/21/06 B-65.40-00 ......... 6/01/06 B-90.50-00.......6/08/06 B-30.30-00 6/01/06 B-70.20-00 . 6/01/06 B-95.20-00 6/08/06 B-30 40-00 6/01/06 B-70.60-00 6/01/06 B-95.40-00 6/08/06 C-1 2/06/07 C -3b .10/04/05 0-13 4/16/99 C -1a 7/31/98 C -3c 6/21/06 C -13a 4/16/99 C-1 b 10/31/03 C -3d 3/03/05 C -13b 4/16/99 C -lc 5/30/97 C-4 2/21/07 C -14a 7/26/02 0-1d 10/31/03 C -4a 2/21/07 C -14b 7/26/02 C-2 1/06/00 C -4b 6/08/06 C -14c 7/26/02 C -2a 6/21/06 C -4e 2/20/03 C -14d 7/26/02 C -2b 6/21/06 C -4f 6/30/04 C -14e 7/26/02 C -2c 6/21/06 C-5 10/31/03 C -14f 9/02/05 C -2d 6/21/06 C-6 5/30/97 C -14g 11/21/06 C -2e 6/21/06 C -6a 3/14/97 C -14h 1/11/06 C -2f 3/14/97 C -6c ...1/06/00 C -14i 12/02/03 C -2g 7/27/01 C -6d 5/30/97 C -14j 12/02/03 C -2h 3/28/97 C -6f 7/25/97 C -14k 1/11/06 0-21 3/28/97 C-7 10/31/03 C -16a 11/08/05 0-2j 6/12/98 C -7a 10/31/03 C -16b 11/08/05 C -2k 7/27/01 0-8 4/27/04 0-20.14-00 2/06/07 C -2n 7/27/01 C -8a 7/25/97 C-20.40-00......2/06/07 C -2o 7/13/01 C -8b 1/11/06 0-22.40-00 2/06/07 C -2p 10/31/03 C -8e .. 2/21/07 C-23.60-00 2/06/07 C -2q 3/03/05 C -8f 6/30/04 C-25.18-00......2/06/07 C -2r 3/03/05 0-10 7/31/98 0-25.20-00 2/06/07 C -2s 3/03/05 0-11 5/20/04 0-25.22-00 2/21/07 C -2t 3/03/05 0-11 a 5/20/04 0-28.40-00 2/06/07 0-3 10/04/05 0-11 b 5/20/04 C -3a 10/04/05 0-12 7/27/01 D-1 a ................... 1/23/02 D-2.30-00 11/10/05 D-2.80-00 11/10/05 D -lb 10/06/99 D-2.32-00. 11/10/05 D-2.82-00 11/10/05 D-1 c 10/06/99 D-2.34-00 .... ....11 /10/05 D-2.84-00 11/10/05 D-1 d 10/06/99 D-2.36-00 .........11 /10/05 D-2.86-00 11/10/05 D-1 e ... 1/23/02 D-2.38-00 11/10/05 D-2.88-00 11/10/05 0-1f 10/06/99 D-2.40-00 11/10/05 D-2.92-00 11/10/05 D-2.02-00 11/10/05 D-2.42-00 11/10/05 0-3 7/13/05 0-2.04-00 11/10/05 0-2.44-00 11/10/05 D -3a 6/30/04 0-2.06-00 11/10/05 D-2.46-00 11/10/05 D -3b 6/30/04 D-2.08-00 11/10/05 0-2.48-00 11/10/05 D -3c 6/30/04 D-2.10-00 11/10/05 D-2.60-00 11/10/05 D-4 12/11/98 D-2.12-00 11/10/05 D-2.62-00 .. 11/10/05 D-6 6/19/98 0-2.14-00 11/10/05 D-2.64-00 11/10/05 D-7 10/06/99 D-2.16-00 11/10/05 D-2.66-00 11/10/05 D -7a ..............10/06/99 D-2 18-00 11/10/05 0-2.68-00 ... 11/10/05 0-9 12/11/98 D-2.20-00 11/10/05 0-2.78-00 11/10/05 E-1 2/21/07 E-4 8/27/03 E-2 5/29/98 E -4a 8/27/03 G:\PROJECTS\2006\061061SPECS.doc 6-77 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 1 F-10.12-00 12/20/06 F-10.16-00 12/20/06 F-10.40-00 ......... 1/23/07 F-10.42-00 1/23/07 F-10.62-00 1/23/07 G-1 2/21/07 G-2 6/04/02 G -2a 6/04/02 G-3 11/09/05 G -3a 11/09/05 G -3b 11/09/05 G -4a 11/09/05 G -4b 6/30/04 H-1 1/10/02 H -la 4/14/00 H -lb 6/21/06 H -lc 3/04/05 H-1 d 6/21/06 H-1 e . 6/21/06 H-4 8/18/04 1-1 7/18/97 1-2 4/23/99 1-3 8/20/99 1-4 7/17/03 1-5 .................. 7/17/03 J -lb 10/08/99 J -lc 4/24/98 J -1d 1/11/06 J -le 1/11/06 J-1 f 6/23/00 J-3 8/01/97 J -3b. 3/04/05 J -3c 6/24/02 J -3d 11/05/03 J-5 8/01 /97 J -6c. .... 4/24/98 J -6f 4/24/98 K-10.20-00 2/15/07 K-10.40-00 2/15/07 K-20.20-00 2/15/07 K-20.40-00 . 2/15/07 K-20.60-00 2/15/07 K-22.20-00 2/15/07 K-24.20-00 . 2/15/07 K-24.40-00 2/15/07 K-24.60-00 2/15/07 K-24.80-00 2/15/07 K-26 20-00 . 2/15/07 L-10 10-00 2/21/07 L-20.10-00 2/07/07 L-30 10-00 2/07/07 G:\PROJECTS\2006\06106\S PECS. doc F-10.64-00 1/23/07 F-40 15-00 2/07/07 F-30.10-00 ........1 /23/07 F-40 16-00 . 2/07/07 F-40.10-00 2/07/07 F-40.18-00 2/07/07 F-40.12-00 2/07/07 F-80.10-00 .......1 /23/07 F-40.14-00 2/07/07 G-6 8/27/03 G -8e 8/18/04 G -6a 8/27/03 G -8f 11/09/05 G -6b 8/27/03 G -8g 11/09/05 G-7 6/08/06 G -9a 6/25/02 G -8a 12/15/04 G -9b 6/08/06 G -8b 11/09/05 G -9d 6/08/06 G -8c 8/18/04 G -8d 12/15/04 H -4a 2/25/05 H-12 2/25/05 H -4b 10/24/06 H -12a 2/25/05 H-6 10/29/03 H -12b. 2/25/05 H-7 8/10/98 H-13 2/25/05 H-8 9/18/98 H -13a 2/25/05 H-9 4/18/97 H-14 2/09/05 H-10 5/29/98 1-6 7/17/03 1-11 9/11/03 1-7 7/17/03 1-12 7/17/03 1-8 7/17/03 1-13 . 7/17/03 1-9. 7/17/03 1-14 7/17/03 1-10 7/17/03 1-15 1/23/07 J -6g 12/12/02 J-11 b 9/02/05 J -6h 4/24/98 J -11c 6/21/06 J -7a 9/12/01 J-12 11/08/05 J -7c 6/19/98 J -15a 10/04/05 J -7d ....... .. 4/24/98 J -15b 10/04/05 J -8a .................. 5/20/04 J -16a 3/04/05 J -8b 5/20/04 J -16b 9/02/05 J -8c 5/20/04 J-18 9/02/05 J -8d 5/20/04 J-19 9/02/05 J -9a 4/24/98 J-20 ...............9/02/05 J-10 7/18/97 J-11 a 9/02/05 K-26.40-00 2/15/07 K-40.60-00 2/15/07 K-30.20-00 ..... .. 2/15/07 K-40.80-00 2/15/07 K-30.40-00 2/15/07 K-55.20-00. ... . 2/15/07 K-32.20-00 2/15/07 K-60.20-00 2/15/07 K-32 40-00 2/15/07 K-60.40-00 2/15/07 K-32 60-00 .......2/15/07 K-70.20-00 2/15/07 K-32.80-00 2/15/07 K-80.10-00... ....2/21/07 K-34.20-00 2/15/07 K-80.20-00. . . 12/20/06 K-36.20-00 2/15/07 K-80.30-00 2/21/07 K-40.20-00 2/15/07 K-80.35-00 2/21/07 K-40 40-00 2/15/07 K-80.37-00 2/21/07 L-40.10-00 2/21/07 L-70.10-00 1/30/07 L-40.15-00 2/21/07 L-70 20-00 .......1 /30/07 L-40.20-00 2/21/07 6-78 M-1.20-01 .......... 1/30/07 M-3.30-01. 1/30/07 M-20.10-01 1/30/07 M-1 40-01 .......... 1/30/07 M-3.40-01 1/30/07 M-20.20-01 1/30/07 M-1 60-01 1/30/07 M-3.50-01 1/30/07 M-20.30-01 1/30/07 M-1 80-01 1/30/07 M-5.10-01 1/30/07 M-20.40-01 . 1/30/07 M-2.20-01 1/30/07 M-7.50-01 1/30/07 M-20.50-01 1/30/07 M-2.40-01 1/30/07 M-9.50-01 1/30/07 M-24.20-01 5/31/06 M-2.60-01 ........... 1/30/07 M-11.10-01 1/30/07 M-24.40-01 5/31/06 M-3.10-01 1/30/07 M-15.10-01.........2/06/07 M-24.60-02 2/06/07 M-3.20-01 . 1/30/07 M-17.10-01 1/30/07 G:\PROJECTS\2006\061061SPE CS.doc 6-79 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 1 G:\PROJ ECTS\2006\06106\SPECS.doc APPENDIX Law Department Approved CONTRACTOR'S RIGHT OF ENTRY AGREEMENT FOR CONSTRUCTION PROJECTS ON OR ADJACENT TO PROPERTY OF BNSF RAILWAY COMPANY This Right of Entry Agreement ('Agreement") is entered into effective as of 200_, by and between ("Contractor"), corporation, and BNSF RAILWAY COMPANY ("Railway"), a Delaware corporation. WHEREAS, Railway operates a freight transportation system by rail with operations throughout the United States and Canada; and WHEREAS, [insert Industry's name here] desires Contractor to perform certain construction services adjacent to and upon Railway's right of way and/or property, and Contractor is willing to perform such services. NOW, THEREFORE, in consideration of Railway entering this Agreement with Contractor and granting Contractor permission to enter upon the Premises (defined herein), Contractor agrees with Railway as follows. SECTION 1. SCOPE OF SERVICES Contractor [and/or Industry] will perform the following services, hereinafter described as "Work" Performance of the Work will necessarily require Contractor to enter Railway's right of way and property ("Premises"). Contractor agrees that no work will be commenced on the Premises until (i) this Agreement is executed by both Contractor and Railway; and (ii) Contractor provides the Railway with the insurance contemplated herein. Contractor further agrees that if this Agreement is not executed by the owner, general partner, president or vice-president of Contractor, Contractor will furnish Railway with evidence certifying that the signatory is empowered to execute this Agreement. SECTION 2. PAYMENT OF FEES Industry will be responsible for paying Contractor for the Work performed under this Agreement. SECTION 3. RELEASE OF LIABILITY AND INDEMNITY Contractor hereby waives, releases, indemnifies, defends and holds harmless Railway for, from and against all judgments, awards, claims, demands, and expenses (including attorney's fees), for injury or death to all persons, including Railway's and Contractor's officers and employees, and for loss and damage to property belonging to any person, arising in any manner from Contractor's or any of Contractor's subcontractors' acts or omissions or any work performed on or about Railway's property or right of way. THE LIABILITY ASSUMED BY CONTRACTOR WILL NOT BE AFFECTED BY THE FACT, IF IT IS A FACT, THAT THE DESTRUCTION, DAMAGE, DEATH, OR INJURY WAS OCCASIONED BY OR CONTRIBUTED TO BY THE NEGLIGENCE OF RAILWAY, ITS AGENTS, SERVANTS, EMPLOYEES OR OTHERWISE, EXCEPT TO THE EXTENT THAT SUCH CLAIMS ARE PROXIMATELY CAUSED BY THE INTENTIONAL MISCONDUCT OR GROSS NEGLIGENCE OF RAILWAY. THE INDEMNIFICATION OBLIGATION ASSUMED BY CONTRACTOR INCLUDES ANY CLAIMS, SUITS OR JUDGMENTS BROUGHT AGAINST RAILWAY UNDER THE FEDERAL EMPLOYEE'S LIABILITY ACT INCLUDING CLAIMS FOR STRICT LIABILITY UNDER THE SAFETY APPLIANCE ACT OR THE BOILER INSPECTION ACT, WHENEVER SO CLAIMED. Contractor further agrees, at its expense, in the name and on behalf of Railway, that it will adjust and settle all claims made against Railway, and will, at Railway's discretion, appear and defend any suits or actions of law or in equity brought against Railway on any claim or cause of action arising or growing out of or in any manner connected with any liability assumed by Contractor under this Agreement for which Railway is liable or is alleged to be liable. Railway will give notice to Contractor, in writing, of the receipt or pendency of such claims and thereupon Contractor must proceed to adjust and handle to a conclusion such claims, and in the event of a brought against Railway, Railway may forward summons and complaint or other process in connection therewith to Contractor, and Contractor, at Railway's discretion, must defend, adjust, or settle such suits and protect, indemnify, and save harmless Railway from and against all damages, judgments, decrees', attorney's fees, costs, and expenses growing out of or resulting from or incident to any such claims or suits It is mutually understood and agreed that the assumption of liabilities and indemnification provided for in this Agreement will survive any termination of this Agreement. -1- Foran 303D; Rev 04/26/05 Law Department Approved SECTION 4. INSURANCE Contractor must, at its sole cost and expense, procure and maintain during the life of this Agreement the following insurance coverages (a) Commercial General Liability Insurance. This insurance must contain broad form contractual liability with a combined single limit of a minimum of $5,000,000 each occurrence and an aggregate limit of at least $10,000,000. Coverage must be purchased on a post 1998 ISO occurrence form or equivalent and include coverage for, but not limited to, the following: • Bodily Injury and Property Damage • Personal Injury and Advertising Injury • Fire legal liability e Products and completed operations This policy must also contain the following endorsements, which must be indicated on the certificate of insurance: • The employee and workers compensation related exclusions in the above policy shall not apply with respect to claims related to railroad employees. • Compensation, disability benefits, or unemployment compensation law or similar law. • The definition of insured contract must be amended to remove any exclusion or other limitation for any work being done within 50 feet of railroad property. • Any exclusions related to the explosion, collapse arid underground hazards must be removed. No other endorsements limiting coverage may be included on the policy with regard to the work being performed under this Agreement or otherwise with respect to any obligations under this Agreement. (b) Business Automobile Insurance. This insurance must contain a combined single limit of at least $1,000,000 per occurrence, and include coverage for, but not limited to the following: • Bodily injury and property damage • Any and all vehicles owned, used or hired (c) Workers Compensation and Employers Liability insurance including coverage for, but not limited to: • Contractor's statutory liability under the worker's compensation laws of the state(s) in which the work is to be performed. If optional under State law, the insurance must cover all employees anyway. • Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 by disease policy limit, $500,000 by disease each employee. (d) Railroad Protective Liability insurance naming only the Railroad as the Insured with coverage of at least $5,000,000 per occurrence and $10,000,000 in the aggregate. The policy must be issued on a standard ISO form CG 00 35 10 93 and include the following: • Endorsed to include the Pollution Exclusion Amendment (ISO form CG 28 31 10 93) • Endorsed to include the Limited Seepage and Pollution Endorsement • Endorsed to include Evacuation Expense Coverage Endorsement e No other endorsements restricting coverage may be added e The original policy must be provided to the Railroad prior to performing any work or services under this Agreement In lieu of providing a Railroad Protective Liability Policy, Contractor may participate in Railroads Blanket Railroad Protective Liability Insurance Policy available to Contractor The limits of coverage are the same as above. The cost is $ ❑ I elect to participate in Railroad's Blanket Policy for activities commencing as of the Effective Date (if any); ❑ I elect not to participate in Railroad's Blanket Policy for activities commencing as of the Effective Date (if any). Other Requirements. Where allowable by law, all policies (applying to coverage listed above) must not contain an exclusion for punitive damages and certificates of insurance must reflect that no exclusion exists. Contractor agrees to waive its right of recovery against Railroad for all claims and suits against Railroad. In addition, its insurers, through the terms of the policy or policy endorsement, waive their right of subrogation against Railroad for all claims and -2 Form 303D; Rev. 04/26/05 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Law Department Approved suits. The certificate of insurance must reflect the waiver of subrogation endorsement. Contractor further waives its right of recovery, and its insurers also waive their right of subrogation against Railroad, for loss of its owned or leased property or property under its care, custody or control Contractor's insurance policies, through policy endorsement, must include wording which states that the policy will be primary and non-contributing with respect to any insurance carried by Railroad. The certificate of insurance must reflect that the above wording is included in evidenced policies. All policy(ies) required above (excluding Workers Compensation and if applicable, Railroad Protective) must include a severability of interest endorsement and must name Railroad and Staubach Global Services — RR, Inc. as additional insureds with respect to work performed under this agreement. Severability of interest and naming Railroad and Staubach Global Services— RR, Inc. as additional insureds must be indicated on the Certificate of insurance. Contractor is not allowed to self -insure without the prior written consent of Railroad. If granted by Railroad, any deductible, self-insured retention or other financial responsibility for claims must be covered directly by Contractor in lieu of insurance. Any and all Railroad liabilities that would otherwise, in accordance with the provisions of this Agreement, be covered by Contractor's insurance will be covered as if Contractor elected not to iriclude a deductible, self-insured retention or other financial responsibility for claims. Prior to commencing the Work, Contractor must furnish to Railroad an acceptable certificate(s) of insurance including an original signature of the authorized representative evidencing the required coverage, endorsements, and amendments and referencing the contract audit/folder number if available. I The policy(ies) must contain a provision that obligates the insurance company(ies) issuing such policy(ies) to notify Railroad in iwriting at least 30 days prior to any cancellation, non -renewal, substitution or material alteration. This cancellation provision must be indicated on the certificate of insurance. In the event of a claim or lawsuit involving Railroad arising out of this Lease, Industry will Make available any required policy covering such claim or lawsuit. Any insurance policy must be written by a reputable insurance company acceptable to Railroad or with a current Bests Guide Rating of A- and Class VII or better, and authorized to do business in the state(s) in which the service is to be provided Contractor represents that this Agreement has been thoroughly reviewed by Contractor's insurance agent(s)/broker(s), who have been instructed by Contractor to procurelthe insurance coverage required by this Agreement. Allocated Loss Expense must be in addition to all policy limits for coverages referenced above. Not more frequently than once every five years, Railroad may reasonably modify the required insurance coverage to reflect then -current risk management practices in the ailroad industry and underwriting practices in the insurance industry. If any portion of the operation is to be subcontracted by Contractor, Contractor must require that the subcontractor provide and maintain the insurance coverages set forth herein, naming Railroad as an additional insured, and requiring that the subcontractor release, defend and indemnify Railroad to the same extent and under the same terms and conditions as Contractor is required to release, defend and indemnify Railroad herein. Failure to provide evidence as required by this section will entitle, but not require, Railroad to terminate this Agreement immediately. Acceptance of a certificate that does not comply with this section will not operate as a waiver of Contractor's obligations hereunder. The fact that insurance (including, without limitation, self-insurance) is obtained by Contractor will not be deemed to release or diminish the liability of Contractor including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by Railroad will not be limited by the amount of the required insurance coverage. For purposes of this section, "Railroad" means "Burlington Northern Santa Fe Corporation", "BNSF RAILWAY COMPANY' and the subsidiaries, successors, assigns and affiliates of each. SECTION 5. CONTRACTOR REQUIREMENTS (a) While on or about the Premises, Contractor must fully comply with Railway's "Contractor Requirements", including (but not limited to) clearance requirements and personal protective equipment requirements. Contractor will be responsible for fully informing itself as to Railway "Contractor Requirements". (b) Prior to entering the Premises, each person providing labor, material, supervision, or services connected with the Work to be performed on or about the Premises must complete the safety training program (hereinafter called, "Railway Contractor Safety Orientation") at the following internet website: "contractoronentation.com". Contractor must ensure that each of its employees, subcontractors, agents or invitees completes the Railway Contractor Safety Orientation before any Work is performed under this Agreement. Additionally, Contractor must ensure that each and every employee of Contractor, its subcontractors, agents or invitees possesses a card certifying completion of the Railway Contractor Safety Orientation prior to entering the Premises. Contractor must renew the Railway Contractor Safety Orientation annually -3- Form 303D; Rev 04/26/05 Law Department Approved (c) Prior to entering the Premises, the Contractor must prepare and implement a safety action plan acceptable to Railway Contractor must audit compliance with that plan during the course of Contractor's work. A copy of the plan and audit results must be kept at the work site and will be available for inspection by Railway at all reasonable times. (d) When not in use, Contractor's machinery and materials must be kept at least 50 feet from the centerline of Railway's nearest track. Contractor must not cross Railway's tracks except at existing open public crossings. SECTION 6. PROTECTION OF RAILWAY FACILI'IILS AND RAILWAY FLAGGER SERVICES (a) The Contractor must give Railways Roadmaster (telephone ) a minimum of thirty (30) working days advance notice when flagging services will be required so that the Roadmaster can make appropriate arrangements (i.e., bulletin the flagger's position). If flagging services are scheduled in advance by Contractor and it is subsequently determined by the parties hereto that such services are no longer necessary, Contractor must give the Roadmaster five (5) working days advance notice so that appropriate arrangements can be made to abolish the position pursuant to union requirements. (b) Railway flagger and protective services and devices will be required and furnished when Contractor's work activities are located over or under of and within twenty-five (25) feet measured horizontally from center line of the nearest track and when cranes or similar equipment positioned outside of 25 -foot horizontally from track center line that could foul the track in the event of tip over or other catastrophic occurrence, but not limited thereto for the following conditions: (1) When in the opinion of the Railway's representative, it is necessary to safeguard the Premises, employees, trains, engines and facilities. (2) When any excavation is performed below the bottom of tie elevation, if, in the opinion of Railway's representative, track or other Railway facilities may be subject to movement or settlement. (3) When work in any way interferes with the safe operation of trains at timetable speeds. (4) When any hazard is presented to Railway track, communications, signal, electrical, or other facilities either due to persons, material, equipment or blasting in the vicinity. (5) Special permission must be obtained from the Railway before moving heavy or cumbersome objects or equipment which might result in making the track impassable. (c) Flagging services will be performed by qualified Railway flaggers. The estimated cost for one (1) flagger is $600.00 for an eight (8) hour basic day with time and one-half or double time for overtime, rest days and holidays. The estimated cost for each flagger includes vacation allowance, paid holidays, Railway and unemployment insurance, public liability and property damage insurance, health and welfare benefits, transportation, meals, lodging and supervision. Negotiations for Railway labor or collective bargaining agreements and rate changes authorized by appropriate Federal authorities may increase actual or estimated flagging rates. The flagging rate in effect at the time of performance by Contractor hereunder will be used to calculate the actual costs of flagging pursuant to this paragraph. (1) A flagging crew generally consists of one employee. However, additional personnel may be required to protect the Premises and operations, if deemed necessary by the Railway's representative. (2) Each time a flagger is called, the minimum period for billing will be the eight (8) hour basic day. (3) The cost of flagger services provided by the Railway, when deemed necessary by the Railway's representative, will be borne by the /Contractor. SECTION 7. INDEPENDENT CONTRACTOR Contractor is considered an independent contractor under this Agreement and neither Contractor nor any of its employees, subcontractors, agents or servants are considered employees of Railway in any respect. Contractor has the exclusive right and duty to control the work of its employees All persons employed by Contractor or any of its subcontractors under this Agreement are the sole employees of Contractor or its subcontractors. Contractor will be given general directions and instructions regarding the Work to be performed under this Agreement; however, direct supervision of Contractor's employees will be Contractor's responsibility and obligation. SECTION 8. TRAIN DELAYS Work performed by Contractor must not cause any interference with the constant, continuous and uninterrupted use of the tracks, property and facilities of the Railway, its lessees, licensees or others, unless specifically permitted under this Agreement, or specifically authorized in advance by the Railway Representative. Additionally, Contractor must not, at any time, impair the safety of Railway operations or the operations of Railway's lessees, licensees or other Railway invitees. Delays to freight or passenger trains affect BNSF's ability to fully utilize its equipment and to meet customer service and contract obligations. Contractor will be responsible -4- Form 303D; Rev. 04/26/05 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Law Department Approved to Railway, including its subsidiaries, affiliated companies, partners, successors and assigns, for economic losses resulting from unscheduled delays to freight or passenger trains in accordance with the following: (a) Train Delay Damages (1) Contractor will be billed for the economic losses arising from loss of use of equipment and train service employees, contractual incentive pay and bonuses and contractual penalties resulting from train delays, whether caused by Contractor, its subcontractors or by Railway performing Work associated with this project. (2) The parties acknowledge that passenger, U.S mail trains and certain other grain, intermodal, coal and freight trains operate under incentive/penalty contracts with the Railway. Under such arrangements, if Railway does not meet its contract service commitments, Railway may (i) suffer loss of performance or incentive pay, or (ii) be subject to a penalty payment. Contractor is responsible for any train performance and incentive penalties or other contractual economic losses actually incurred by Railway which are attributable to a train delay caused by Contractor, or its subcontractors (3) The contractual relationship between Railway and its passenger customers is proprietary and confidential. In the event of a train delay covered by this Agreement, Railway will share information relevant to any train delay to the maximum extent consistent with Railway confidentiality obligations. above. IN WITNESS WHEREOF, the parties (Contractor) By hereto have caused this Agreement to be executed as of the day and year first written (Title) Address -5- BNSF Railway Company, a Delaware corporation By Vice President and Chief Engineer Form 303D; Rev 04/26/05 BNSF Railway Company Blanket Railroad Protective Program — Leases/Permits Application for insurance BNSF REQUIRES RAILROAD PROTECTIVE LIABILITY INSURANCE IN THE NAME OF BNSF RAILWAY I COMPANY FOR LIMITS OF LIMITS OF $2 MILLION PER OCCURRENCE/$6 MILLION IN THE AGGREGATE PER ISO/RIMA POLICY FORM CG00351093 ENDORSED TO INCLUDE LIMITED SEEPAGE, POLLUTION AND EVACUATION COVERAGE. 1 Contractor Name/ Address Are you the permittee: YES Have you applied for a permit YES Do you have a contract with BNSF:YES If not, who is the contract with: NO NO NO Contractor Contact: (Name) (Phone) 2. Who is your BNSF Contact Person: (Phone) 3. Job Description , Job Location: If applicable Project No. Please Specify Limits Needed: $2M/$6M: Transverse: YES NO Open Cut: YES NO Underground # of Bores: $5M/$10M: Longitudinal: Length (feet): Overhead or Underground YES NO 4. Start Up and Estimated Completion Dates: 5. Contract Cost Total: Contract Cost Within 50 Feet of Track: 6. Permittee's Insurance: A certificate of insurance is required evidencing $5MM per occurrence/$IOMM aggregate general liability coverage including contractual liability with the "work within 50 feet of a railroad" exclusion deleted. The certificate should also evidence the addition of BNSF Railway Company, P.O. Box 961073, Ft. Worth, Texas 76161-0073 as an additional insured, including 30 days cancellation notice, as required by contract. 7. Quoted Premium: Quoted By: Date: To receive a quote, please complete form and fax to 214-303-8021. Quotation is valid for 30 -days only, thereafter we will close our file. In order to bind coverage, we will need a check sent for the quoted premium made payable to Marsh USA, Inc., referencing account # 101180 to the below Lock Box, along with a copy of this completed form: Marsh USA Inc Lockbox Number 973770 TX1-0006 14800 Frye Road Fort Worth, TX 76155 RRP Contacts: Rosa M. Martinez, Phone: 214-303-8519 e-mail: Rosa.M.Martmez0,marsh.com Linda Baker, Phone 214 303 8430 e-mail Linda.H.Baker(3 marsh.cor Fax No 214 303 8021 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Mar. 19. 2007 10: 05AM i No. 0944 P. 2 The:;WeII Log Data and Image re 'As 'Is' with NO Warranty. Well Log ID: 470918 (page 1 of 1) RESOURCE PROTECTION WELL REPORT OOQ(o J /Ca..i'/ %STARTCARDNO. 5531 r PACT NAME: AQ' , (s 1, CQLtNn'.;,;,... V4i, D001CATrONNO LOCATION: _ 1'- Si*: Twn R_ - 5TflEETADDRESSOFWE ILLIhlGrMETftOD = - . L :dJ�e ;G+a. , .' ?0a N s15f W7EA,LEVEI 61�EY�-'AYIAL';,,, .� S10 A,.,,. :: ,;;. >, .vtiOuki`:�.:�.. v iron iifit *POO F<:.; a Rt=PREsENTATIV DEVELOPED - L1� AS'OUILT WEI,I DATA FORMATION DESCRIPTION wl ELL COVER i OM!, -4 SURFACE SEAL bEtTFi = 9 /ft Svc BLANK z .7 1 1 1 1 - r 1' - r } -r PUC SCREEN . % . !fix Zv STAT Sxz'; Gtr vp, PACK �MATk�AY;i WEIL DEPTH Zip. SCALE t". ECX O5O.12 (Roy. TIM) 4-._.�. S• ..I • PAGE OF 0 - ift. Tl�l _ ft. ,ravel4 bovl .mss • ft. sir -_I----1717_1-11 1 ^--_�'_•__ • Mar. 19. 2007 10: 05AM [neck PROJECT NAMEe e� WELL IDENTIFRCATION NO ORIWNv Map'' DRILLER TO FIRM. No. 0944 P. 3 RESOURCE PROTECTION -WELL REPORT r� y\ w- SIAM 1 CARD NO K 55 i t cauNnr. yS LOCATION 11 Nov, : IIl1 i.: sac / Ywn LV R & :;fib r:14 S I SIGNATURE- cONsULTING , R REPRESENTATIVE s' RE€i"Ab> HESSOFWi+L1._ - - — ... ru— L ;big rf WATER LEVEL EI:EVh,••• TiON GRAD SURFACE ELEVATION TION 1. INiTALLED, 1: WELL DATA D&VELt7PEry offolui t�FEL% DOVFit Ct1GltEI'�_ SURFACE SEAL pto ti 7 iffy PVC BLANK Z °x,.,' B c xzL 3 TYPE: PVC, SC 1 GRAVEL PAC j a DZT H Z,U 1 - fl N/A FORMATION DESCATPTION - 0 - s(clui\ 1 Zi.+`t. r495 bwidkvr5 ft. -r -r -r T —r T SCALE 1"e ECY 460 e2 (Flaw / v 91 .. PAGE OF� 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Mar. 19. 2007 10: 05AM No. 0944 P. 4 RESOURCE PROTECTION, WELL REPORT LoC ,c, �w �'� STAFRTCARD NO PROJECT NAME: L} CCS ar 5 I? covrm:. Yu WF tL 10,01F1C 4T1ONP4O ,.'r. 7`. tOCATION /+- h l A soc Tem i3A1 L DP1WNG uo cmp,,:; sfJ sr EF r pnAE ss of WFC.` WATER .EVEt:ELEVJTIo( ' GROLJNf3:5i1A>:ACH ELEVA710N. NJA 175539 r slcNATURE CQht9ULTING'FI RE TIESENTATLVE&a:" ' F;ereei D1:VELDP I yam}, (, FORMATION DESCA1PT!ON -r 1 EC''ono, t2(nor iiir j ft. -r -r -r 1 nformation on this Wel Mar, 19. 2007 10:05AM ///dS, " RESOURCE PROTECTION WELL REPORT Client Well # Project Name: me..e.4 ekietafis ti - State Identification # Drilling Method: Alle AD mpg ti _Driller; Finn: Signature: Consulting Representa -r -r -r 1 SCALE: 1. ECY 058-1 2 (Rev. .• AS -BUILT: No. 0944 P. 5 Start Card # R 51V 0 County: -. Location j/1/4 A4/4 Sec lel , 15AIR Street Address of Well: N 5T Water Level Elevation: Ground Surface Elevation: N/A Date Installed; 3 10 Date Developed: WELL DATA Well Cover Concrete Surface Seal Delith = 1/ft . Blank Casifig Material 644 46 liovec_ )3acitfill Z". ft - Type: C1040 Seal • - - Material _Nt_LCLkilp Gravel Pack ZZ ft Material: 2/g, take" Screen Z "x ' Slot Size ego Material (46 40 pig, Well Depth Z6 " Backfill 11 Isilaterik12M) Total Holepetli. 27' " PAGE OF 1",—•• leiN€6 FORMATION OES0 t 10.4 0 , pcs‘ • 4i. 0 .27 Co'ft • ' • • . : 7 - • LEA... • - . . •_4.147-• 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Mar, 19. 2007 10:05AM 4?.g? • • f • ...R.EsOURCE PROTECTION WELLREPORT cr. re 717 0 0 4:3 —r "0 ; 03 -T- ; ,0 0 0 -T" t IT0 ca. Client Well # 'Project Name: A-0.4 0Agu)1451+ State Identification # Drilling Method: 770.pp L. E:641,9-41 Case - ' ' •- /I" ; ...Signature; Consulting , Representative: 642A_.?..s- - AS -BUILT C9u.ntY: Lroation: Aht.1/4 Sec /9 Tw Sireet Address of -Well: get f9-: A [F4T Water Level Elevation Ground Surface Elevation: N/A Date Installed: 3I sP/F2:: Date Developed: No, 0944 P. 6 • WEU. DATA ' FORMATION 9EscAp;TIoN " Well COver Concrete Surface Seal Depth = 1/ft Blank Casing 4, " . . Material lek 40 81*,,it„ :• • 4 • --",BaCk1511 - if • , • • •7 • I 1 • o - 2 7 '61c • -, gra.11e.isi b(4•164(5/4 • SCALE: 1" ECY 0$0-12 (Rev. 11/89) • Gravel Pack Z Screen 1 "x Z ' Slot Size Material 4, Pvc Well Depth . 14. " Backfill :1 i Material Total Hole Depth 21!,4" ,PA6E •.! • • • . ' „ .• „' vI..! • ' t•••••, ••••' - .•.7- . / ' • • • • • , • •• • • : - • • - • • ' • -ft ••-.: ' "••- • , ";••• f 7 :0'. • L.; •• ; _ ... • .4. ••• -• • _ - ,-.• - • ..• :4r-1 1. 4, -." • - • • • . • ••6? • • t :1; • ••T.ir • • - • ofr • •,•;•,•• ' " ;•;7..s • • ) .1;14 if Mar. 19, 2007 10:05AM No. 0944 P. 7 RESOURCE PROTECTION WELL REPORT 00q14,(40 '1\ L,Q sTAAT CARD NO /e56 r lEcT NAME. • #47ZC,C) >414 wat, morrimaknollio, .59/ cow sr , 44-ednit--2 io6KnoN 14 sea / 1 un /34 RJit DRILLING mETHolD STRtET ADDRESS OF WELL A IV -7" St ortiLLEP FIRM J.1 Inc. WO ER LEVEL ELEVATION, SIGNATURE 2- GROUNDsuAFACE ELEVATION CoNOULTIN6 'g)4-11/ 04:iTALLOD REPRESENTATIVE VP1 DOEL0PgD 7 -r -r -r 1 -r AS•EILIILT WEU.DATA FORMATIO N bEscnIPTION w. WEL COVER axicRETE SURFACE SEM., DELYni 1 /ft 2VC BLANK nx 1 BACKFT TYPE: PVC SCREW 2 ftx 21) ' SLOT 10 worm PAqc Za- METhL Zj IL :5a,nd wELL DEMI 2.4,4 " 0 - Lft. ti Z qrat'd1 4 6146- r5 - ft. SALE r. ECYOO f 2 (Rev 1 Inn) •—• .41 4.• • PAG E oF _ • • Ink • •••••••••••••••• a+ re. •• • NY -r -r -r ,.....••••••+//•••••• 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 STANDARD PLANS G:\P R OJ ECTS\2006\06106\S P E CS. doc 1" OPENING (TYP.) 8 LEVELING PADS 2" x 1 1/8" % 1/8" 24" SEE SLOT DETAIL & NOTE 1 NOTES 1 When bolt down grates are specified In the Contract, provide two slots in the grate that are vertically aligned with the holes in the frame. Location of bolt down slots varies among different manufacturers. 2. Refer to Standard Specification 9-05.15(2) for additional requirements. 3. For frame details, see Standard Plan B -2a. 4. The thickness of the grate shall not exceed 1 5/8". 3/4 1 1/4" SLOT DETAIL EXPIRES JULY I, 2003 HERRINGBONE GRATE FOR CATCH BASIN AND INLET STANDARD PLAN B -2d SHEET 1 OF 1 SHEET NOME MIS RAI 09 .11,11.2.1. VIOINEERINC DOW.? BUT AN EIECIRONI O /a7E ORIOMG, SIONEnar MPENOIrE69ANR/Rwov® FOP ,MnMAno, urEsroNFRE WASHAVTOP SIAM DERM1.1191.0.... MENTOE A COPY WVBE OBTANEo UPONREQUEST APPROVED FOR PUBLICATION Harold J. Peterfeso 06-17-02 STATE DESIGN ENGINEER DATE T Washington Seto Dopanmmt of TronsportoNon - - - - - - - - - - - - - - - - - - - 3 $- 11111 111111 11111 11111 On NM NM E INN — — — -- UN FRAME AND VANED GRATE 00„ 6" OR 12" ONE #3 BAR HOOP FOR 6" HEIGHT TWO #3 BAR HOOPS FOR 12" HEIGHT RECTANGULAR ADJUSTMENT SECTION #3 BAR EACH CORNER #3 BAR EACH SIDE #3 BAR EACH WAY 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 BAR EACH CORNER 18" MIN. #3 BAR HOOP NOTES 1 As acceptable alternatives to the rebar shown in the PRECAST BASE SECTION, fibers (placed according to the Standard Specifications), or wire mesh having a minimum area of 0.12 square inches per foot shall be used with the minimum required rebar shown in the ALTERNATIVE PRECAST BASE SECTION. Wire mesh shall not be placed in the knockouts. 2. The knockout diameter shall not be greater than 20" Knockouts shall have a wall thickness of 2" minimum to 2.5" maximum. Provide a 1.5" minimum gap between the knockout wall and the outside of the pipe. After the pipe is installed, fill the gap with joint mortar in accordance with Standard Specification 9-04.3. 3. The maximum depth from the finished grade to the pipe invert shall be 5'. 4. The frame-and-grate-may-be-installed-with_the_flange_up_or_down. The__— frame may be cast into the adjustment section. 5. The precast base section may have a rounded floor, and the walls may be sloped at a rate of 1:24 or steeper. 6. The opening shall be measured at the top of the precast base section. 7. All pickup holes shall be grouted full after the basin has been placed. SEE NOTE 1 ALTERNATIVE PRECAST BASE SECTION EXPIRES JULY I, 2001 CATCH BASIN TYPE 1 STANDARD PLAN B-1 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 11-08-05 STATE DESIGN ENGINEER DATE T Washington Smh Doporfinonl of Transportation R11-2 B/W ROAD CLOSED THIS ROAD WILL BE CLOSED MO DA MO DA r ROAD CLOSED XX MILES AHEAD `LOCAL TRAFFIC ONLY", DETOUR R I 1 - 3 M4 -IOL LEGEND ,' TYPE 3L BARRICADE 42, TYPE 3R BARRICADE 1 SIGN LOCATION - POST MOUNT W20- 3 B/W NOTES 1. MODIFY REGULATORY TRAFFIC CONTROL DEVICES FOR THE DURATION OF THE DETOUR. 2. TWO FLASHING WARNING LIGHTS (TYPE A, MUTCD) SHALL BE USED TO MARK EACH BARRICADE AT NIGHT. 3. DETOUR TRAILBLAZERS SHALL BE INSTALLED THROUGHOUT THE DETOUR. 4. SIGNING SHOWN FOR ONE DIRECTION ONLY. 5. COORDINATE WITH EMERGENCY SERVICES. SIGN SPACING = X (FEET) Rural Roods 45/55 MPH 500'* - Urban Arterials & 35/40 MPH Rural Roods 350'* - Rural Roads Urban Streets 25/30 MPH Resldentlol Areos & Business Districts 200'*- All signs are black on orange unless otherwise designated. EXPIRES NOVEMBER 23.2003 ROAD CLOSURE WITH OFF-SITE DETOUR STANDARD PLAN K-2 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 12-20-02 mom 11.119/1.µ19 IOTA LEGAL ENONEWING TEM M . NOM, M DIE6MaEFAM'o aMN'/G17.ID MIaE➢I NIUT ELECTRONIC Z nAreo®.w romMmaalnmv. AmwrureamlwrEn WON REM ST _ STATE DESION ENGINEER DATE Washington Stitt Department of Transportation 111111- M M MI MI®®® 11111- r N s r 11111 N 111111 r Nem moo - - - SIN VIII Ell — — — r r111111 11111 111 END ROAD WORK 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 Rurol Roods 350'+- RuratRoads Urban Streets 25/30 MPH Resldential Areos 8 Business Districts 200'+- All signs are block on orange unless otherwise designated. 55 •+ OPTIONAL IF 40 MPH OR LESS 4. .( W20 -7A rn00 0 0 (C, B•W20-7B W20-4 •" .-t W20-1 •W20 -7B W20-4 W20-1 LEGEND SP -1 20" X 16" 4" C R/W USE THIS SIGN IF NO FLAGGERS ARE ON DUTY. END 4ROAD WORK G20 -2A DI SIGN LOCATION - TRIPOD MOUNT 0 0 0 TEMPORARY TRAFFIC CONTROL DEVICES MOO FLAGGING STATION PROTECTIVE VEHICLE (WHEN SPECIFIED IN CONTRACT) EXISTING STOP BAR FOR PILOT CAR OPERATIONS THE FOLLOWING SIGNS SHALL BE REQUIRED 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 SEQUENCE IS THE SAME FOR BOTH DIRECTIONS OF TRAVEL ON THE HIGHWAY. 4. RADIO COMMUNICATION RECOMMENDED BETWEEN FLAGGERS. REQUIRED IF FLAGGERS DO NOT HAVE CLEAF VISION OF EACH OTHER. BUFFER DATA BUFFER SPACE : B _ SPEED (MPH) 25 30 35 40 45 50 55 LENGTH If set) 55 85 120 170 220 280 335 PROTECTIVE VEHICLE ROLL AHEAD DISTANCE e R VEHICLE TYPE TYPICAL VEHICLE LOADED WEIGHT (LBS) POSTED SPEED (mph) STATIONARY OPERATION (feet) 4 YARD DUMP TRUCK 24,000 50-55 75 45 50 2 TON :ARCO TRUCK 15.000 50-55 100 45 75 1 TON CARGO TRUCK 10,000 50-55 150 45 100 ROLL AHEAD STOPPING DISTANCE ASSUMES DRY PAVEMENT. (EXPIRES NOVEMBER 23, 20031 ALTERNATING ONE-WAY TRAFFIC FLAGGER CONTROLLEI OR PILOT CAR CONTROLLED STANDARD PLAN K-3 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 12-20-0: fl O ]AAMNAWMA tM I, ERMYA 9O W POR VSQEAf IMW4MP ATI MNEYAI. WeE01auBEMHFFmMTMAOWORWINAWAnM VNOOTACB rrBwAa AVOIVIVAreeEowmwrwrnw DON.. AmwwreeorrMw mwmomen STATE PEEION ENOINEEA OATS Y WREhlnpbn SIB(• D-pbitm.M of TramportaNen END ROAD WORK BUFFER DATA BUFFER SPACE = B SPEED IMPH> 25 30 35 40 45 50 55 60 65 — LENGTH (feet) 55 85 120 170 220 280 335 415 485 — PROTECTIVE VEHICLE ROLL AHEAD DISTANCE = R VEHICLE TYPE TYPICAL VEHICLE LOADED WEIGHT (LBS) POSTED SPEED (mph) STATIONARY OPERATION (feet) 540 4 YARD DUMP TRUCK 24.000 60-65 100 50-55 75 45 50 2 TON CARGO TRUCK 15.000 60-65 150 50-55 100 45 75 1 TON CARGO TRUCK 10.000 60-65 200 _ 50-55 150 45 100 ROLL AHEAD STOPPING DISTANCE ASSUMES DRY PAVEMENT. DDD 0 0 0 1411010 [PCMS 500' MAX. G20 -2A CHANNELIZING DEVICE SPACING (FEET) MPH TAPER TANGENT 50/65 40 80 35/45 30 60 25/30 20 40 SEE NOTE 5. MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (teat) Posted Speed mph) 25 30 35 40 45 50 55 60 65 10 105 150 205 270 450 500 550 - - 11 115 165 225 295 495 550 605 660 - 12 125 180 245 320 540 600 660 720 780 W4 -2L W20 -5R W20-1 X B LEGEND /ORK //// D e G--1) 2' MIN. SEE NOTE SIGN LOCATION -TRIPOD MOUNTED SEQUENTIAL ARROW SIGN TEMPORARY TRAFFIC CONTROL DEVICES PROTECTIVE VEHICLE (WHEN SPECIFIED IN CONTRACT) PROTECTIVE VEHICLE WITH TRUCK MOUNTED ATTENUATOR (WHEN SPECIFIED IN CONTRACT FOR HIGH SPEED ROADWAYS) PORTABLE CHANGEABLE MESSAGE SIGN (WHEN SPECIFIED IN CONTRACT) IDN D_Ji. 4-_o SEE NOTE 4. 7. PCMS 1 2 RIGHT LANE CLOSED 1 MILE AHEAD 1.5 SEC 1.5 SEC PORTABLE CHANGEABLE MESSAGE SIGN DISPLAYS NOTES 1. EXTEND DEVICE TAPER ACROSS SHOULDER. 2. DEVICES SHOULD NOT ENCROACH INTO ADJACENT LANES. 3. INSTALL PORTABLE CHANGEABLE MESSAGE SIGN (WHEN SPECIFIED) APPROXIMATELY 1 MILE IN ADVANCE OF LANE CLOSURE. 4. USE TRANSVERSE DEVICES IN CLOSED LANE EVERY 1000' +- 5. TRAFFIC SAFETY DRUMS RECOMMENDED FOR HIGH SPEED ROADWAYS AND IN TAPER SECTIONS. USE (IN LIEU OF CONES). 6. ANALYZE THE TRAFFIC VOLUMES TO DETERMINE WORK HOURS TO MININIZE TRAFFIC IMPACTS. 7. A TEMPORARY RIGHT EDGE LINE IS REQUIRED FOR A LONG TERM CLOSURE. SIGN SPACING = X (FEET) RuralRoods 45/65 MPH 500'+ - Urban Arterials & 35/40 MPH Rurol Roods 350'+- Rurol Roods Urbon Streets 25/30 MPH Resldentlal Areas & Business Districts 200'+- Ail signs ore black on orange Unless otherwise designated. 'EXPIRES NOVEMBER 23, 20031 RIGHT LANE CLOSURE FOR DIVIDED HIGHWAY STANDARD PLAN K-6 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 12-20-02 NOM TM /4111.01.41.1.11. ENOgEwlDA 00WMFOR a.v Seem hCaONFtE ITC owawµ aoMOsVTHER .MDAa-rnmROR rt.BUGnaL,Er6vTONw6 Ar THE uamNSTATE OEPAnmflvlar lRW9aRTAndI. • COPY WYSEWANED twarnEouur STATE DESIGN ENGINEER DATE T Washington Surto Department of Transportation r - - r I- 11 r-- r- r- - M M IIIIIII am= s NM 1 EN —— N— r — 8 N 1— N— BUFFER DATA BUFFER SPACE = B SPEED IMPH) 25 30 35 40 45 20 40 1 1 LENGTH (feed 55 85 120 — — 125 180 245 CHANNELIZING DEVICE SPACING (FEET) MPH TAPER TANGENT 35 30 60 25/30 20 40 SIGN SPACING = X (FEET) Urban Arterials 35 MPH 350'+ - Urban Streets Residentiol Areos & 25/30 MPH Business Districts 200'+ - All signs ore block on oronge unless otherwise designoted. 150 MINIMUM TAPER LENGTH (L) IN FEET Lane Width (feet) Posted Speed (mph) 25 30 35 40 10 105 150 205 - 1 1 115 165 225 - 12 125 180 245 - 10' MIN — r2'min. a a a a -t- o a 0 0 0 0 0 0 0 I�al: 1 X X L/3 B W20-1 LEGEND DI SIGN LOCATION -TRIPOD MOUNTED O 0 0 TEMPORARY TRAFFIC CONTROL DEVICES PROTECTIVE VEHICLE (WHEN SPECIFIED IN CONTRACT) NCO W21-5 (35 MPH OR LESS) R17// K1 500' MAX. G20 -2A • END ROAD WORK (EXPIRES NOVEMBER 23.2003] SHOULDER CLOSURE LOW SPEED STANDARD PLAN K-10 SHEET 1 aF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 12-20-02 1.4e oEmavDwAErTanAveEDmv.DDuSATZ TEMGM,SAWED SYTIEeV61.ER o.nwD,12,!OR wsA•aDa SI FUTON/. T CNV pExr. OE HATE mM.n6'TVI VdoTT4TgE ACOW WYEOBI .= STATE DESIGN ENO EA DATE v7i ▪ Washington SbM DEportm.nl of T.muponotion WORK BEYOND THE SHOULDER NOTES 1. THE SIGN SHOWN IS NOT REQUIRED IF THE WORK SPACE IS BEHIND A BARRIER, MORE THAN 2' BEHIND THE CURB. OR 15' OR MORE FROM THE EDGE OF ANY ROADWAY. SIGN SPACING . X (feet) Rural Roads 45/55 MPH 500'+ - Urban Arterials 35/40 MPH 350'+ - Urban Streets Residential Areas & 25/30 MPH Business Districts 200'+ - All signs are black on orange unless otherwise designated. WARNING SIGNS - LOCATE AS NEEDED FOR SITE CONDITIONS TO SUPPLEMENT WARNING SIGNS. TEMPORARY TRAFFIC CONTROL DEVICE Q EXISTING LANE EXISTING LANE SHOULDER WORK AREA 4:1 WEDGE OF COMPACTED STABLE MATERIAL T t EXISTING SHOULDER e_ SHOULDER WORK AREA PROTECTION NON -WORKING HOURS 1. SHOULDER EXCAVATION SHALL BE LIMITED TO ONE SIDE AT A TIME. EXPIRES NOVEMBER 23.2003 SHOULDER WORK AREAS STANDARD PLAN K-11 SHEET 1 OF 1 SHEET NOTE eee9nOE ao�wcwwpumna1asxwmlECYAT! E APPROVED FOR PUBLICATION Harold J. Peterfeso 12-20-02 IlICIPLAN 1E0.1. EMOINEEMO n�TE OE3 GN ENOINFFA DATE T Washington State Wpm m.nl o(Tnn.penefim r M I- M M MI -- -- W M M r-- M -- -- -r -- - -- -- - -- -r -- -- -- -- -- -- -- -- -- (END ROAD WORK ROADND WORK) SIGN SPACING = X (feat) RurolRoads 45/55 MPH 500'+ - Urban Arterials 35/40 MPH 350'+ - Urban Streets Residential Areos & 25/30 MPH 200'. - Business Districts All signs are block on orange unless otherwise designated. W21-801 W8-1801 W20-1 ROAD WORK AHEAD TYPICAL ROADWAY SECTION A -A EXIST SHLDR EXISTING .T i LANEJXISTING Y A- 2' MIN LANEIJIII ROAD' WORK AHEAD W20- 1 TEMPORARY TRAFFIC CONTROL DEVICE SHOULDER WORK AREA LEGEND 0 SIGN LOCATION - TRIPOD MOUNT 0 ooTEMPORARY TRAFFIC CONTROL DEVICES PROTECTIVE VEHICLE (WHEN SPECIFIED IN CONTRACT) PROTECTIVE VEHICLE WITH TRUCK MOUNTED ATTENUATOR (WHEN SPECIFIED IN CONTRACT FOR HIGH SPEED ROADWAYS) BUFFER DATA BUFFER SPACE = B SPEED (MPH) 25 30 35 40 45 50 55 - - - LENGTH (feet) 55 85 120 170 220 280 335 - - 125 BUFFER VEHICLE ROLL AHEAD DISTANCE = R VEHICLE TYPE TYPICAL VEHICLE LOADED WEIGHT (lbs) POSTED SPEED (mph) STATIONARY OPERATION (feet) MOVING OPERATION (feet) 4 YARD DUMP TRUCK 24,000 - 50-55 75 45 50 2 TON CARGO TRUCK 15.000 50-55 100 45 75 ROLL AHEAD STOPPING SIGHT DISTANCE ASSUMES DRY PAVEMENT NOTES END `ROAD WORK) G20 -2A q .M MINIMUM TAPER LENGTH = L (feet) LANE WIDTH (feet) 10 11 12 Posted Speed mph) 25 30 35 40 45 50 55 60 65 70 105 150 205 270 450 500 550 - - - 115 165 225 295 495 550 605 - - - 125 180 245 320 540 600 660 - - - 1. FOR LONG-TERM PROJECTS= CONFLICTING PAVEMENT MARKINGS NO LONGER APPLICABLE SHALL BE REMOVED. TEMPORARY MARKINGS SHALL BE USED AS NECESSARY AND SIGNS SHALL BE POST MOUNTED. mELEO. INOINEERINO VEµ Mosul, BY TIE ,wNoFORPIAicw+nno ax AEE was mount CHANNELIZING DEVICE SPACING (feet) MPH TAPER TANGENT 50/70 40 80 35/45 30 60 25/30 20 40 EXPIRES NOVEMBER 23, 20031 INTERSECTION SHOULDER WORK 4 WAY INTERSECTION STANDARD PLAN K-13 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 12-20.02 STATE DESIGN ENGINEER DATE Y Washington Mato Deportment of Ts n.ps1stion BUFFER DATA BUFFER SPACE = B SPEED IMPHI 25 30 35 40 45 50 55 550 20 LENGTH (feet) 55 85 120 170 220 280 335 550 605 PROTECTIVE VEHICLE ROLL AHEAD DISTANCE R TYPICAL LOADED PROTECTIVE VEHICLE TYPICAL VEHICLE LOADED WEIGHT (LBS) POSTED SPEED (mph) STATIONARY OPERATION (feet) 245 4 YARD DUMP TRUCK 24.000 60-65 100 50-55 75 45 50 2 TON CARGO TRUCK 5,000 60-65 150 50-55 100 45 75 1 TON CARGO TRUCK 10.000 60-65 200 50-55 150 45 100 ROLL AHEAD STOPPING DISTANCE ASSUMES DRY PAVEMENT END ROAD WORK G20 -2A 500' MAX. MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH WIDTH Posted Speed Imphl 25 30 35 40 45 50 55 10 105 150 205 270 450 500 550 20 40 11 115 165 225 295 495 550 605 12 125 180 245 320 540 600 660 W20-1 W20-4 W20 -7A G20 -2A SIGN SPACING = X (FEET) Rural Roods 45/55 MPH 500'+ - Urban Arterials 35/40 MPH 350'+ - Urban Streets Residential Areas 8 25/30 MPH Business Districts 200'+ - All signs ore block on orange unless otherwise designated. •• OPTIONAL IF 40 NPH OR LESS W1 -4R CHANNELIZING DEVICE SPACING (FEET) MPH TAPER TANGENT 50/55 40 80 35/45 30 60 25/30 20 40 W20 -7A ••W20 -7B W20- 1 T R4 -7b B/W (TWO SIGNS) 100' /2 L e -o on -0- -12- o o -o -a -=-e -0-$a-0 0 °-�- 0 .-9- 32 9 a u /WORK AREA/ WI -4L W20-74 LEGEND /2 L ® SIGN LOCATION -PORTABLE MOUNT A 0 0 0 MCS:_ ®NON SIGN LOCATION -TRIPOD MOUNT FLAGGING STATION B LJR� G20 -2A TEMPORARY TRAFFIC CONTROL DEVICES PROTECTIVE VEHICLE (WHEN SPECIFIED IN CONTRACT) PROTECTIVE VEHICLE WITH TRUCK MOUNTED ATTENUATOR (WHEN SPECIFIED IN CONTRACT FOR HIGH SPEED ROADWAYS) 11. 20-7A ••W20 -7B END ROAD WORK G20 2AEND ROAD WORK NOTES 1. EXTEND TAPER ACROSS SHOULDER. W20-4 2. IF EXISTING SIGNAL IS PRESENT, SIGNAL SHALL BE SET TO ALL "RED FLASH MODE" OR DE -ENERGIZED DURING FLAGGING OPERATIONS. 20-1 3. IF THE LANE SHIFT IS SHORT AND HAS SHARP CURVES (30 MPH OR LESS) USE SIGN W1-3 IN LIEU OF SIGN W1-4. EXPIRES NOVEMBER 23.2003 INTERSECTION LANE CLOSURE THREE LANE ROADWAY STANDARD PLAN K-15 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 12-20-02 MOM PLINISM01. aLL F11.8.1Ai DOCUMENT MIT AN E4ECIRv,C OLaNM rE ME MOM, MA.1,11,ME ENOE[ERAME NAMED Mg N4WCmOY.n.�rOYME ATTIE mN,TAnr ,EE rrNmw .E..EMTAMIN ACorr Nt.•EE,TAE® STATE OE&ON ENaINEEA MTE iaWas Washington State Doporlm•nt of TnN,poriation NM®- - MI I r N-- r ■r r r 11111 RIO /I 11111- 'EXPIRES NOVEMBER 23, 20031 11111 r ■■I MN - N - - - - - SE 1 - - - - MN MN BUFFER DATA BUFFER SPACE = B SPEED (MPH) 25 30 35 40 45 50 55 550 20 40 LENGTH (feet) — — — ITO 220 280 335 605 PROTECTIVE VEHICLE ROLL AHEAD DISTANCE . R VEHICLE TYPE TYPICAL VEHICLE LOADED WEIGHT (LEIS) POSTED SPEED (mph) STATIONARY OPERATION (feet) 320 4 YARD DUMP TRUCK45 24,000 660 100 50-55 75 50 2 TON CARGO TRUCK 15,000 150 50-55 100 45 75 I TON CARGO TRUCK 10,000 200 50-55 150 45 100 —ROLL -AHEAD -STOPPING -DISTANCE -ASSUMES -DRY -PAVEMENT LEGEND • MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (feet) Posted Speed mph) 25 30 35 40 45 50 55 10 105 150 205 270 450 500 550 20 40 11 115 165 225 295 495 550 605 12 125 180 245 320 540 600 660 G20 -2o END ROAD WORK 1* R4 -7b B/W (TWO SIGNS) 500' MAX. KEEP RIGHT SIGN SPACING = X (FEET) Rural Roods 45/55 MPH 500't - Urban Arterials 35/40 MPH 350'+ - Urban Streets Residential Areas & 25/30 MPH Business Districts 200'. - All signs ore block on oronge unless otherwise designated. W1 -4R CHANNELIZING DEVICE SPACING (FEET) MPH TAPER TANGENT 50/60 40 80 35/45 30 60 25/30 20 40 W20-1 O O O O 0- 7 AREA IDN O O 0— 0 0 —0 0 --0 0 --0 0 -0- 0 0 — O 0 O 0 • e • 0 )7 17 '7 q W20 -5(L) ® SIGN LOCATION -PORTABLE MOUNT N SIGN LOCATION -TRIPOD MOUNT DDD SEQUENTIAL ARROW SIGN O 0 0 TEMPORARY TRAFFIC CONTROL DEVICES MOIS AMObi PROTECTIVE VEHICLE (WHEN SPECIFIED IN CONTRACT) PROTECTIVE VEHICLE WITH TRUCK MOUNTED ATTENUATOR (WHEN SPECIFIED IN CONTRACT FOR HIGH SPEED ROADWAYS) L /2 r 500' MAX. NOTES 1. FOR LONG-TERM PROJECTS, CONFLICTING PAVEMENT MARKINGS NO LONGER APPLICABLE SHALL BE REMOVED OR OBLITERATED AS SOON AS PRACTICABLE. TEMPORARY MARKINGS SHALL BE USED AS NECESSARY AND SIGNS SHALL BE POST MOUNTED. 2. STEADY BURNING WARNING LIGHTS (TYPE C, MUTCD) SHALL BE USED TO MARK CHANNELIZING DEVICES AT NIGHT AS NEEDED. -1 END ROAD WORK G20 -2a 3. IF THE LANE SHIFT I5 SHORT AND HAS SHARP CURVES (30 MPH OR LESS) USE SIGN WI -3 IN LIEU OF SIGN W1-4. LANE SHIFT THREE LANE ROADWAY STANDARD PLAN K-18 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 12-20-02 MOM. SUMEDsr TIE EMBAVEmw Euf MBIAND APPROVED/4M K9T011.1 03,1 FOIE TOE LE (AT 114:01.0.231.rov mATEOwArt�vrOf mAnacxrAmIa AmwNAraE asu,® STATE DESION ENGIMEE. MM WIWashington SM. D-porlm..I of Transportation EXPIRES NOVEMBER 23.20031 ROAD WORK AHEAD W20-1 W20 -5L LEFT LANE CLOSED AHEAD, END ROAD WORK W20-1 G20 -2A G20- 2A ROAD WORK AHEAD END ROAD WORK TYPE 3 L BARRICADE ROAD WORK AHEAD RIGHT LANE MU ST TURN RIGHT END ROAD WORK 020-2A LEGEND N SIGN LOCATION -TRIPOD MOUNT ® SIGN LOCATION -PORTABLE MOUNT o 0 o TEMPORARY TRAFFIC CONTROL DEVICES /hi TYPE 3L BARRICADE SEOUENTIAL ARROW SIGN -----OBLITERATED MARKINGS ISEE NOTE 4) 64> PAINTED TRAFFIC ARROW (OPTIONAL) ROAD WORK AHEAD VJ NOTES 1. NO LEFT TURN SIGNS ARE TO BE USED IF TRAFFIC VOLUMES ARE TOO HIGH OR THERE IS A SIGNAL OPERATING. CLOSE LEFT TURN POCKET IF THERE I5 ONE ON THE SIDE STREET. 2. FLASHING WARNING LIGHTS (TYPE A, MUTCD) SHOULD BE USED TO MARK BARRICADES AT NIGHT. 3. STEADY BURNING WARNING LIGHTS (TYPE C, R3-2 MUTCD) SHALL BE USED TO MARK CHANNELIZING R/W DEVICES AT NIGHT. ISEE NOTE 1.) W20-1 G20- 2A R3 -71R) B/W R3- 8 B/W W20-1 R3-2 R/W ISEE NOTE 1.) 4. FOR LONG-TERM PROJECTS, CONFLICTING PAVEMENT MARKINGS NO LONGER APPLICABLE SHALL BE REMOVED OR OBLITERATED. TEMPORARY MARKINGS SHALL BE USED. MINIMUM TAPER LENGTH a L (feet) LANE WIDTH (feet) (feet 10 11 12 Posted Speed mph) 25 30 35 40 45 50 55 105 150 205 270 450 500 550 25/30 20 40 115 165 225 295 495 550 605 125 180 245 320 540 600 660 SIGN SPACING A X (feet) MPH RurolRoods 45/55 MPH 500'+ - Urban Arterlols 35/40 MPH 350'+ - Urban Streets Residentlol Areas 8 25/30 MPH Business Districts 200'+ - All signs ore block on orange unless otherwise designated. 60 CHANNELIZING DEVICE SPACING (feet) MPH TAPER TANGENT 50/70 40 80 35/45 30 60 25/30 20 40 HALF ROAD CLOSURE STANDARD PLAN K-20 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 12-20-02 NOIE DOS MI IMMO! LEO. WIELECIRONICOURJCVE avaaML MINED BY DI E. 194.1071 ,ANOAMPOVEDINA ItAILIG17. ORE, OM PIE 111E WASNIN01. STATE oaNmaw,O• mAvwaRr nav A CO, NAY lie OIMINED UPON MIMI.. STATE DEVON ENOMEER MTE Washington Slate D-po,mwnl of Tmnapoabtion - - MIN MIN IIIIII - - - - MINI - - - - - EXPIRES NOVEMBER 23.20031 NMI UN 111111 11111 111111 NS UN 11111 NI 11111 EN MN 11111 111111 EMI CHANNELIZING DEVICE SPACING (FEET) MPH TAPER TANGENT 50/65 40 80 35/45 30 60 25/30 20 40 SIGN SPACING = X (FEET) Rural Roads Urban Arterials 95/55 MPH 35/40 MPH 350'+ - Urban Streets Res)den lol Areos & 25/30 MPH Business Districts AIIsigns ore block on orange unless otherwise designated. 200'+- W13-1 B/Y REDUCED SPEED AHEAD R2 -SA J 8/W X ROAD WORK AHEAD W20-1 M N • 0 REDUCED SPEED AHEAD R2 -5A B/W SHLD. LANE SLOPE 10 0 2' 13' GRAVELLED AREA W13-1 B/Y LEGEND SIGN LOCATION - POST MOUNT SIGN LOCATION - TRIPOD MOUNT TEMPORARY TRAFFIC CONTROL DEVICES (SAFETY DRUMS) TYPE ""A"" FLASHING WARNING LIGHT EXIST. EXISTING 12' LANE 3' SHLD. TUBULAR MARKERS GRAVELLED AREA EXISTING ROADWAY PAINTED CENTER STRIPE TO REMAIN EXISTING 12' LANE EXIST. 10' SHLD. TEMPORARY TRAFFIC CONTROL DEVICE SAFETY DRUM REFLECTORIZED GRAVELLED AREA 4:1 WEDGE OF COMPACTED STABLE MATERIAL AS PER STD. SPEC. 1-07.23(1) ONE LANE REPAIR DURING NON -WORKING HOURS STANDARD PLAN K-27 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 12-20-02 MOM IMap IXPIGVE 174E0MONAL.SMEOBVIHEENOINEISRANOOMOVIMFORIUSLOGIIIONISIGEPTONFI. m13.71ED®AENEErrmwsuvrAmv. AmwwIIMOOTAE® Ex STATE DESIGN ENGINES. DATE Y Washington Wats DEpammM of Transportation 1 1 1 1 1 1 1 1 1 CONSTRUCTION SEQUENCE 1 1 1 1 1 1 1 1 1 CITY OF YAKIMA MLK JR. BLVD. & LINCOLN AVE. GRADE SEPARATIONS PHASE 1 City Project No. 1818 HLA Project No. 06106 CONSTRUCTION SEQUENCE The specific of the order of work may be at the Contractor's option, but work shall be closely coordinated with the construction sequence outlined below to minimize impacts to business owners in the Historic District and utility outages for the County Jail and Jail Annex. The Contractor may submit an alternate construction sequence for review and approval prior to construction. The City reserves the right to alter the sequence at any time prior to the Contractor beginning work in a specific area. FIRST ORDER OF WORK 1 Existing street pavement section shall be removed on Front Street from Yakima Avenue to a point approximately 100 feet north of 'A' Street and `A' Street from Front Street to First Street. All existing manholes and valve boxes shall be lower below subgrade and plated. Contractor shall maintain a minimum of one lane traffic on Front and `A' Streets while constructing new water mains, making the transfers of water services, and slip -lining the existing sanitary sewer main and opening them back up to two lanes at the end of the day. 2. Historic District water main and MLK Blvd. water main work serving the Jail and Jail Annex shall be done next and shall be completed prior to beginning any other schedules of work, unless otherwise directed by the Engineer. See Sheet 2 of the Plans for a sequence of work to minimize the shut -down time for the businesses and the County Jail and Annex for transferring water services from the old to the new water mains. The Contractor shall have all tools, equipment, materials, pipe, valves, fittings, and appurtenances necessary for a complete and operational installation prior to beginning work. All work shall be completed in an expedient and timely fashion. Water services shut -downs to businesses in the Historic District shall be kept to a minimum. If possible shut -down of service should be done during non -business hours. The Contractor shall complete as much work as practical prior to water service shut -down. The Contractor shall coordinate a minimum of two (2) working days prior to pipe shutdown and dewatering with the City and all water customers hooked to the effected portion of water main. SECOND ORDER OF WORK (Portions of Schedule B,C and A) 1. The Contractor shall install sanitary sewer slip -line in the Historic District. 2. Begin roadway construction of Front Street and 'A' Streets, Schedule C work, and continue expeditiously to completion. 3. All other work remaining in Contract. G:\PROJECTS\2006\06106\SPECS.doc 1 1 1 1 1 1 1 1 AMENDMENTS TO THE 2006 1 WASHINGTON STATE DEPARTMENT I OF TRANSPORTATION STANDARD SPECIFICATIONS 1 G:\PROJECTS\2006\06106\SPECS.doc 1 1 1 1 1 1 1 1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2006 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 1-04, SCOPE OF THE WORK April 3, 2006 1-04.6 Variation in Estimated Quantities The paragraph beginning with if the adjusted final quantity of any items, is revised to read: If the adjusted final quantity of any item does not vary from the quantity shown in the proposal by more than 25%, then the Contractor and the Contracting Agency agree that all work under that item will be performed at the original contract unit price. SECTION 1-06, CONTROL OF MATERIAL April 3, 2006 1-06.1 Approval of Materials Prior To Use The second sentence in the first paragraph is revised to read: The Contractor shall use the Qualified Product List (QPL), the Aggregate Source Approval (ASA) Database, or the Request for Approval of Material (RAM) form. Number 1 under the second paragraph is revised to read: 1. Shall be new, unless the Special Provisions or Standard Specifications permit otherwise; 1-06.1(1) Qualified Products List (QPL) This section is supplemented with the following: The current QPL can be accessed on-line at www.wsdot.wa qov/biz/mats/QPL/QPL.cfm The following new sub -section is inserted to follow 1-06.1(2). 1-06.1(3) Aggregate Source Approval (ASA) Database The ASA is a database containing the results of WSDOT preliminary testing of aggregate sources. This database is used by the Contracting Agency to indicate the approval status of these aggregate sources for applications that require preliminary testing as defined in the contract. The ASA 'Aggregate Source Approval Report' identifies the currently approved applications for each aggregate source listed. The acceptance and use of these aggregates is contingent upon additional job sampling and/or documentation. Aggregates approved for applications on the ASA `Aggregate Source Approval Report' not conforming to the specifications, not fulfilling the acceptance requirements, or improperly handled or installed, shall be replaced at the Contractor's expense. G:\PROJ ECTS12006\06106\SPECS.doc -1- For questions regarding the approval status of an aggregate source, contact the WSDOT Regional Materials Engineer for the Region the source is located in. The Contracting Agency reserves the right to make revisions to the ASA database at anytime. If there is a conflict between the ASA database and the contract, then the contract shall take precedence over the ASA database in accordance with Section 1-04.2. The ASA database can be accessed on-line at www.wsdot.wa.gov/biz/mats/ASA 1-06.2(2)D Quality Level Analysis Item 9 under the first paragraph is revised to read: 9. Determine the Composite Pay Factor (CPF) for each lot. CPF = f1(PF1) + f2(PF2) +•••+ fi(PFi) Efi i=1toj where: fi = price adjustment factor listed in these Specifications for the applicable material j = number of constituents being evaluated SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 7, 2006 1-07.9(1) General The fifth paragraph is revised to read• If employing labor in a class not listed in the contract provisions on state funded projects only, the Contractor shall request a determination of the correct wage and benefits rate for that class and locality from the Industrial Statistician, Washington State Department of Labor and Industries (State L&I), and provide a copy of those determinations to the Engineer. The fifth paragraph is supplemented with the following new paragraph: If employing labor in a class not listed in the contract provisions on federally funded projects, the Contractor shall request a determination of the correct wage and benefits for that class and locality from the U. S. Secretary of Labor through the project engineer's office. Generally, the contractor initiates the request by preparing standard form 1444 and submitting it to the project engineers' office for further action. 1-07.10 Worker's Benefits The fourth paragraph is revised to read: The Public Works Contract Division of the Washington State Department of Labor and Industries will provide the Contractor with applicable industrial insurance and medical aid classification and premium rates. After receipt of Revenue Release from the Washington State Department of Revenue, the contracting agency will verify through the Department of Labor and Industries that the Contractor is current with respect to the payments of industrial insurance and medical aid premiums 1-07.15 Temporary Water Pollution/Erosion Control The first paragraph is revised to read: In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the work, nearby land, streams, and other bodies of water, the Contractor shall G:\PROJECTS\2006\06106\SPECS.doc -2- perform all work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. SECTION 1-08, PROSECUTION December 4, 2006 AND PROGRESS 1-08.1 Subcontracting The eighth paragraph (beginning with - On all projects funded with both Contracting Agency funds and Federal assistance ...) is supplemented with the following: The Contractor has the option of submitting actual MBE/WBE or DBE payment data, on Federally assisted, Federally assisted and Contracting agency funded, and Contracting Agency funded only contracts to the contracting agency on a monthly basis using the Contract Monitoring and Tracking System (CMATS) through the BizWeb application located at http://www.omwbe.wa.gov/bizwebatwashington. Use of CMATS will become a requirement for all contractors effective January 7, 2008. 1-08.3 Progress Schedule Section 1-08.3 and all subsections are deleted in their entirety and replaced with the following: 1-08.3 Progress Schedule 1-08.3(1) General Requirements The Contractor shall submit Type A or Type B Progress Schedules and Schedule Updates to the Engineer for approval. Schedules shall show work that complies with all time and order of work requirements in the contract. Scheduling terms and practices shall conform to the standards established in Construction Planning and Scheduling, Second Edition, published by the Associated General Contractors of America. Except for Weekly Look - Ahead Schedules, all schedules shall meet these General Requirements, and provide the following information: 1. Include all activities necessary to physically complete the project. 2. Show the planned order of work activities in a logical sequence. 3. Show durations of work activities in working days as defined in Section 1-08.5. 4. Show activities in durations that are reasonable for the intended work. 5. Define activity durations in sufficient detail to evaluate the progress of individual activities on a daily basis. 6. Show the physical completion of all work within the authorized contract time. The Contracting Agency allocates its resources to a contract based on the total time allowed in the contrat. The Contracting Agency may accept a Progress Schedule indicating an early physical completion date but cannot guarantee the Contracting Agency's resources will be available to meet an accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of Contracting Agency's resources or for other reasons beyond the Contracting Agency's control. If the Engineer determines that the Progress Schedule or any necessary Schedule Update does not provide the required information, then the schedule will be returned to the Contractor for correction and resubmittal. The Engineer's approval of any schedule shall not transfer any of the Contractor's responsibilities to the Contracting Agency. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the time(s) specified in the contract. G1PROJ ECTS\2006\06106\SPECS.doc -3- 1-08.3(2) Progress Schedule Types Type A Progress Schedules are required on all projects that do not contain the bid item for Type B Progress Schedule. Type B Progress Schedules are required on all projects that contain the bid item for Type B Progress Schedule. Weekly Look -Ahead Schedules and Schedule Updates are required on all projects. 1-08.3(2)A Type A Progress Schedule The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the date the contract is executed, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.3(2)B Type B Progress Schedule The Contractor shall submit a preliminary Type B Progress Schedule no later than five calendar days after the date the contract is executed. The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1-08.3(1), except that it may be limited to only those activities occurring within the first 60 working days of the project. The Contractor shall submit five copies of a Type B Progress Schedule no later than 30 calendar days after the date the contract is executed. The schedule shall be a critical path method (CPM) schedule developed by the Precedence Diagramming Method (PDM). Restraints may be utilized, but may not serve to change the logic of the network or the critical path. The schedule shall display at least the following information. Contract Number and Title Construction Start Date Critical Path Activity Description Milestone Description Activity Duration Predecessor Activities Successor Activities Early Start (ES) and Early Finish (EF) for each activity Late Start (LS) and Late Finish (LF) for each activity Total Float (TF) and Free Float (FF) for each activity Physical Completion Date Data Date The Engineer will evaluate the Type B Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.3(2)C Vacant 1-08.3(2)D Weekly Look -Ahead Schedule Each week that work will be performed, the Contractor shall submit a Weekly Look - Ahead Schedule showing the Contractor's and all subcontractors' proposed work activities for the next two weeks. The Weekly Look -Ahead Schedule shall include the description, duration and sequence of work, along with the planned hours of work. This schedule may be a network schedule, bar chart, or other standard schedule format. The Weekly Look -Ahead Schedule shall be submitted to the Engineer by the midpoint of the week preceding the scheduled work or some other mutually agreed upon submittal time. G:\PROJECTS \2006\06106\SP E CS. d oc -4- 1-08.3(3) Schedule Updates The Engineer may request a Schedule Update when any of the following events occur: 1. The project has experienced a change that affects the critical path. 2. The sequence of work is changed from that in the approved schedule. 3. The project iso significantly delayed. 4 Upon receiving an extension of contract time. The Contractor shall submit five copies of a Type A or Type B Schedule Update within 15 calendar days of receiving a written request, or when an update is required by any other provision of the contract. A "significant" delay in time is defined as 10 working days or 10 percent of the original contract time, whichever is greater. In addition to the other requirements of this Section, Schedule Updates shall reflect the following information: 1. The actual duration and sequence of as -constructed work activities, including changed work. 2. Approved time extensions. 3. Any construction delays or other conditions that affect the progress of the work. 4. Any modifications to the as -planned sequence or duration of remaining activities. 5. The physical completion of all remaining work in the remaining contract time. Unresolved requests for time extensions shall be reflected in the Schedule Update by assuming no time extension will be granted, and by showing the effects to follow-on activities necessary to physically complete the project within the currently authorized time for completion. 1-08.3(4) Measurement No specific unit of measurement shall apply to the lump sum item for Type B Progress Schedule. 1-08.3(5) Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when it is included in the proposal: "Type B Progress Schedule", lump sum. The Lump Sum price shall be full pay for all costs for furnishing the Type B Progress Schedule and preliminary Type B Progress Schedule. Payment of 80 percent of the lump sum price will be made upon approval of the Progress Schedule. Payment will be increased to 100 percent of the lump sum price upon completion of 80 percent of the original total contract award amount. All costs for providing Type A Progress Schedules and Weekly Look -Ahead Schedules are considered incidental to other items of work in the contract. No payment will be made for Schedule Updates that are required due to the Contractors operations. Schedule lUpdates required by events that are attributed to the actions of the Contracting Agency will be paid for in accordance with Section 1-09.4. 1-08.4 Prosecution of Work The first sentence is revised to read: G:\PROJECTS\2006\06106\SPECS.doc -5- The Contractor shall begin work within 21 calendar days from the date of execution of the contract by the Contracting Agency, unless otherwise approved in writing. 1-08.5 Time for Completion This section is revised to read: 1 1 The Contractor shall complete all physical contract work within the number of "working days" stated in the Contract Provisions or as extended by the Engineer in accordance with Section 1- 08.8. Every day will be counted as a "working day" unless it is a nonworking day or an Engineer determined unworkable day. A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the contract specifically prohibits work on the critical path of the Contractor's approved progress schedule, or one of these holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. An unworkable day is defined as a half or whole day the Engineer declares to be unworkable because of weather or conditions caused by the weather that prevents satisfactory and timely performance of the work shown on the critical path of the Contractor's approved progress schedule. Other conditions beyond the control of the Contractor may qualify for an extension of time in accordance with Section 1-08.8. Contract time shall begin on the first working day following the 21st calendar day after the date the Contracting Agency executes the contract. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. The contract provisions may specify another starting date for contract time, in which case, time will begin on the starting date specified. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any half or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. The Engineer will give the Contractor written notice of the physical completion date for all work the contract requires. That date shall constitute the physical completion date of the contract, but shall not imply the Secretary's acceptance of the work or the contract. The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: G:\PROJ ECTS\2006\06106\S P E C S. doc -6- r 1 1 1 1 1 1 1 1 1 1 a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal -aid Projects) e. Final Contract Voucher Certification 1-08.8 Extensions of Time Section 1-08.8 is revised to read: The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The requests for time extension shall be limited to the affect on the critical path of the Contractor's approved schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The request shall include an updated schedule that supports the request and demonstrates that the change or event: (1) lhad a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work o l by using other reasonable alternatives. If a request combined with previous extension requests, equals 20 percent or more of the original contract time then the Contractor's letter of request must bear consent of Surety. In evaluating any request, the Engineer will consider how well the Contractor used the time from contract execution up to the point of the delay and the effect the delay has on any completion times included in the special provisions. The Engineer will evaluate and respond within 15 calendar days of receiving the request. The authorized time for physical completion will be extended for a period equal to the time the Engineer determines the work was delayed because of: 1. Adverse weather causing the time requested to be unworkable, provided that the Engineer had not already declared the time to be unworkable and the Contractor has filed a written protest according to Section 1-08.5. 2. Any action, neglect, or default of the Contracting Agency, its officers, or employees, or of any other contractor employed by the Contracting Agency. 3. Fire or other casualty for which the Contractor is not responsible. 4. Strikes. 5. Any other conditions for which these Specifications permit time extensions such as: a. In Section 1-04.4 if a change including, unchanged work. b. In Section 1-04.5 if increased time is part of a protest that is found to be a valid protest. c. In Section 1-04.7 if a changed condition is determined to exist that caused a delay in completing the contract. d. In Section 1-05.3 if the Contracting Agency does not approve properly prepared and acceptable drawings within 30 calendar days. e. In Section 1-07.13 if the performance of the work is delayed as a result of damage by others. f. In Section 1-07.17 if the removal or the relocation of any utility by forces other than the Contractor caused a delay. g. In Section 1-07.24 if a delay results from all the right of way necessary for the construction not being purchased and the special provisions does not make specific provisions regarding unpurchased right of way. increases the time to do any of the work G:\PROJECTS\2006\06106\SPECS.doc -7- h. In Section 1-08.6 if the performance of the work is suspended, delayed, or interrupted for an unreasonable period of time that proves to be the responsibility of the Contracting Agency. i. In Section 1-09.11 if a dispute or claim also involves a delay in completing the contract and the dispute or claim proves to be valid. j. In Section 1-09.6 for work performed on a force account basis. 6. If the actual quantity of work performed for a bid item was more than the original plan quantity and increased the duration of a critical activity. Extensions of time will be limited to only that quantity exceeding the original plan quantity. 7. Exceptional causes not specifically identified in items 1 through 6, provided the request letter proves the Contractor had no control over the cause of the delay and could have done nothing to avoid or shorten it. Working days added to the contract by time extensions, when time has overran, shall only apply to days on which liquidated damages or direct engineering have been charged, such as the following: If substantial completion has been granted prior to all of the authorized working days being used, then the number of days in the time extension will eliminate an equal number of days on which direct engineering charges have accrued. If the substantial completion date is established after all of the authorized working days have been used, then the number of days in the time extension will eliminate an equal number of days on which liquidated damages or direct engineering charges have accrued. The Engineer will not allow a time extension for any cause listed above if it resulted from the Contractor's default, collusion, action or inaction, or failure to comply with the contract. The Contracting Agency considers the time specified in the special provisions as sufficient to do all the work. For this reason, the Contracting Agency will not grant a time extension for: • Failure to obtain all materials and workers unless the failure was the result of exceptional causes as provided above in subsection 7; • Changes, protests, increased quantities, or changed conditions (Section 1-04) that do not delay the completion of the contract or prove to be an invalid or inappropriate time extension request; • Delays caused by nonapproval of drawings or plans as provided in Section 1-05.3; • Rejection of faulty or inappropriate equipment as provided in Section 1-05 9; • Correction of thickness deficiency as provided in Section 5-05.5(1)B. The Engineer will determine whether the time extension should be granted, the reasons for the extension, and the duration of the extension, if any. Such determination will be final as provided in Section 1-05.1. SECTION 1-09, MEASUREMENT AND PAYMENT December 4, 2006 1-09.6 Force Account The last paragraph under "3. For Equipment" is revised to read: Copies of the AGC/WSDOT Equipment Rental Agreement will be maintained on the Contracting Agency's web site at www.wsdot.wa.gov. 1-09.9(1) Retainage The fourth paragraph is revised to read: G:\PROJ ECTS\2006\06106\SPECS.doc -8- Release of the retainage will be made 60 days following the Completion Date (pursuant to RCW 39.12, and RCW 60.28) pro ided the following conditions are met: 1. On contracts totaling more than $20,000, a release has been obtained from the Washington State Department of Revenue. 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with the Contracting Agency (RCW 39.12.040). 3. A certificate of Payment of Contributions Penalties and Interest on Public Works Contract is received from the Washington State Employment Security Department. 4. Washington State Department of Labor and Industries (per section 1-07.10) shows the Contractor is current with payments of industrial insurance and medical aid premiums. 5. All claims, as provided by law, filed against the retainage have been resolved. In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are met, the Contractor will be paid such retained percentage less an amount sufficient to pay any such claims togetItier with a sum determined by the Contracting Agency sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT August 7, 2006 2-03.3(2) Rock Cuts This section is revised to read. 1. Preserving Rock Below Subgrade. The Contractor shall take care not to break down, loosen, or damage the rock under the subgrade line, except as provided by Section 2- 03.3(3). Normally cuts will be made from the top, lift by lift, to protect the rock bench that will remain. The Contractor shall be responsible for methods used and for any damage caused to the roadbed, regardless of any previous approvals by the Engineer. 2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the Contractor shall scale and dress them, removing all loose fragments and rocks not firmly fastened to the rock slope. The Contractor shall also remove any overhanging rock the Engineer sees as a hazard to roadway users. If the Engineer requires it, the Contractor shall remove loose fragments and rocks lying outside the slope stakes. Payment for such extra work shall be by force account as provided in Section 1-09.6. The Contracting Agency will pay for loading and hauling these materials at the unit contract prices that apply or as provided in Section 1-04.4. 3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and blasting operations or at any time the Contractor proposes to change the drilling and blasting methods, the Contractor shall submit a blasting plan to the Engineer for review The blasting plan shall contain the full details of the drilling and blasting patterns and controls the Contractor proposes to use for both the controlled and production blasting. The blasting plan submittal is required for all blasting operations and shall contain the following minimum information: a) Station limits of proposed shot. b) Plan and section views of proposed drill pattern including free face, burden, blast hole spacing, blast hole diameter, blast hole angles, lift height, and subdrill depth. c) Loading diagram showing type and amount of explosives, primers, initiators, and location and depth of stemming. d) Initiation sequence of blast holes including delay times and delay system. e) Manufacturer's data sheets for all explosives, primers, and initiators to be employed. G:\PROJECTS\2006\06106\SPECS.doc -9- Review of the blasting plan by the Engineer shall not relieve the Contractor of the responsibility for the accuracy and adequacy of the plan when implemented in the field. When blasting to establish slopes 1/2 to 1 or steeper, and more than 10 feet high, the Contractor shall use controlled blasting. The Engineer may require the Contractor to use controlled blasting to form the faces of other slopes, even if the slopes could be formed by nonblasting methods. Controlled blasting refers to the controlled use of explosives and blasting accessories in carefully spaced and aligned drill holes to provide a free surface or shear plane in the rock along the specified backslope. Controlled blasting techniques covered by this specification include presplitting and cushion blasting. In addition to the blasting plan submittal, when using controlled blasting the Contractor shall: a) Prior to commencing full-scale blasting operations, the Contractor shall demonstrate the adequacy of the proposed blast plan by drilling, blasting, and excavating short test sections, up to 100 feet in length, to determine which combination of method, hole spacing, and charge works best. When field conditions warrant, the Contractor may be ordered to use test section lengths less than 100 feet. Unless otherwise approved by the Engineer, the Contractor shall begin the tests with the controlled blast holes spaced 30 -inches apart, then adjust if needed, until the Engineer approves the spacing to be used for full-scale blasting operations. b) The Contractor shall completely remove all overburden soil and loose or decomposed rock along the top of the excavation for a distance of at least 30 feet beyond the end of the production hole drilling limits, or to the end of the cut, before drilling the presplitting holes. c) The controlled blast holes shall be not less than 21/2 inches nor more than 3 inches in diameter. d) The Contractor shall control drilling operations by the use of the proper equipment and technique to ensure that no hole shall deviate from the plane of the planned slope by more than 9 inches either parallel or normal to the slope. Drill holes exceeding these limits shall not be paid for unless satisfactory slopes are being obtained. e) Controlled blast holes shall extend a minimum of 30 feet beyond the limits of the production holes to be detonated, or to the end of the cut as applicable. f) The length of controlled blast holes for any individual lift shall not exceed 20 feet unless the Contractor can demonstrate to the Engineer the ability to stay within the above tolerances and produce a uniform slope. If greater than 5 percent of the presplit holes are misaligned in any one lift, the Contractor shall reduce the height of the lifts until the 9 -inch alignment tolerance is met. Upon satisfactory demonstration, the length of holes rnay be increased to a maximum of 60 feet with written approval of the Engineer. g) When the cut height requires more than one lift, a maximum 2 -foot offset between lifts will be permitted to allow for drill equipment clearances. The Contractor shall begin the control blast hole drilling at a point that will allow for necessary offsets and shall adjust, at the start of lower lifts, to compensate for any drift that may have occurred in the upper lifts. G:\PROJECTS\2006\06106\S PECS.doc - 10 - h) Before placing charges, the Contractor shall determine that the hole is free of obstructions for its entire depth. All necessary precautions shall be exercised so that the placing of the charges will not cause caving of material from the walls of the holes. i) The maximum diameter of explosives used in presplit holes shall not be greater than 1/2 the diameter of the presplit hole. j) Only standard explosives manufactured especially for controlled blasting shall be used in controlled blast holes, unless otherwise approved by the Engineer. Bulk ammonium nitrate and fuel oil (ANFO) shall not be allowed to be loaded in the presplit holes k) If fractional portions of standard explosive cartridges are used, they shall be firmly affixed to the detonating cord in a manner that the cartridges will not slip down the detonating cord nor bridge across the hole. Spacing of fractional cartridges along the length of the detonating cord shall not exceed 30 inches center to center and shall be adjusted to give the desired results. I) Continuous column cartridge type of explosives used with detonating cord shall be assembled and affixed to the detonating cord in accordance with the explosive manufacturer's instructions, a copy of which shall be furnished to the Engineer. m) The bottom charge of a presplit hole may be larger than the line charges but shall not be large enough to cause overbreak. The top charge of the presplitting hole shall be placed far enough below the collar, and reduced sufficiently, to avoid overbreaking and heaving. n) The upper portion of all presplit holes, from the top most charge to the hole collar, shall be stemmed. Stemming materials shall be sand or other dry angular material, all of which passes a /8 -inch sieve. o) If presplitting is specified, the detonation of these holes shall be fired first. p) If cushion blasting is specified, the detonation of these holes shall be fired last on an instantaneous delay after all other blasting has taken place in the excavation. q) Production blast holes shall not be drilled closer than 6 feet to the controlled blast line, unless approved by the Engineer. The bottom of the production holes shall not be lower than the bottom of the controlled blast holes. Production holes shall not exceed 6 inches in diameter, unless approved by the Engineer. Detonation of production holes shall be on a delay sequence toward a free face. r) The use of horizontal blast holes for either production or controlled blasting is prohibited. SECTION 2-09, STRUCTURE EXCAVATION January 3, 2006 2-09.3(1)E Backfilling Item 1 of the first paragraph under Compaction is revised to read: 1. Backfill supporting roadbed, roadway embankments, or structures, including backfill providing lateral support for noise barrier wall foundations, luminaire poles, traffic signal standards, and roadside and overhead sign structure foundations — placed in horizontal G:\PROJECTS\2006\06106\S PECS.doc - 11 - layers no more than 6 inches thick with each layer compacted to 95 percent of the maximum density determined by the Compaction Control Test, Section 2-03.3(14)D. SECTION 2-12 CONSTRUCTION GEOTEXTILE August 7, 2006 The section title is revised to read. CONSTRUCTION GEOSYNTHETIC 2-12 CONSTRUCTION GEOTEXTILE This heading is revised to read: 2-12 CONSTRUCTION GEOSYNTHETIC 2-12.1 Description The word geotextile is revised to geosynthetic. 2-12.2 Materials In the first and second paragraphs geotextile is revised to geosynthetic. 2-12.3 Construction Requirements In the first, second, and third paragraphs geotextile is revised to geosynthetic. SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES August 7, 2006 3-01.4(1) Acquisition and Development The first paragraph is revised to read: If, under the terms of the Contract, the Contractor is required to provide a source of materials, or if the Contractor elects to use materials from sources other than those provided by the Contracting Agency, the Contractor shall, at no expense to the Contracting Agency, make all necessary arrangements for obtaining the material and shall ensure the quantity of suitable material is available. Preliminary samples shall be taken by or in the presence of the Engineer or a designated representative unless the Engineer permits otherwise. Approval of the source does not relieve the Contractor from meeting these specification requirements, nor does it guarantee that the material will meet these requirements without additional or proper processing. The Engineer may require additional preliminary samples at any time. SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL December 4, 2006 8-01.3(1) General The eighth paragraph, beginning with "In western Washington, erodible soil", is deleted and replaced with the following: Erodible soil not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice, unless authorized otherwise by the Engineer• In'western Washington (west of the Cascade Mountain crest): October 1 through April 30 2 days maximum May 1 to September 30 7 days maximum G:\PROJECTS\2006\06106\SPECS.doc - 12 - In eastern Washington (east of the Cascade Mountain crest.): October 1 through June 30 5 days maximum July 1 through September 30 10 days maximum 8-01.3(1)B Erosion and Sediment Control (ESC) Lead This section is revised to read: The Contractor shall identify the ESC Lead at the preconstruction discussions and in the TESC plan. 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 the Washington State Department of Ecology. The ESC Lead shall be listed on the Emergency Contact List required under Section 1-05113(1). The ESC Lead shall implernent 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. Updating the TESC plan to reflect current field conditions. When a TESC plan is included in the contract plans, the Contractor shall inspect all on-site erosion and sediment control BMPs at least once every calendar week and within 24 hours of runoff events in which stormwater discharges from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once every calendar month. The Erosion and Sediment Control Inspection Form (Form Number 220-030 EF) shall be completed for each inspection and a copy shall be submitted to the Engineer no later than the end of the next working day following the inspection. 8-01.3(2)E Tacking Agent and Soil Binders The third paragraph, (PAM) is revised to read: Soil Binding Using Polyacrylamide (PAM) The PAM shall be applied on bare soil completely dissolved and mixed in water or applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3 pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of cellulose fiber mulch treated with a non-toxic dye shall be applied with the dissolved PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand-held fertilizer spreader or a tractor -mounted spreader. 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch The second paragraph under East of the summit of the Cascade Range, beginning with "The Contractor will be responsible", is deleted. 8-01.3(9)A Silt Fence The fifth paragraph is revised to ead: Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1 1/4 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel posts shall have a minimum weight of 0 90 lbs/ft 8-01.4 Measurement This section is supplemented with the following: G:\PROJECTS\2006\06106\SPECS.doc - 13 - Coir log will be measured by the linear foot along the ground line of the completed installation. 8-01.5 Payment The following bid item is inserted after "Compost Sock", per linear foot: "Coir Log", per linear foot This section is supplemented with the following: "Mowing", per acre SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS December 4, 2006 8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters The first paragraph is supplemented with the following: Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing pavement surface at the rate ordered by the Engineer. 8-04.4 Measurement The first paragraph is revised to read: All curbs, gutters, and spillways will be measured by the linear foot along the line and slope of the completed curbs, gutters, or spillways, including bends. Measurement of cement concrete curb and cement concrete curb and gutter, when constructed across driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL December 4, 2006 8-20.3(2) Excavating and Backfilling The third paragraph is revised to read: The excavations shall be backfilled in conformance with the requirements of Section 2-09.3(1)E, Structure Excavation. 8-20.3(4) Foundations The second paragraph is revised to read: The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation beneath the existing ground line is formed or cased instead of being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted in accordance with Section 2-09.3(1)E. The thirteenth paragraph is revised to read: Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Foundations shall have set at least 72 hours prior to the removal of the forms. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. 8-20.3(9) Bonding, Grounding The first, second, and fourth paragraphs are revised to read: G:\PROJECTS\2006\06106\SPECS.doc - 14 - All metallic appurtenances containing electrical conductors (luminaires, light standards, cabinets, metallic conduit, etc.) shall be made mechanically and electrically secure to form continuous systems, that shall be effectively grounded. Where 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 and NEC. Where existing conduits are used for the installation of new circuits, an equipment -grounding conductor shall be installed unless an existing equipment ground conductor, which is appropriate for the largest circuit, is already present in the existing raceway. The equipment ground conductor between the isolation switch and the sign lighter fixtures shall be a minimum of a 14 AWG stranded copper conductor. Where parallel circuits are enclosed in a common conduit, the equipment - grounding conductor shall Ibe sized by the largest overcurrent device serving any circuit contained within the conduit Supplemental grounding shall be provided at light standards, signal standards, cantilever and sign bridge structures. Steel sign posts which support signs with sign lighting or flashing beacons shall also have supplemental grounding. The supplemental ground conductor shall be connected to the foundation rebar (all rebar crossings shall be wire tied) by means of a grounding connector listed for use in concrete, and lead up directly adjacent to a conduit installed within the foundation. The free end of the conductor shall be terminated to the ground terminal, with an approved clamp, within the pole. If no ground terminal is provided, bond to standard or post. Three feet of slack shall be provided inside the standard. Where a concrete and rebar foundation is not used the supplemental ground shall be a grounding electrode placed in the hole next to the post prior to back fill For light standards, signal standards, cantilever and sign bridge structures the supplemental grounding conductor shall be a non - insulated 4 AWG stranded copper conductor. For steel sign posts which support signs with sign lighting or flashing beacons the supplemental grounding conductor shall be a non -insulated 6 AWG stranded copper conductor. 8-20.3(14)E Signal Standards The second paragraph is revised to read: Signal standards shall not be erected on concrete foundations until the foundations have attained 2400 psi or 14 days after concrete placement. Signal standards without mast arms may be erected after 72 hours. Type IV and V strain pole standards may be erected but the messenger cable (span wire) shall not be placed until the foundation has attained 2400 psi or 14 days after concrete placement. SECTION 9-02, BITUMINOUS MATERIALS January 3, 2006 9-02.1(4) Asphalt Binders This section including title is revised to read. 9-02.1(4) Performance Graded Asphalt Binder (PGAB) PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T 314) of M 320 is not a specification requirement. 9-02.1(4)A Performance Graded Asphalt Binder This section including title is revised to read: 9-02.1(4)A Quality Control Plan The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT State G:\PROJ ECTS12006\06106\S PECS.doc - 15 - Materials Laboratory. Any change to the QCP will require a new QCP to be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that PGAB meets the specification requirements of the contract. 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS -2P This section is revised to read: The asphalt CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. The asphalt CRS - 2P shall meet the following specifications: note 1Distillation modified to use 300 grams of emulsion heated to 350°F ± 9°F and maintained for 20 minutes. note 2The Torsional Recovery test shall be conducted according to the California Department of Transportation Test Method No. 332. The residue material for this test shall come from California Department of Transportation Test Method No. 331. note 3Benson method of toughness and tenacity; Scott tester, inch -pounds at 77°F, 20 in. per minute pull. Tension head 7/$ in diameter. At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity method is used for acceptance the supplier must supply all test data verifying specification conformance SECTION 9-22, MONUMENT CASES August 7, 2006 9-22.1 Monument Cases, Covers, and Risers The AASHTO requirement is revised to read "AASHTO M 306". G:\PROJECTS\2006\061061SPECS.doc -16- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 AASHTO Test Method Specifications Minimum Maximum Viscosity @122°F, SFS T 59 100 400 Storage Stability 1 day % T 59 --- 1 Demulsibility 35 ml. 0 8% Dioctyl Sodium Sulfosuccinate T 59 40 --- Particle Charge T 59 positive --- Sieve Test °A° T 59 --- 0.30 Distillation Oil distillate by vol. of emulsion % T 59note 1 0 3 Residue T 59 note 1 65 --- Test on the Residue From Distillation Penetration @77°F T 49 100 250 Torsional Recovery % note'. 18 or Toughness/Tenacity in -lbs note 3 50/25 --- note 1Distillation modified to use 300 grams of emulsion heated to 350°F ± 9°F and maintained for 20 minutes. note 2The Torsional Recovery test shall be conducted according to the California Department of Transportation Test Method No. 332. The residue material for this test shall come from California Department of Transportation Test Method No. 331. note 3Benson method of toughness and tenacity; Scott tester, inch -pounds at 77°F, 20 in. per minute pull. Tension head 7/$ in diameter. At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity method is used for acceptance the supplier must supply all test data verifying specification conformance SECTION 9-22, MONUMENT CASES August 7, 2006 9-22.1 Monument Cases, Covers, and Risers The AASHTO requirement is revised to read "AASHTO M 306". G:\PROJECTS\2006\061061SPECS.doc -16- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 9-29, ILLUMINATION December 4, 2006 SIGNAL, ELECTRICAL 9-29.2 Junction Boxes Section 9-29.2 including title is revised to read: 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes 9-29.2(1) Standard Junction Box This section including title is revised to read: 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes For the purposes of this specification concrete is defined as Portland Cement Concrete and non -concrete is all ;others. Standard Duty Junction Boxes are defined as Type 1, 2, 7 and 8, and Heavy Duty Junction Boxes are defined as Type 4, 5, and 6. The contractor shall provide shop drawings if their manufacturing process or standard production model includes any deviation from the Standard Plan. For each type of junction box, or whenever there is a design change to the junction box, a proof test, as defined in this specification, shall be performed once in the presence of the Engineer. This section is supplemented with the following new subsections. 9-29.2(1)A Standard Duty Junction Boxes All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C. A complete Type 7 or Type 8 Junction Box includes the spread footing shown in the Standard Plans. Concrete Junction Boxes The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6-07 3, or hot dip galvanized in accordance with ASTM A 111. Concrete used in Standard Duty Junction Boxes shall have a minimum compressive strength of 6000 psi when reinforced with a welded wire hoop, or 4000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in section 9-06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wall. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box. Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to the following: Concrete Reinforcing Steel Fiber Reinforcing Lid Frame Lid Support & Handle Anchors (studs) G:\PROJECTS\2006\06106\SPECS.doc Section 6-02 Section 9-07 ASTM C 1116, Type III ASTM A786 diamond plate steel ASTM A786 diamond plate steel or ASTM A36 flat steel ASTM A36 steel Section 9-06.15 - 17 - Non -concrete Junction Boxes Material for the non -concrete junction boxes shall be of a quality that will provide for a similar life expectancy as Portland Cement Concrete in a direct burial application. Type 1, 2, 7, and 8 non -concrete junction boxes shall have a Design Load of 22,500 lbs. and shall be tested in accordance with 9-29.2(1)C. Non -concrete junction boxes shall be gray in color and have an open bottom design with approximately the same inside dimensions, and present a load to the bearing surface that is less than or equal to the loading presented by the concrete junction boxes shown in the Standard Plans. Non - concrete junction box lids shall include a pull slot and shall be secured with two 1/2 inch stainless steel hex -head bolts factory coated with anti -seize compound and recessed into the cover. The tapped holes for the securing bolts shall extend completely through the box to prevent accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel. 9-29.2(1)B Heavy Duty Junction Boxes Heavy Duty Junction Boxes shall be concrete and have a minimum vertical Toad rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with 9-29.2(1)C . The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3 The concrete used in Heavy Duty Junction Boxes shall have a minimum compressive strength of 4000 PSI. Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: Concrete Reinforcing Steel Lid Frame and stiffener plates Handle Anchors (studs) Bolts, Nuts, Washers Section 6-02 Section 9-07 ASTM A786 diamond plate steel, rolled from plate complying with ASTM A572, grade 50 or ASTM A588 with min. CVN toughness of 20 ft -Ib at 40 degrees F ASTM A572 grade 50 or ASTM A588, both with min. CVN toughness of 20 ft -Ib at 40 degrees F ASTM A36 steel Section 9-06.15 ASTM F 593 or A 193, type 304 or 316 The lid stiffener plates shall bear on the frame, and be milled so that there is full even contact, around the perimeter, between the bearing seat and lid stiffener plates, after fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free from burrs, dirt and other foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated with anti -seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75% of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area percentage will be measured for each side of the lid as it bears on the frame. 9-29.2(1)C Testing Requirements Junction boxes shall be tested by an independent materials testing facility, and a test report issued documenting the results of the tests performed. For concrete junction boxes the independent testing lab shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of and signed off by the Engineer or a designated representative. The Contractor shall give the Engineer 30 days notice prior to testing. One copy of the test report shall be G:\PROJECTS\2006\06106\SPECS. doc - 18 - furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a concrete junction box, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure 4 All load deflection and failure data. 5. Weight of box and cover tested. 6. Upon completion of the required test(s) the box shall be loaded to failure. 7. A brief description of type and location of failure. For non -concrete junction boxes the testing facility shall be a Nationally Recognized Testing Laboratory (witnessing is not required). One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a non -concrete junction box, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load deflection data. 5. Weight of box and cover tested. Testing for Standard Duty Concrete Junction Boxes Standard Duty Concrete Junction Boxes shall be Toad tested to 22,500 pounds. The test load shall be applied uniformly through a 10 -inch x 10inch x 1 inch steel plate centered on the lid The test load shall be applied and released ten times, and the deflection at the test load and released state shall be recorded for each interval. At each interval the junction box shall be inspected for lid deformation, failure of the lid/frame welds, vertical and horizontal displacement of the lid/frame, cracks, and concrete spalling. Concrete junction boxes will be considered to have withstood the test if none of the following conditions are exhibited: 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012 inches that extend 12 inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. Testing for the Standard Duty non -concrete Junction Boxes Non -concrete Junction Boxes shall be tested to a minimum of 22,500 lbs as defined in the ANSI/SCTE 77-2002 Tier 15 test method. In addition the contractor shall provide a Manufacture Certificate of Compliance for each non -concrete junction box installed. Testing for Heavy Duty Junction Boxes Heavy Duty Junction Boxes shall be load tested to 46,000 pounds. The test load shall be applied vertically through a 10 -inch x 20 -inch x 1 -inch steel plate centered on the lid with an orientation both on the long axis and the short axis of the junction box. The test load shall be applied and released ten times on each axis. The deflection at the test load and released state shall be recorded for each interval. At each interval the test box shall be inspected for lid deformation, failure of the lid or frame welds, vertical and horizontal displacement of the lid frame, cracks, and concrete spalling. After the twentieth loading interval the test shall be terminated with a 60,000 pound load being applied vertically through the steel plate ;centered on the lid and with the long edge of steel plate orientated parallel to the long axis!of the box. G:\PROJ ECTS\2006\06106\SPECS.doc - 19 - Heavy Duty Junction Boxes will be considered to have withstood the 46,000 pounds test if none of the following conditions are exhibited: 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012 -inches that extend 12 -inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. Heavy Duty Junction Boxes will be considered to have withstood the 60,000 pounds test if all of the following conditions are exhibited: 1. The lid is operational. 2. The lid is securely fastened. 3. The welds have not failed. 4. Permanent dishing or deformation of the lid is 1/4 inch or less. 5. No buckling or collapse of the box. 9-29.2 (2) Vacant This section including title is revised to read: 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid. The lid for the Heavy Duty and Standard Duty Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as shown in the Standard Plans. The Contractor shall provide shop drawings if their manufacturing process or standard production model includes any deviation from the Standard Plan. For each type of box or whenever there is a design change to the Cable Vault or Pull box, a proof test, as defined in this specification, shall be performed once in the presence of the Engineer. This section is supplemented with the following new sections: 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C for concrete Standard Duty Junction Boxes. Concrete for standard duty cable vaults and pull boxes shall have a minimum compressive strength of 4000 psi. The frame shall be anchored to the vault/box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in Section 9-06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The vault/box shall contain ten studs located near the centerline of the frame and wall. Studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the vault/box. The steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111. Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: Concrete Section 6-02 Reinforcing Steel Section 9-07 Lid ASTM A786 diamond plate steel Frame ASTM A786 diamond plate steel or ASTM A36 flat steel G:\PROJECTS\2006\06106\SPECS.doc - 20 - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Lid Support & Handle Anchors (studs) Bolts, Nuts, Washers ASTM A36 steel Section 9-06.15 ASTM F593 or A 193, type 304 or 316 9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes .Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum compressive strength of 4000 psi, and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9-29.2(1)C for Heavy Duty Junction Boxes. Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: Concrete Reinforcing Steel Cover Ring Anchors (studs) Bolts, Nuts, Washers 9-29.2(4) Cover Markings The first sentence of the first Section 6-02 Section 9-07 Section 9-05.15(1) Section 9-05.15(1) Section 9-06.15 ASTM F593 or A193, type 304 or 316 paragraph is revised to read: Junction boxes, cable vaults, and pull boxes with metallic lids shall be marked with the appropriate legend in accordance with the bead weld details in the Standard Plans. Non- metallic lids shall be embossed with the appropriate legend and a non-skid surface. Legends for metallic lids and non-metallic lids shall be 1 -inch nominal height. The first sentence of the second paragraph is revised to read: Junction boxes, cable vaults and pull boxes shall be marked or embossed for use in accordance with the plans and following schedule: 9-29.6(2) Slip Base Hardware The last sentence in the first paragraph is revised to read: Plate washers shall conform to ASTM A 36, and also shall conform to the flatness tolerances specified in AASHTO M 293 for circular washers. 9-29.6(5) Foundation Hardware The second and third paragraphslare revised to read: Anchor bolts, and associated nuts and washers, for Type CCTV, 11, 111, IV, and V signal standards and luminaire poles shall conform to Section 9-06.5(4). Anchor rods conforming to ASTM A 449 may be substituted, provided that the galvanized ASTM A 449 anchor rods having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with either ASTM A 143 (if the rod length is equal to or greater than five times the bolt diameter) or ASTM F 606 Section 7 (if the rod length is less than five times the nominal bolt diameter). All foundation hardware shall be 100% hot -dipped galvanized in accordance with AASHTO M 111 and AASHTO M 232. SECTION 9-30, WATER DISTRIBUTION MATERIALS August 7, 2006 9-30.6(3)A Copper Tubing This section is revised to read: G:\PROJECTS\2006\06106\SPECS.doc -21 - Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of ASTM B 88, Type K rating. SECTION 9-33, CONSTRUCTION GEOTEXTILE August 7, 2006 Section 9-33 including title is revised in its entirety to read: SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 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 Geosynthetic Application Applicable Property Tables Underground Drainage, Low and Moderate Survivability, Classes A, B, and C Tables 1 and 2 Separation Table 3 Soil Stabilization Table 3 Permanent Erosion Control, Moderate and 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 Temporary Geosynthetic Retaining Wall Tables 7 and 10 Prefabricated Drainage Mat Table 8 Table 10 will be included in the Special Provisions c G:\PROJECTS\2006\06106\S PECS.doc -22- 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 1 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. Table 2: Geotextile for G:\PROJECTS\2006\06106\S PECS.doc nderground drainage filtration properties. - 23 - !ASTM Test Method2 Geotextile Property Requirements' Low Survivability Moderate Survivability Geotextile Property Woven Nonwoven Woven Nonwoven Grab Tensile Strength, in machine and x -machine direction D 4632 180 Ib min. 115 Ib min. 250 Ib min. 160 Ib min. Grab Failure Strain, in machine and x -machine direction D 4632 < 50% >50% < 50% > 50% Seam BreakingD Strength 46323 160 Ib min. 100 Ib min. 220 Ib min. 140 Ib min Puncture 370 Ib 495 Ib Ib Resistance D 6241 min 220 Ib min. min. 310 min. Tear Strength, in machine and x - machine direction D 4533 67 Ib min. 40 Ib min. 80 Ib min. 50 Ib min. Ultraviolet (UV) Radiation 50% strength retained min., Stability D 4355 after 500 hours in a xenon arc device Table 2: Geotextile for G:\PROJECTS\2006\06106\S PECS.doc nderground drainage filtration properties. - 23 - Geotextile Property ASTM Test Method2 Geotextile Property Requirements' Class A Class B Class C AOS D 4751 U.S No. 40 max. U S. No. 60 max. U S No 80 max. Water Permittivity D 4491 0.5 sec:' min. 0.4 sect min. 0 3 sect min. Table 3: Geotextile for separation or soil stabilization. Geotextile Property ASTM Test Method2 Geotextile Property Requirements' Separation Soil Stabilization Woven Nonwoven Woven Nonwoven AOS D 4751 U.S. No. 30 max. U.S. No. 40 max. Peam ttivity D 4491 0.02 :sec' 1 min 0.10 sec' min. Grab Tensile Strength, in machine and x -machine direction D 4632 250 Ib min. 160 Ib min. 315 Ib min. 200 Ib min. Grab Failure Strain, in machine and x -machine direction D 4632 < 50% >50% < 50% > 50% Seam Breaking Strength D 4632' 220 Ib min. 140 Ib min. 270 Ib min. 180 Ib min Puncture Resistance D 6241 495 Ib min. 310 Ib min. 620 Ib min. 430 Ib min. Tear Strength, in machine and x -machine direction D 4533 80 Ib min. 50 Ib min. 112 Ib min. 79 Ib min. Ultraviolet (UV) Radiation Stability D 4355 50% strength retained min., after 500 hours in xenon arc device Table 4: Geotextile for permanent erosion control and ditch lining. Geotextile Property ASTM Test Method2 Geotextile Property Requirements' Control Ditch Lining Permanent Erosion Moderate Survivability High Survivability Woven Non- woven Woven Non- woven Woven Non - woven AOS D 4751 See Table 5 See Table 5 U.S. No. 30 max. Water Permittivity D 4491 See Table 5 See Table 5 0 02 sect min. Grab Tensile Strength, in machine and x -machine direction D 4632 250 Ib min 160 Ib min. 315 Ib min. 200 Ib min. 250 Ib min. 160 Ib min. G:\PROJECTS\2006\06106\S PECS.doc - 24 - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Grab Failure Strain, in machine and x -machine direction D 4632 Geotextile Property Requirements' 15% 50% > 50% — 15% 50% > 50% < 50% > 50% Seam Breaking Strength D 46323 U.S. No. 70 max. 220 Ib min. 140 Ib min. 270 Ib min. 180 Ib min. 220 Ib min. 140 Ib min Puncture Resistance D 6241 Ultraviolet (UV); Radiation Stability 495 Ib min. 310 Ib min. 620 Ib min. 430 Ib min 495 Ib min. 310 Ib min. Tear Strength, in machine and x -machine direction D 4533 80 Ib min. 50 Ib min. 112 Ib min. 79 Ib min. 80 Ib min. 50 Ib min. Ultraviolet (UV) Radiation Stability D 4355 1 70% strength retained min., after 500 hours in xenon arc device Table 5: Filtration properties for geotextile for permanent erosion control. Table 6: Geotextile for temporary silt fence. Geotextile Property ASTM Test Method2 Geotextile Property Requirements' Geotextile Property Class A Class B Class C AOS D 4751 U.S No. 40 max. U.S. No. 60 max. U.S. No. 70 max. Water Permittivity D 4491 c 0 7 se' min. 0.4 se1 min c 0.2 se' mi n. c Table 6: Geotextile for temporary silt fence. Geotextile Property ASTM Test Method2 Geotextile Property Requirements' Unsupported Between Posts Supported Between Posts with Wire or Polymeric Mesh AOS D 4751 U.S No 30 max. for slit wovens, U.S. No. 50 for all other geotextile types, U S. No. 100 min. Water Permittivity D 4491 0.02 sec -1 min. Grab Tensile Strength, in machine and x -machine direction D 4632 180 Ib min. in machine direction, 100 Ib min. in x -machine direction 100 Ib min. Grab Failure Strain, in machine and! x -machine direction D 4632 30% max. at 180 Ib or more Ultraviolet (UV); Radiation Stability D 4355 70% strength retained min., after 500 hours in xenon arc device G:\PROJECTS\2006\06106\SPECS.doc - 25 - 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes Table 7: Minimum properties required for geotextile reinforcement used in geosynthetic reinforced slopes and retaining walls. Geotextile Property ASTM Test Method2 Geotextile Property Requirements' Woven Nonwoven AOS D 4751 U.S No. 20 max. Water Permittivity D 4491 0 02 sec ' min. Grab Tensile Strength, in machine and x -machine direction D 4632 200 Ib min 120 Ib min. Grab Failure Strain, in machine and x -machine direction D 4632 < 50% > 50% Seam Breaking Strength D 46323'4 160 Ib min. 100 Ib min. Puncture Resistance D 6241 370 Ib min. 220 Ib min. Tear Strength, in machine and x -machine direction D 4533 63 Ib min. 50 Ib min. Ultraviolet (UV) Radiation Stability D 4355 70% (for polypropylene and polyethylene) and 50% (for polyester) Strength Retained min., after 500 hours in a xenon arc device 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. Geotextile Property ASTM Test Method2 Geotextile Property Requirements' AOS D 4751 U.S. No. 60 max. Water Permittivity D 4491 0.4 sec ' min Grab Tensile Strength, in machine and x -machine direction D 4632 Nonwoven — 100 Ib min Width Thickness D 5199 12 In. min. 0.4 In. min. Compressive Strength at Yield D 1621 100 psi min. In Plan Flow Rate Gradient = 0.1, Pressure = 5 5 psi Gradient = 1.0, Pressure = 14.5 psi D 4716 5.0 gal./min./ft. 15.0 gal/min./ft. G: \ PROJECTS \2006\06106\S PE C S. doc -26- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 'A11 geotextile properties in Tables 1 through 8 are minimum average roll values (i.e., the test results 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 T 914, Practice for Sampling of Geotextiles for Testing, and T 915, Practice for Conditioning of Geotextiles for Testing, respectively. Copies of these test methods are available at the State Materials Laboratory P.O. Box 47365, Olympia, WA 98504-7365. 3With seam located in the center of 8 -inch long specimen oriented parallel to grip faces. 4Applies only to seams perpendicular to the wall face 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 9-0319(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 Material Approval and Acceptance 9-33.4(1) Geosynthetic Material Approval If the geosynthetic source material 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. Geosynthetic material approval will be based on conformance to the applicable properties from the Tables in Section 9-33.2 or in the Standard Plans or Special Provisions. 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 approve) shall not be the basis of acceptance of specific Tots of material delivered to the Contractor unless the roll numbers of the lot sampled can be clearly identified as the rolls tested and approved in the geosynthetic approval process. 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 T 925, Standard Practice for Determination of Long -Term Strength for Geosynthetic Reinforcement, 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. The Contractor shall submit to the Engineer the following information regarding each geosynthetic material proposed for use: Manufacturer's name and current address, Full product name, Geosynthetic structure, including fiber/yarn type, Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining walls), Proposed geosynthetic use(s), and Certified test results for minimum average roll values. 9-33.4(2) Vacant 9-33.4(3) Acceptance Samples When the quantitieslof geosynthetic materials proposed for use in the following G \PROJECTS\2006\06106\SPECS.doc - 27 - geosynthetic applications are greater than the following amounts, acceptance shall be by satisfactory test report: Application Geosynthetic Quantity Underground Drainage 600 sq. yd. Temporary or Permanent Geosynthetic Retaining Walls All quantities The samples for acceptance testing shall include the information about each geosynthetic roll to be used as stated in 9-33.4(4). 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 Tu,t as provided in the current QPL for the selected product(s). If the selected product(s) are not listed in the current QPL, the result of the testing for To shall be greater than or equal to Tut as determined from the product data submitted and approved by the State Materials Laboratory during source material 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 Cornpliance When the quantities of geosynthetic proposed for use in each geosynthetic application are less than or equal to the following amounts, acceptance shall be by Manufacturer's Certificate of Compliance: Application Geosynthetic Quantity Underground Drainage 600 sq. yd. Soil Stabilization and Separation All quantities Permanent Erosion Control All quantities Temporary Silt Fence All quantities Prefabricated Drainage Mat All quantities G:\PROJ ECTS\2006\06106\SPECS.doc - 28 - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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, Geosynthetic Polymer type (for all temporary and permanent geosynthetic retaining walls only), Geosynthetic roll n'umber(s), Geosynthetic lot number(s), 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 that 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 Contactor 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 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS April 3, 2006 9-35.2 Construction Signs The first paragraph is supplemented with the following: Post mounted Class A construction signs shall conform to the requirements of this section and additionally shall conform to the requirements stated in section 9-28. The second paragraph is revised, to read: Aluminum sheeting shall be used to fabricate all construction signs. The signs shall have a minimum thickness of 0.080 -inches and a maximum thickness of 0.125 -inches. The first sentence in the fourth paragraph is revised to read: The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, and any other previously approved :sign materials except aluminum is prohibited. Any sign which otherwise meets the requirements of this section and 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. G:\PROJECTS\2006\061061S PECS.doc - 29 -