Loading...
HomeMy WebLinkAboutR-2013-074 West Valley Middle School Vicinity Improvements -A ! irjr 1A�ashingtonstat AGENCY Local Agency Agreement Department of Transportation Agency City of Yakima CFDA No. 20.205 (Catalog of Federal Domestic Assistance) Address 129 N. 2nd Street Project No. SRI-6 -44 / 1 \ (Oo1 Yakima, WA 98901 838 4 Agreement No. �' For OSC WSDOT Use Only The Local Agency having complied, or hereby agreeing to comply, with the terms and conditions set forth in (1) Title 23, U S Code Highways, (2) the regulations issued pursuant thereto, (3) 2 CFR 225, (4) Office of Management and Budget Circulars A -102, and A -133, (5) the policies and procedures promulgated by the Washington State Department of Transportation, and (6) the federal aid project agreement entered into between the State and Federal Government, relative to the above project, the Washington State Department of Transportation will authorize the Local Agency to proceed on the project by a separate notification. Federal funds which are to be obligated for the project may not exceed the amount shown herein' on line r, column 3, without written authority by the State, subject to the approval of the Federal Highway Administration. All project costs not reimbursed by the Federal Government shall be the responsibility of the Local Agency Project Description Name West Valley Middle School Vicinity Improvements Length 730 linear feet Termini Zier Road - 75th Avenue to 72nd Avenue, Mead Avenue and 72nd Avenue Intersection Description of Work This project will construct sidewalk on the south side of Zier Road from 75th Ave. to 72nd Ave, and update the ramps at the SE, SW and NW corners of the intersection of 75th Avenue and Zier Road, by installing truncated domes. The project will also construct a traffic signal at the intersection of 72nd Ave. and Mead Ave., as well as updating the existing curb ramps. The signal will operate in flash mode except during pick -up and drop -off times. Estimate of Funding Type of Work (1) (2) (3) Estimated Total Estimated Agency Estimated , Project Funds Funds Federal Funds _ PE a. Agency 44,000.00 44,000 00 100 % b. Other c. Other Federal Aid d State 1,000.00 1,000 00 Participation Ratio for PE e Total PE Cost Estimate (a +b +c +d) 45,000.00 45,000.00 Right of Way f Agency % g. Other h. Other Federal Aid i State Participation Ratio for RW j Total R/W Cost Estimate (f +g +h +i) Construction k. Contract I. Other m. Other n Other % o Agency , Federal Aid p State Participation Ratio for CN q Total CN Cost estimate (, +I +m +n +o +p) r. Total Project ost Es : +j +q) 45,000.00 45,000.00 Agency Off .1 Washington Sta - Deffartment of Transportation By By .��, A Title City Mana r CITYCONTRACT • i Director of Highways a ‘• Local Programs RESOWTIONNO ' "" 0 !' --- - -_- - Date Executed APR 1 7 1 DOT Form 140 -039 EF 1 Revised 09/2011 Construction Method of Financing (Check Method Selected) •State Ad and Award ❑ Method A - Advance Payment - Agency Share of total construction cost (based on contract award) ❑ Method B - Withhold from gas tax the Agency's share of total construction cost (line 4, column 2) in the amount of $ at $ per month for months. Local Force or Local Ad and Award Method C - Aaencv cost incurred with oartial reimbursement The Local Agency further stipulates that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment of the federal funds obligated, it accepts and will comply with the applicable provisions set forth below Adopted by official action on June 18 2013 , Resolution /Ordinance No 2013 -074 Provisions I. Scope of Work The Agency shall provide all the work, labor, materials, and services necessary to perform the project which is described and set forth in detail in the "Project Description" and "Type of Work." When the State acts for and on behalf of the Agency, the State shall be deemed an agent of the Agency and shall perform the services described and indicated in "Type of Work" on the face of this agreement, in accordance with plans and specifications as proposed by the Agency and approved by the State and the Federal Highway Administration. When the State acts for the Agency but is not subject to the right of control by the Agency, the State shall have the right to perform the work subject to the ordinary procedures of the State and Federal Highway Administration. II. Delegation of Authority The State is willing to fulfill the responsibilities to the Federal Government by the administration of this project. The Agency agrees that the State shall have the full authority to cant' out this administration. The State shall review, process, and approve documents required for federal aid reimbursement in accordance with federal requirements. If the State advertises and awards the contract, the State will further act for the Agency in all matters concerning the project as requested by the Agency If the Local Agency advertises and awards the project, the State shall review the work to ensure conformity with the approved plans and specifications. III. Project Administration Certain types of work and services shall be provided by the State on this project as requested by the Agency and described in the Type of Work above. In addition, the State will furnish qualified personnel for the supervision and inspection of the work in progress. On Local Agency advertised and awarded projects, the supervision and inspection shall be limited to ensuring all work is in conformance with approved plans, specifications, and federal aid requirements. The salary of such engineer or other supervisor and all other salaries and costs incurred by State forces upon the project will be considered a cost thereof. All costs related to this project incurred by employees of the State in the customary manner on highway payrolls and vouchers shall be charged as costs of the project. IV. Availability of Records All project records in support of all costs incurred and actual expenditures kept by the Agency are to be maintained in accordance with local government accounting procedures prescribed by the Washington State Auditor's Office, the U.S. Department of Transportation, and the Washington State Department of Transportation. The records shall be open to inspection by the State and Federal Government at all reasonable times and shall be retained and made available for such inspection for a period of not less than three years from the final payment of any federal aid funds to the Agency Copies of said records shall be furnished to the State and /or Federal Government upon request. V. Compliance with Provisions The Agency shall not incur any federal aid participation costs on any classification of work on this project until authorized in writing by the State for each classification. The classifications of work for projects are: 1 Preliminary engineering. 2. Right of way acquisition. 3 Project construction. In the event that right of way acquisition, or actual construction of the road, for which preliminary engineering is undertaken is not started by the closing of the tenth fiscal year following the fiscal year in which the agreement is executed, the Agency will repay to the State the sum or sums of federal funds paid to the Agency under the terms of this agreement (see Section IX). The Agency agrees that all stages of construction necessary to provide the initially planned complete facility within the limits of this project will conform to at least the minimum values set by approved statewide design standards applicable to this class of highways, even though such additional work is financed without federal aid participation. The Agency agrees that on federal aid highway construction projects, the current federal aid regulations which apply to liquidated damages relative to the basis of federal participation in the project cost shall be applicable in the event the contractor fails to complete the contract within the contract time. VI. Payment and Partial Reimbursement The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency and by the Federal Government. Federal funding shall be in accordance with the Federal Transportation Act, as amended, 2 CFR 225 and Office of Management and Budget circulars A -102 and A -133 The State shall not be ultimately responsible for any of the costs of the project. The Agency shall be ultimately responsible for all costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of federal participation in this project. DOT Form 140 -039 EF 2 Revised 09/2011 The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws. The agency shall • minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for federal participation unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR 225 - Cost Principles for State, Local, and Indian Tribal Government, and retained for audit. The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Government for reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government (see Section IX). 1. Project Construction Costs Project construction financing will be accomplished by one of the three methods as indicated in this agreement. Method A — The Agency will place with the State, within (20) days after the execution of the construction contract, an advance in the amount of the Agency's share of the total construction cost based on the contract award. The State will notify the Agency of the exact amount to be deposited with the State. The State will pay all costs incurred under the contract upon presentation of progress billings from the contractor Following such payments, the State will submit a billing to the Federal Government for the federal aid participation share of the cost. When the project is substantially completed and final actual costs of the project can be determined, the State will present the Agency with a final billing showing the amount due the State or the amount due the Agency This billing will be cleared by either a payment from the Agency to the State or by a refund from the State to the Agency. Method B — The Agency's share of the total construction cost as shown on the face of this agreement shall be withheld from its monthly fuel tax allotments. The face of this agreement establishes the months in which the withholding shall take place and the exact amount to be withheld each month. The extent of withholding will be confirmed by letter from the State at the time of contract award. Upon receipt of progress billings from the contractor, the State will submit such billings to the Federal Government for payment of its participating portion of such billings. Method C — The Agency may submit vouchers to the State in the format prescribed by the State, in duplicate, not more than once per month for those costs eligible for Federal participation to the extent that such costs are directly attributable and properly allocable to this project. Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for Federal participation unless claimed under a previously approved indirect cost plan. The State shall reimburse the Agency for the Federal share of eligible project costs up to the amount shown on the face of this agreement. At the time of audit, the Agency will provide documentation of all costs incurred on the project. The State shall bill the Agency for all costs incurred by the State relative to the project. The State shall also bill the Agency for the federal funds paid by the State to the Agency for project costs which are subsequently determined to be ineligible for federal participation (see Section IX). VII. Audit of Federal Consultant Contracts The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible federal aid costs on the project. The report of said audit shall be in the Agency's files and made available to the State and the Federal Government. An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United States; WSDOT Manual M 27 -50, Consultant Authorization, Selection, and Agreement Administration, memoranda of understanding between WSDOT and FHWA, and Office of Management and Budget Circular A -133. If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, the Agency shall reimburse the State for the amount of such overpayment or excess participation (see Section IX). VIII. Single Audit Act The Agency, as a subrecipient of federal funds, shall adhere to the federal Office of Management and Budget (OMB) Circular A -133 as well as all applicable federal and state statutes and regulations. A subrecipient who expends $500,000 or more in federal awards from all sources during a given fiscal year shall have a single or program - specific audit performed for that year in accordance with the provisions of OMB Circular A -133 Upon conclusion of the A -133 audit, the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State. IX. Payment of Billing The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project (e.g., State force work, project cancellation, overpayment, cost ineligible for federal participation, etc.) is not made to the State within 45 days after the Agency has been billed, the State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to the Agency from the Motor Vehicle Fund. No additional Federal project funding will be approved until full payment is received unless otherwise directed the Director of Highways and Local Programs. X. Traffic Control, Signing, Marking, and Roadway Maintenance The Agency will not permit any changes to be made in the provisions for parking regulations and traffic control on this project without prior approval of the State and Federal Highway Administration. The Agency will not install or permit to be installed any signs, signals, or markings not in conformance with the standards approved by the Federal Highway Administration and MUTCD The Agency will, at its own expense, maintain the improvement covered by this agreement. XI. Indemnity The Agency shall hold the Federal Government and the State harmless from and shall process and defend at its own expense all claims, demands, or suits, whether at law or equity brought against the Agency, State, or Federal Government, arising from the Agency's execution, DOT Form 140 -039 EF Revised 09/2011 3 . performance, or failure to perform any of the provisions of this agreement, or of any other agreement or contract connected with this agreement, or arising by reason of the participation of the State or Federal Government in the project, PROVIDED, nothing herein shall require the Agency to reimburse the State or the Federal Government for damages arising out of bodily injury to persons or damage to property caused by or resulting from the sole negligence of the Federal Government or the State. XII. Nondiscrimination Provision No liability shall attach to the State or Federal Government except as expressly provided herein. The Agency shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any USDOT- assisted contract and /or agreement or in the administration of its DBE program or the requirements of 49 CFR Part 26 The Agency shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of USDOT- assisted contracts and agreements. The WSDOT's DBE program, as required by 49 CFR Part 26 and as approved by USDOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the Agency of its failure to carry out its approved program, the Department may impose sanctions as provided for under Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and /or the Program Fraud Civil Remedies Act of 1986 (31 U S.C. 3801 et seq.). The Agency hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the rules and regulations of the Secretary of Labor in 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee or understanding pursuant to any federal program involving such grant, contract, loan, insurance, or guarantee, the required contract provisions for Federal -Aid Contracts (FHWA 1273), located in Chapter 44 of the Local Agency Guidelines. The Agency further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a State or Local Government, the above equal opportunity clause is not applicable to any agency, instrumentality, or subdivision of such government which does not participate in work on or under the contract. The Agency also agrees: (1) To assist and cooperate actively with the State in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and rules, regulations, and relevant orders of the Secretary of Labor. (2) To furnish the State such information as it may require for the supervision of such compliance and that it will otherwise assist the State in the discharge of its primary responsibility for securing compliance. (3) To refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, government contracts and federally assisted construction contracts pursuant to the Executive Order (4) To carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the State, Federal Highway Administration, or the Secretary of Labor pursuant to Part II, subpart D of the Executive Order — In addition, the Agency agrees that if it fails or refuses to comply with these undertakings, the State may take any or all of the following actions: (a) Cancel, terminate, or suspend this agreement in whole or in part; (b) Refrain from extending any further assistance to the Agency under the program with respect to which the failure or refusal occurred until satisfactory assurance of future compliance has been received from the Agency; and (c) Refer the case to the Department of Justice for appropriate legal proceedings. XIII. Liquidated Damages The Agency hereby agrees that the liquidated damages provisions of 23 CFR Part 635, Subpart 127, as supplemented, relative to the amount of Federal participation in the project cost, shall be applicable in the event the contractor fails to complete the contract within the contract time. Failure to include liquidated damages provision will not relieve the Agency from reduction of federal participation in accordance with this paragraph. XIV. Termination for Public Convenience The Secretary of the Washington State Department of Transportation may terminate the contract in whole, or from time to time in part, whenever (1) The requisite federal funding becomes unavailable through failure of appropriation or otherwise. (2) The contractor is prevented from proceeding with the work as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense, or an Executive Order of the President or Governor of the State with respect to the preservation of energy resources. (3) The contractor is prevented from proceeding with the work by reason of a preliminary, special, or permanent restraining order of a court of competent jurisdiction where the issuance of such order is primarily caused by the acts or omissions of persons or agencies other than the contractor (4) The Secretary determines that such termination is in the best interests of the State. XV. Venue for Claims and/or Causes of Action For the convenience of the parties to this contract, it is agreed that any claims and /or causes of action which the Local Agency has against the State of Washington, growing out of this contract or the project with which it is concerned, shall be brought only in the Superior Court for Thurston County DOT Form 140 -039 EF 4 Revised 09/2011 • . XVI. Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying The approving authority certifies, to the best of his or her knowledge and belief, that: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit the Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subgrants, and contracts and subcontracts under grants, subgrants, loans, and cooperative agreements) which exceed $100,000, and that all such subrecipients shall certify and disclose accordingly This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification as a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U S Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Additional Provisions DOT Form 140 -039 EF 5 Revised 09/2011 . 411111■,: AiJ N1 y Menu WI Washington State Department of Transportation Local Agency Agreement Supplement Agency Supplement Number City of Yakima 1 Federal Aid Project Number Agreement Number CFDA No 20.205 SRTS - 4711(004) LA 8384 (Catalog of Federal Domestic Assistance) The Local Agency requests to supplement the agreement entered into and executed on April 17, 2014 All provisions in the basic agreement remain in effect except as modified by this supplement. The changes to the agreement are as follows Project Description Name West Valley Middle School Vicinity Improvements Length 730 linear feet Termini Zier Road - 75th Avenue to 72nd Avenue, Mead Avenue and 72nd Avenue Intersection Description of Work ® No Change Reason for Supplement Obligate construction funds Are you claiming indirect cost rate? ❑ Yes ® No Project Agreement End Date 12/31/16 Does this change require additional Right of Way or Easements? ❑ Yes ® No Advertisement Date 6/23/15 Estimate of Funding Type of Work ( ( ( ( ( Previous Supplement Estimated Total Estimated Agency Estimated Agreement/Suppl. Project Funds Funds Federal Funds PE a Agency 44,000 00 44.000 00 44,000 00 100 % b Other c. Other Federal Aid d State 1,000 00 1,000 00 1,000 00 Participation Ratio for PE e Total PE Cost Estimate (a +b +c +d) 45,000.00 45,000.00 45,000.00 Right of Way f Agency % q. Other Federal Aid h Other Participation Ratio for RW i. State j Total R/W Cost Estimate (f +g +h +i) Construction k. Contract 453,010 00 453,010.00 453,010 00 I. Other 100 % m Other Federal Aid n Other Participation o Agency 43,994 00 43,994 00 43,994 00 Ratio for CN p State 1.996.00 1,996.00 1,996.00 q Total CN Cost Estimate (k +I +m +n+o +p) 499,000.00 499,000.00 499,000.00 r Total Project Cost Estimate (e +j +q) 1 45,000.001 499,000.00 544,000.00 544,000.00 The Local Agency further st s l=tes that pursuant to said Title 23, regulations and policies and procedures, and as a condition to payment f the Federal 4s obli. -d, it accepts and will comply with the applicable provisions Agency ficial Washi •ton State Department of Transportation By BY •• • s • -fi s1.- Title C.1, YYna" a es4Y- Director, Local Programs Date Executed CO ' S DOT Form 140 -041 Page 1 Revised 04/2015 Agency Supplement Number City of Yakima 1 Federal Aid Project Number Agreement Number CFDA No 20.205 SRTS -4711 (004) LA 8384 (Catalog of Federal Domestic Assistance) VI. Payment and Partial Reimbursement The total cost of the project, including all review and engineering costs and other expenses of the State, is to be paid by the Agency and by the Federal Government. Federal funding shall be in accordance with the Federal Transportation Act, as amended, 2 CFR Part 200 The State shall not be ultimately responsible for any of the costs of the project. The Agency shall be ultimately responsible for all costs associated with the project which are not reimbursed by the Federal Government. Nothing in this agreement shall be construed as a promise by the State as to the amount or nature of federal participation in this project. The Agency shall bill the state for federal aid project costs incurred in conformity with applicable federal and state laws The agency shall minimize the time elapsed between receipt of federal aid funds and subsequent payment of incurred costs Expenditures by the Local Agency for maintenance, general administration, supervision, and other overhead shall not be eligible for federal participation unless a current indirect cost plan has been prepared in accordance with the regulations outlined in 2 CFR Part 200 - Uniform Admin Requirements, Cost Principles and Audit Requirements for Federal Awards, and retained for audit. The State will pay for State incurred costs on the project. Following payment, the State shall bill the Federal Government for reimbursement of those costs eligible for federal participation to the extent that such costs are attributable and properly allocable to this project. The State shall bill the Agency for that portion of State costs which were not reimbursed by the Federal Government (see Section IX) VII. Audit of Federal Consultant Contracts The Agency, if services of a consultant are required, shall be responsible for audit of the consultant's records to determine eligible federal aid costs on the project. The report of said audit shall be in the Agency's files and made available to the State and the Federal Government. An audit shall be conducted by the WSDOT Internal Audit Office in accordance with generally accepted governmental auditing standards as issued by the United States General Accounting Office by the Comptroller General of the United States, WSDOT Manual M 27 -50, Consultant Authorization, Selection, and Agreement Administration, memoranda of understanding between WSDOT and FHWA, and 2 CFR Part 200 501 - Audit Requirements If upon audit it is found that overpayment or participation of federal money in ineligible items of cost has occurred, the Agency shall reimburse the State for the amount of such overpayment or excess participation VIII. Single Audit Act The Agency, as a subrecipient of federal funds, shall adhere to the federal regulations outlined in 2 CFR Part 200 501 as well as all applicable federal and state statutes and regulations. A subrecipient who expends $750,000 or more in federal awards from all sources during a given fiscal year shall have a single or program - specific audit performed for that year in accordance with the provisions of 2 CFR Part 200 501 Upon conclusion of the audit, the Agency shall be responsible for ensuring that a copy of the report is transmitted promptly to the State IX. Payment of Billing The Agency agrees that if payment or arrangement for payment of any of the State's billing relative to the project (e g , State force work, project cancellation, overpayment, cost ineligible for federal participation, etc.) is not made to the State within 45 days after the Agency has been billed, the State shall effect reimbursement of the total sum due from the regular monthly fuel tax allotments to the Agency from the Motor Vehicle Fund No additional Federal project funding will be approved until full payment is received unless otherwise directed by the Director of Local Programs. Project Agreement End Date - This date is based on your projects Period of Performance (2 CFR Part 200 309) Any costs incurred after the Project Agreement End Date are NOT eligible for federal reimbursement. All eligible costs incurred prior to the Project Agreement End Date must be submitted for reimbursement within 90 days after the Project Agreement End Date or they become ineligible for federal reimbursement. XVII. Assurances Local Agencies receiving Federal funding from the USDOT or its operating administrations (i e , Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration) are required to submit a written policy statement, signed by the Agency Executive and addressed to the State, documenting that all programs, activities and services will be conducted in compliance with Section 504 and the Americans with Disabilities Act (ADA) DOT Form 140 - 041 Page 2 Revised 04/2015 CONTRACT THIS AGREEMENT, made and entered into in triplicate, thisc day of 2015, by and between the City of Yakima, hereinafter called the Owner, and Columbia Asphalt & Gravel, Inc Washington Corporation, hereinafter called the Contractor WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows I The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF $ 530 496.50, for West Valley Middle School Vicinity Improvements, City Project No. 2380, all in accordance with, and as described in the attached plans and specifications and the 2014 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 Fifty (50) working days If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11` day after the date on which the City issues the Notice to Proceed If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima II The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III INDEMNIFICATION The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non - performance of the services, duties and obligations required of it under this Agreement. IV The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor V It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written Countersigned CITY OF YAKIMA CONTRACTOR this L S day of . __4 115 \ C Q' ' W` � \Vick. �G ` l Corporation ro ontrac or 41111 _ _.. � . By . ^,�I ty Manager k � • ) " 4 r y y� 1, Print Name) t 1 ,, • Y { 1 V SL 2Sl �l'r • City lerk • r ?� s rD ; i (President, Owner, etc.) I CITYCONTRACTNO: , 1 1 1 2 4-4 : RESOLUTION N0: 13-0 X1 1‘‘ - '/N 1 C QTY CLEWS — t1 04 LS CityofYakima 1 Engineering Division 1 1 WEST VALLEY MIDDLE SCHOOL i .. VICINITY IMPROVEMENTS i .. . — _._ . .... r_,..,.. .str. +} <ii i - •rte. "rJ� } .• . J 1 vim: F- _ yf % ` f1 # 14"1 - _ ,+•.' !r te " 1 1 pOL . Zi 411 ...4 "....., �� � '�+ Construction Contract Specifications & Bid Documents I City Project Number 2380 1 Federal Aid No. SRTS- 4711(004) 1 (-■...... '''' ...'(..'■ \ 129 North Second Street . ti E I Phone (509) 575 -6111 Yakima, WA 98901 °' < < Fax (509) 576 -6305 1 July 2015 IMIN III•1 MI IMO MEN IME MEN MN IMMI NIN NM MI .111 /1/ MI MI IMII NM MIN BID SUMMARY COLUMBIA ASPHALT KRCI, LLC GRANITE CONSTRUCTION ADVANTAGE DIRT ENGINEERS & GRAVEL, INC. COMPANY CONTRACTORS, INC. West Valley Middle School Vicinity Safety Improvements ESTIMATE FEDERAL AID NO SRTS- 4711(004) Yakima, WA Wenatchee, WA Yakima, WA Ellensburg, WA CITY PROJECT NO 2380 ITEM Bid Security 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS $500.00 $500.00 5500.00 $500.00 $100.00 $100.00 $500.00 $500.00 $1,000.00 $1,000.00 2 MOBILIZATION 1 LS $30,000.00 530,000.00 $31,450.00 $31,450.00 $60,000.00 $60,000.00 $57,500.00 $57,500.00 $46,525.00 $46,525.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $30,000.00 $30,000.00 $29,000.00 529,000.00 $73,000.00 $73,000.00 $49,500.00 549,500.00 $96,500.00 $96,500.00 4 CLEARING AND GRUBBING 1 LS $3,000.00 $3,000.00 58,800.00 $8,800.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $9,267.89 $9,267.89 5 REMOVING CEMENT CONC. SIDEWALK 427 SY $16.00 $6,832.00 $40.00 $17,080.00 $20.00 $8,540.00 $20.00 $8,540.00 $12.06 $5,149.62 6 REMOVING CEMENT CONC. CURB 630 LF $5 00 $3,150.00 $6.00 $3,780.00 $10.00 56,300.00 510.00 $6,300.00 $9.95 $6,268.50 7 SAWCUT 620 LF $2.00 $1,240 00 $3.00 $1,860.00 $3.00 $1,860.00 $1.00 $620.00 $8.00 $4,960.00 8 ROADWAY EXCAVATION INCL. HAUL 130 CY $20.00 $2,600.00 $75.00 $9,750.00 $110.00 514,300.00 $200.00 $26,000.00 $43.99 $5,718.70 9 STRUCTURE EXCAVATION CLASS B INCL. HAUL 50 CY $25.00 $1,250.00 560.00 $3,000 00 $22.00 $1,100.00 $70.00 $3,500.00 $22.96 $1,148.00 10 CRUSHED SURFACING BASE COURSE 212 TON $20.00 $4,240.00 $45.00 $9,540.00 $50.00 $10,600.00 $75.00 $15,900.00 $36.99 $7,841.88 11 HMA CL 1/2" PG 64 -28 550 TON $100.00 $55,000.00 $120.00 $66,000.00 $110.00 $60,500.00 $140.00 $77,000.00 $151.27 $83,198.50 12 PLANING BITUMINOUS PAVEMENT 3,400 SY $2.00 $6,800.00 $3.00 $10,200.00 $4.00 $13,600.00 $4.25 $14,450.00 $2.90 $9,860.00 13 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM. 410 LF $75.00 530,750.00 $32.00 $13,120.00 $52.00 $21,320.00 $50.00 $20,500.00 $54.23 $22,234.30 14 CATCH BASIN TYPE 1 3 EA 51,500.00 $4,500.00 $1,700.00 $5,100.00 $2,500.00 $7,500.00 53,000.00 $9,000.00 $2,000 00 $6,000.00 15 CATCH BASIN TYPE 1L 2 EA $2,000.00 54,000.00 $1,700.00 $3,400.00 $2,600.00 $5,200.00 $4,400.00 $8,800.00 $1,500 00 $3,000.00 16 ADJUST MANHOLE 3 EA $900.00 $2,700.00 $800.00 $2,400.00 $500.00 $1,500.00 $800.00 $2,400.00 $730.60 $2,191.80 17 SOLID LID FRAME & GRATE FOR CATCH BASIN TYPE 1 1 EA $500.00 $500.00 $550.00 $550.00 $300.00 $300.00 $600.00 $600.00 $400.00 $400.00 18 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 5 TON $50.00 $250.00 $60.00 $300.00 $20.00 $100.00 5100.00 $500.00 $45.50 $227.50 19 ADJUST VALVE BOX 2 EA $500.00 $1,000.00 5475.00 $950.00 $500.00 $1,000.00 $600.00 $1,200.00 $343 79 $687.58 20 CEMENT CONCRETE TRAFFIC CURB & GUTTER 1,200 LF $20.00 $24,000.00 $16.00 $19,200.00 $25 00 $30,000.00 $18.00 $21,600.00 $29 41 $35,292.00 21 CEMENT CONC. DRIVEWAY APPROACH 84 SY $50.00 $4,200.00 $110.00 $9,240.00 $150.00 512,600.00 $150.00 512,600.00 590.32 $7,586.88 22 REMOVE & RESET CHAIN LINK FENCE & GATE, 4 FOOT 41 LF $40.00 $1,640.00 $65.00 $2,665.00 $55.00 $2,255.00 $55.00 $2,255.00 $30.00 $1,230.00 23 ADJUST MONUMENT CASE & COVER 1 EA $500.00 $500.00 $1,400.00 $1,400.00 $500.00 $500.00 $1,000.00 51,000.00 $878.84 $878.84 24 CEMENT CONCRETE SIDEWALK - 4 INCH THICK 560 SY $40.00 $22,400.00 $58.50 $32,760.00 $75.00 $42,000.00 $80.00 $44,800.00 $80.00 544,800.00 25 CEMENT CONCRETE SIDEWALK- 6 INCH THICK 100 SY $50.00 $5,000.00 $70.00 $7,000.00 $125.00 $12,500.00 $100.00 $10,000.00 $100.00 $10,000.00 26 CEMENT CONC. CURB RAMP TYPE PARALLEL A 8 EA $1,200.00 $9,600.00 $1,470.00 $11,760.00 $2,000.00 $16,000.00 $1,800.00 $14,400.00 51,911.09 515,288.72 27 MAILBOX SUPPORT, TYPE 1 4 EA $150.00 $600.00 $235.00 $940.00 $270.00 $1,080.00 $250.00 $1,000.00 $719.00 $2,876.00 28 MAILBOX SUPPORT, TYPE 2 1 EA $500.00 $500.00 $440.00 $440.00 $500.00 $500.00 $450.00 $450.00 51,600.00 $1,600.00 (Continued on Page 2) CITY ENGINEERS REPORT ------7f Z.. CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON JULY 29TH, 2015. a C i`' Y i t \ ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. ' 4 I RECOMMEND THE CONTRACT BE AWARDED TO �'--� % West Valley Middle School �� r �. • � � ,� 1 ` ' Vicinity Safety Improvements 1 � j, AWARD MADE BY CITY MANAGE " Columbia Asphalt & Gravel, Inc. $, ? FED ADD NO ti � 7 CITY PROJECT NO 2380 SRTS - 4711(004) (, -�� '� - / / I / �+� "' / ' / DATE. July 29, 2015 - .1.11 1 a 1l Q ! 4 �, o g ao' 1 4, k - - Lt \g r " ,w OR , . :_ FILE. WVMS Imp 2380 Ebd Summary pub DATE CITY ENGINEER h tti "" '?"'-` r� DATE AN e R SHEET 1 of 2 Mt MI iiiMi / Miii iMil I MI 111111 111111 I MN BID SUMMARY COLUMBIA ASPHALT KRCI, LLC GRANITE CONSTRUCTION ADVANTAGE DIRT ENGINEERS & GRAVEL, INC. COMPANY CONTRACTORS, INC. West Valley Middle School Vicinity Safety Improvements ESTIMATE FEDERAL AID NO SRTS- 4711(004) Yakima, WA Wenatchee, WA Yakima, WA Ellensburg, WA CITY PROJECT NO 2380 ITEM Bid Security 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT (Continued from Page 1) 29 PERMANENT SIGNING 1 LS $2,000.00 $2,000.00 $1,845.00 $1,845.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2,405.00 52,405.00 30 PAINT LINE 2,400 LF $0.20 $480.00 50.30 $720.00 $0.30 $720.00 $0.28 $672.00 $1.05 52,520.00 31 PLASTIC STOP LINE 115 LF $8.00 $920.00 $2.30 $264.50 $2.50 $287.50 $2.25 $258.75 $22.60 $2,599.00 32 PAINTED WIDE LANE LINE 250 LF $0.50 $125.00 $1.25 $312.50 $1.50 $375.00 $1.25 $312.50 $2.60 $650.00 33 PLASTIC TRAFFIC ARROW 5 EA $125.00 $625.00 $80.00 $400.00 $85.00 $425.00 $75.00 $375.00 $530.00 $2,650 00 34 PLASTIC CROSSWALK LINE 415 SF $2.00 $830.00 $3.30 $1,369.50 $4.00 $1,660.00 $3.25 $1,348.75 $12.20 $5,063.00 35 TRAFFIC SIGNAL SYSTEM COMPLETE 1 LS $180,000.00 $180,000.00 $205,000.00 $205,000.00 $209,000.00 $209,000.00 $213,265.00 $213,265.00 $267,471.10 $267,471.10 36 RELOCATE EXISTING STREET LIGHT POLE 2 EA $2,500.00 55,000.00 $4,200.00 $8,400.00 $3,000.00 56,000.00 $3,000.00 $6,000.00 $4,170.01 $8,340.02 37 REPAIR OR REPLACEMENT 1 EST $10,000.00 $10,000.00 $10,000.00 $10,000.00 510,000.00 $10,000.00 510,000.00 $10,000.00 $10,000.00 $10,000.00 TOTAL: $456,732.00 5530,496.50 5644,722.50 5655,147.00 $733,429.83 -'..""Ix CITY OF YAKIMA , ,` , �v :• 4 West Valley Middle School r ▪ s 'y Vicinity Safety Improvements r :•k / FED AID NO 'y� � r V.-«,,,, :., CITY PROJECT NO 2380 sRrs -47 iiooai DATE. July 29, 2015 4 l� k �, \ 5 ~ ,r FILE. WVMS Imp. 2380 Bid Summary. pub SHEET 2 of 2 1 _ DEPARTMENT OF UTILITES AND ENGINEERING I Debbie Cook, PE, Director '‘) i 1 % Engineering Division 129 North Second Street c Yakima, Washington 98901 . (509) 575 -6111 0 Fax (509) 576 -6305 4 ro ,� r r'�� 1 ADDENDUM NO. 1 TO THE BID DOCUMENTS AND SPECIFICATIONS I FOR THE CITY OF YAKIMA, WA For: I West Valley Middle School Vicinity Safety Improvements City Project Number 2380 Federal Aid No. SRTS- 4711(004) I BID OPENING: Wednesday, July 29 2015 - 2:00 p.m., City Hall Council Chambers 1 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: I The Construction Contract Specifications and Bid Documents shall be modified as follows ITEM 1. Standard Specifications; Special Provisions Section 8 -13: I Add this section as shown to the special provisions 8 -12 CHAIN LINK FENCE AND WIRE FENCE I 8 -12.1 Description I Section 8 -12 1 is amended with the following - This work shall also consist of removing an existing 4 foot chain link fence and metal gate and relocating it to a new location as shown on the plans. I 8 -12.2 Materials I Section 8 -12.2 is amended with the following Fence relocation will include utilizing existing chain link fabric and existing metal gate at the new location. I 8 -12.4 Measurement 1 This section is supplemented by adding the following item Remove and reset chain link fence & gate, 4 foot will be measured by the linear foot for the I length of fence and gate removed and reset. 8 -12.5 Payment 1 Section 8 -12 5 is amended with the following: Addendum #1 — WVMS Improvements Page 1 of 4 July 21, 2015 1 The unit contract price per linear foot for "Remove & Reset Chain Link Fence & Gate, 4 Foot" shall be full compensation for all labor, tools, materials (including new posts, foundations, and other necessary hardware), equipment and incidentals necessary for removing the existing chain link fencing and gate from its existing location and re- constructing it in its new 1 location as shown on the plans ITEM 2. Standard Specifications; Special Provisions Section 8 -13: Replace this section as shown in the special provisions with the following: 8 -13 MONUMENT CASES 1 8 -13.1 Description Section 8 -13 1 is deleted and replaced by the following This work shall consist of furnishing and placing monument cases, covers, and monuments at street intersections in accordance with the Standard Plans, these Specifications, and State requirements. This work also includes recording of monuments with the County and acquiring all necessary permits to remove or destroy existing survey monuments if 1 necessary. 8 -13.2 Materials Materials shall meet the requirements of the following sections - Concrete 6 -02 Monument Cases and Covers 9 -22 1 Monuments shall consist of a brass disc on a concrete monument meeting the requirements 1 of Yakima County and the State of Washington. 8 -13.3 Construction Requirements 1 The last paragraph of Section 8 -13 3 is deleted and this section is amended with the following. The Contractor will be responsible for furnishing and placing the concrete core (monument) as required by Yakima County and the State of Washington and for recording new or adjusted monuments with Yakima County as well as acquiring permit(s) to remove or destroy existing survey monuments. 8 -13.4 Measurement Section 8 -13 4 is deleted and replaced by the following Measurement of monument case, cover, and monument core will be by the unit for each 1 monument case and cover furnished and set. 8 -13.5 Payment 1 Section 8 -13 5 is amended with the following Addendum #1 — WVMS Improvements Page 2 of 4 July 21, 2015 1 1 The unit contract price per each for "Monument Case and Cover" shall be full compensation I for all labor, tools, materials, equipment and incidentals necessary for a complete installation of the monument, monument case and cover. Recording of monuments and acquisition of permit(s) to remove or destroy existing survey monuments shall be incidental to the bid item "Monument Case and Cover ". I ITEM 3. Standard Specifications; Special Provisions Section 8 - 20: 1 Supplement this section with the following 8 -20.1 Description I Add the following: This work shall also include the relocation of existing street light standards, including the I removal of the existing bases, the construction of new street light foundations, wiring, necessary hardware and all other materials and labor necessary to relocate the existing street lights to the location shown on the plans. I 8 -20.2 Materials I Add the following: Hardware necessary for mounting existing pole to new street light foundation, and any other related hardware or wiring shall be new for the relocation of the street lights I 8 -20.4 Measurement 1 Add the following Measurement for relocate existing street light pole will be per each. 1 8 -20.5 Payment Add the following: I "Relocate Existing Street Light Pole ", per each. l The unit contract price for "Relocate Existing Street Light Pole ", per each, shall be full pay for removing existing pole from its foundation, removing existing foundation, filling the resulting hole with approved material, constructing new pole foundation, placing the pole, and for I furnishing all other labor and materials associated with the relocation work. ITEM 4. Wage Rates: I Replace the Federal Wage Rates dated 6 -12 -2015 with those attached dated 7 -10- 2015. I ITEM 5. Proposal: Replace the proposal sheets with those labeled "Addendum #1". I ITEM 6. Details: Add the Detail P4 — WVMS Safety Improvements — Typical Sections (attached) I Addendum #1 — WVMS Improvements Page 3 of 4 July 21, 2015 1 1 1 1 This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior 1 to bid opening 1 APPROVED A " - Brett H Sheffield, E Date Chief Engineer 1 END OF ADDENDUM NO. 1 1 1 1 1 1 1 1 1 Addendum #1 — WVMS Improvements Page 4 of 4 July 21, 2015 1 1 ITEM PROPOSAL BID SHEET I WEST VALLEY MIDDLE SCHOOL VICINITY SAFETY IMPROVEMENTS City of Yakima Project No. 2380 - Fed. Aid No. SRTS- 4711(004) ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 1 SPCC PLAN 1 LS 1 -07.15 I 2 MOBILIZATION 1 LS 1 -09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 1 -10.5 4 CLEARING AND GRUBBING 1 LS 2 -01.5 REMOVING CEMENT CONC. SIDEWALK 5 427 SY 2 -02.5 6 REMOVING CEMENT CONC. CURB 630 LF 2 -02.5 SAWCUT I 7 620 LF 2 -02 5 8 ROADWAY EXCAVATION INCL. HAUL 130 CY I 9 2 -03.5 STRUCTURE EXCAVATION CLASS B INCL. HAUL 50 CY 2 -09.5 10 CRUSHED SURFACING BASE COURSE 212 TON 4 -04.5 11 HMA CL 1/2" PG 64 -28 550 TON 5-04.5 12 PLANING BITUMINOUS PAVEMENT 3,400 SY 5 -04.5 13 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN DIAM 410 LF 7 -04.5 I 14 CATCH BASIN TYPE 1 3 EA 7 -05.5 15 CATCH BASIN TYPE 1L 2 EA I 7 -05.5 16 ADJUST MANHOLE 3 EA 7 -05.5 I 17 SOLID LID FRAME & GRATE FOR CATCH BASIN TYPE 1 1 EA 7 -05 5 CRUSHED SURFACING TOP COURSE (for Trench Backfill) I 18 5 TON 7 -08.5 19 ADJUST VALVE BOX 2 EA 7 -09.5 20 CEMENT CONCRETE TRAFFIC CURB & GUTTER 1,200 LF 8 -04.5 1 ADDENDUM #1 — WVMS SAFETY IMPROVMENTS 1 July 21, 2015 1 1 ITEM PROPOSAL BID SHEET WEST VALLEY MIDDLE SCHOOL VICINITY SAFETY IMPROVEMENTS City of Yakima Project No. 2380 - Fed. Aid No. SRTS- 4711(004) ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO PAYMENT SECTION DOLLARS DOLLARS 1 21 CEMENT CONC. DRIVEWAY APPROACH 84 SY 8 -06 5 1 22 REMOVE & RESET CHAIN LINK FENCE & GATE, 4 FOOT 41 LF 8 -12 5 23 ADJUST MONUMENT CASE & COVER 1 EA 8 -13 5 24 CEMENT CONCRETE SIDEWALK —4 INCH THICK 560 SY 8 -14 5 111 25 CEMENT CONCRETE SIDEWALK — 6 INCH THICK 100 SY 8 -14 5 26 CEMENT CONC. CURB RAMP TYPE PARALLEL A 8 EA 1 8 -14 5 27 MAILBOX SUPPORT, TYPE 1 4 EA I 8 -18 5 28 MAILBOX SUPPORT, TYPE 2 1 EA 8 -18 5 I 29 PERMANENT SIGNING 1 LS 8 -21 5 30 PAINT LINE 2,400 LF I 8 -22 5 31 PLASTIC STOP LINE 115 LF 8 -22 5 I 32 PAINTED WIDE LANE LINE 250 LF 8 -22 5 1 33 PLASTIC TRAFFIC ARROW 5 EA 8 -22 5 34 PLASTIC CROSSWALK LINE 415 SF II 8 -22 5 35 TRAFFIC SIGNAL SYSTEM COMPLETE 1 LS 8 -20 5 I 36 RELOCATE EXISTING STREET LIGHT POLE 2 EA 8 -20 5 37 REPAIR OR REPLACEMENT 1 EST $10,000 00 $10,000 00 I 8 -30 5 TOTAL 1 1 ADDENDUM #1 — WVMS SAFETY IMPROVMENTS 2 July 21, 2015 I 1 ✓• — i i — — — — >• — — — — — — — r r r! c. ROW 30' VARIES _ 8.6' -3' 5.0' EX. GROUND VARIES SIDEWALK / 6" HMA NEW CURB & GUTTER (MULTIPLE LIFTS) — }� ' -- 2" CSTC s' 6" CSBC COMPACTED NATIVE MATERIAL NEW 12" HDPE STORM PIPE ZIER ROAD TYPICAL SECTION NTS ROW 40' VARIES EX. GROUND EXISTING CURB & SIDEWALK 0' -5' 6.5' 6" HMA CL 1/2" PG64 -28 VARIES SIDEWALK 1 (MULTIPLE LIFTS) 2" HMA CL 1/2" PG64 -28 OVERLAY J '' 2" CSTC 6" CSBC NEW CURB & GUTTER S. 72nd AVENUE TYPICAL SECTION NTS - vi City Of Yakima City of Yakima - Project Detail g En ineering Division WVMS SAFETY IMPROVEMENTS - TYPICAL SECTIONS D_.. , ' 129 North Second Street P4 Yakima, Washington NOT TO SCALE Revision 07 -2015 1 1 1 City of Yakima City of Yakima 1 West Valley Middle School Vicinity Improvements 1 1 Federal Aid No. SRTS - 4711(004) City Project No. 2380 1 July 2015 1 1 • i g R S , -$ - t.s `■ pF .ti // N 3940 d f 194 :'CI ST E0' 1 fiS,Sj 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 2 1 1 1 CONTENTS PAGE I INVITATION TO BID 9 I INTRODUCTION 11 AMENDMENTS TO THE STANDARD SPECIFICATIONS I Section 1 -01, Definitions and Terms 11 Section 1-02, Bid Procedures and Conditions 11 Section 1 -03, Award and Execution of Contract 11 I Section 1 -04, Scope of the Work 12 Section 1 -05, Control of Work 16 I Section 1 -07, Legal Relations and Responsibilities to the Public 17 Section 1 -08, Prosecution and Progress 19 Section 1 -09, Measurement and Payment 19 1 Section 1 -10, Temporary Traffic Control 19 Section 2 -01, Clearing, Grubbing, and Roadside Cleanup 23 1 Section 2 -02, Removal of Structures and Obstructions 23 Section 2 -03, Roadway Excavation and Embankment 24 U Section 2 -09, Structure Excavation 25 Section 2 -12, Construction Geosynthetic 25 Section 3 -04, Acceptance of Aggregate 25 1 Section 5 -04, Hot Mix Asphalt 25 Section 8 -01, Erosion Control and Water Pollution Control 31 I Section 8 -02, Roadside Restoration 36 Section 8-04, Curbs, Gutters, and Spillways 38 Section 8 -18, Mailbox Support 39 I Section 8 -20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical 39 Section 8 -22, Pavement Marking 40 1 Section 8 -23, Temporary Pavement Markings 41 Section 9 -01, Portland Cement 43 I Section 9 -03, Aggregates 44 Section 9-04, Joint and Crack Sealing Materials 46 Section 9 -05, Drainage Structures and Culverts 47 I Section 9 -06, Structural Steel and Related Materials 47 Section 9 -14, Erosion Control and Roadside Planting 47 1 Section 9 -15, Irrigation System 49 Section 9 -16, Fence and Guardrail 49 I Section 9 -29, Illumination, Signal, Electrical 49 Section 9 -32, Mailbox Support 51 I W. Valley Middle School Vicinity Imp. # 2380 3 1 Section 9 -34, Pavement Marking Material 51 1 Section 9 -35, Temporary Traffic Control Materials 52 1 SPECIAL PROVISIONS DIVISION 1 1 GENERAL REQUIREMENTS 1 -01 DESCRIPTION OF WORK 56 Definitions 56 1 1 -02 BID PROCEDURES AND CONDITIONS 58 Qualifications of Bidder 58 Plans and Specifications 58 Proposal Forms 58 Preparation of Proposal 59 1 Bid Deposit 59 Delivery of Proposal 60 1 Public Opening of Proposals 60 Irregular Proposals 60 Disqualification of Bidders 61 1 Pre Award Information 61 1 -03 AWARD AND EXECUTION OF CONTRACT 62 1 Consideration of Bids 62 Execution of Contract 62 Contract Bond 62 1 -04 SCOPE OF THE WORK Coordination of Contract Documents, Plans, Special Provisions,etc. 63 1 1 -05 CONTROL OF WORK 63 Conformity With And Deviations From Plans And Stakes 63 1 Removal of Defective and Unauthorized Work 64 Final Inspection 64 Superintendents, Labor and Equipment of Contractor 66 1 Method of Serving Notices 66 Water and Power 66 1 1 -06 CONTROL OF MATERIAL 66 Buy America 66 1 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 68 Laws to be Observed 68 State Sales Tax 68 1 Wages 70 General 70 1 Time for Completion 70 W Valley Middle School Vicinity Imp. # 2380 4 1 1 I Disadvantaged Business Enterprise Condition of Award Participation 70 Federal Agency Inspection 89 I Required Federal Aid Provisions 89 Contractor's Responsibility for Work 89 Repair of Damage 89 1 Utilities and Similar Facilities 89 Public Liability and Property Damage Insurance 90 I Public Convenience and Safety 92 Construction Under Traffic 92 Rights of Way 93 I 1 -08 PROSECUTION AND PROGRESS 94 Preliminary Matters 94 I Preconstruction Conference 94 Hours of Work 95 I Subcontracting 95 Subcontract Completion and Return of Retainage Withheld 96 Progress Schedule 97 I General Requirements 97 Progress Schedule Types 97 I Prosecution Of Work 97 Notice to Proceed and Prosecution of Work 98 Time For Completion 98 I Maintenance During Suspension 99 Liquidated Damages 99 1 1 -09 MEASUREMENT AND PAYMENT 99 Force Account 99 I Payments 100 Claims $250,000 or Less 101 Administration of Arbitration 101 1 1 -10 TEMPORARY TRAFFIC CONTROL 101 Traffic Control Management 101 I General 101 Measurement 102 I Lump Sum Bid for Project (No Unit Items) 102 DIVISION 2 I EARTHWORK 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 102 I Description 102 I W. Valley Middle School Vicinity Imp. # 2380 5 1 02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 102 Construction Requirements 102 Removal of Obstructions 102 Removal of Pavement, Sidewalks, Curbs, and Gutters 102 Measurement 103 Payment 103 1 2 -07 WATERING Construction Requirements 103 Measurement 103 Payment 103 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5 -04 HOT MIX ASPHALT 105 General 105 Definintion of Sampling Lot and Sublot 105 Test Results 105 Joints 105 1 Surface Smoothness 106 Planing Bituminous Pavement 107 HMA Road Approaches 107 Payment 107 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7 -04 STORM SEWERS 107 General 107 7 -04 GENERAL PIPE INSTALLATION REQUIREMENTS 107 Materials 107 Backfilling 107 1 Measurement 108 Payment 108 7 -09 WATER MAINS Description 108 Construction Requirements 108 Measurement 108 Payment 108 1 1 W. Valley Middle School Vicinity Imp. # 2380 6 1 I DIVISION 8 MISCELLANEOUS CONSTRUCTION I 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 109 Construction Requirements 109 1 General 109 8 -02 ROADSIDE RESTORATION 109 I Description 8-04 109 04 CURBS, GUTTERS, AND SPILLWAYS 109 Construction Requirements 109 1 8 -13 MONUMENT CASES 110 Description 110 I Materials 110 Construction Requirements 110 I Measurement 110 Payment 110 8 -14 CEMENT CONCRETE SIDEWALKS 110 1 Construction Requirements 110 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, I AND ELECTRICAL 111 Materials 111 Junction Boxes, Cable Vaults, and Pull Boxes 112 I Light And Signal Standards 112 Equipment List And Drawings 112 I Construction Requirements 112 Foundations 112 Wiring 112 1 Testing 113 Uninterruptible Power Supply (UPS) 193 1 Signal Controllers 198 8-21 PERMANENT SIGNING 114 I Materials 115 Manufacturers for Steel Roadside Sign Supports 115 Construction Requirements 115 1 Sign Structures 115 8 -30 REPAIR OR REPLACEMENT 115 I Description 115 Payment 115 1 I W. Valley Middle School Vicinity Imp. # 2380 7 1 DIVISION 9 1 MATERIALS 9 -03 AGGREGATES 116 1 9 -29 ILLUMINATION, SIGNALS, ELECTRICAL 116 STANDARD PLANS 141 1 CONTRACT 165 1 PERFORMANCE BOND 167 INSURANCE 169 1 MINIMUM WAGE AFFIDAVIT 173 WAGE RATES 175 1 1 1 1 1 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 8 1 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 pm on July 29, 2015 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA ' West Valley Middle School Vicinity Improvments City of Yakima Project No. 2380 Federal Aid No. SRTS - 4711(004) This project provides for the improvement of the existing intersection of S 72 Avenue and W. Mead Avenue with a new traffic signal system and left turn lane on 72 Avenue at the intersection. This project also includes constructing curb, gutter and sidewalk along the south side of Zier Road from the existing sidewalk near 72" Avenue to the existing sidewalk at 75 Ave and Zier Road Signalization work includes widening 72 Avenue for a turn lane, installing ADA compliant ramps, installing signal system, improving street lighting, and paving and restriping in the intersection area Zier Road sidewalk portion involves sawcutting asphalt pavement, installing storm drainage, new curb, gutter and sidewalk along the south side of Zier Road, misc. asphalt and concrete paving and other work all to be constructed in accordance with the plans and specifications as prepared by the City Engineer of the City of Yakima . All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Complete digital project Bidding Documents are available at www.questcdn com You may download the digital plan documents for $20.00 by inputting Quest project # 4003397 on the website's Project Search page Please contact QuestCDN com at 952 - 233 -1632 or info @questcdn com for assistance in free membership registration, downloading, and working with this digital project information An ' optional paper set of project plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street (509- 575 - 6111), upon payment in the amount of $50 00 for each set, non - refundable Project questions should be directed to Randy Tabert at 509 - 576 -6579. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000 -4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. 1 The City reserves the right to reject any or all bids and proposals DATED this 6th day of July, 2015 PUBLISH: July 8, 2015 July 15, 2015 W. Valley Middle School Vicinity Imp. # 2380 9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 10 1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2014 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 -01, Definitions and Terms August 4, 2014 1 -01.3 Definitions The definition for "Engineer" is revised to read: ' The Contracting Agency's representative who directly supervises the engineering and administration of a construction Contract. ' The definition for "Inspector" is revised to read: The Engineer's representative who inspects Contract performance in detail The definition for "Project Engineer" is revised to read 1 Same as Engineer. The definition for "Working Drawings" is revised to read: Drawings, plans, diagrams, or any other supplementary data or calculations, including a schedule of submittal dates for Working Drawings where specified, which the Contractor 1 must submit to the Engineer. Section 1 -02, Bid Procedures and Conditions April 7, 2014 1- 02.8(1) Noncollusion Declaration ' The third paragraph is revised to read: Therefore, by including the Non - collusion Declaration as part of the signed bid Proposal, the Bidder is deemed to have certified and agreed to the requirements of the Declaration. Section 1 -03, Award and Execution of Contract January 5, 2015 1 -03.3 Execution of Contract The first paragraph is revised to read: W. Valley Middle School Vicinity Imp. # 2380 11 1 Within 20 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, and shall be registered as a contractor in the state of Washington 1 1 - 03.4 Contract Bond The last word of item 3 is deleted. Item 4 is renumbered to 5. The following is inserted after item 3 (after the preceding Amendments are applied): 1 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 1 1 - 03.5 Failure to Execute Contract The first sentence is revised to read: 1 Failure to return the insurance certification and bond with the signed Contract as required in Section 1 -03 3, or failure to provide Disadvantaged, Minority or Women's Business Enterprise information if required in the Contract, or failure or refusal to sign the Contract, or failure to register as a contractor in the state of Washington shall result in forfeiture of the proposal bond or deposit of this Bidder. Section 1 -04, Scope of the Work August 4, 2014 1 -04.4 Changes In the third paragraph, item number 1 and 2 are revised to read A. When the character of the Work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or B When an item of Work, as defined elsewhere in the Contract, is increased in excess of 125 percent or decreased below 75 percent of the original Contract quantity. For the purpose of this Section, an item of Work will be defined as any item that qualifies for adjustment under the provisions of Section 1 -04.6. 1 The last two paragraphs are deleted. This section is supplemented with the following new subsections: 1- 04.4(2) Value Engineering Change Proposal (VECP) , 1- 04.4(2)A General A VECP is a Contractor proposed change to the Contract Provisions which will accomplish the projects functional requirements in a manner that is equal to or better than the requirements in the Contract. The VECP may be (1) at a less cost or time, or (2) either no cost savings or a minor increase in cost with a reduction in Contract time The net savings or added costs to the Contract Work are shared by the Contractor and Contracting Agency The Contractor may submit a VECP for changing the Plans, Specifications, or other requirements of the Contract. The Engineer's decision to accept or reject all or part W Valley Middle School Vicinity Imp. # 2380 12 1 1 of the proposal is final and not subject to arbitration under the arbitration clause or otherwise subject to litigation. 1 The VECP shall meet all of the following: 1. Not adversely affect the long term life cycle costs. 1 2. Not adversely impact the ability to perform maintenance. 3. Provide the required safety and appearance. 1 4 Provide substitution for deleted or reduced Disadvantaged Business Enterprise Condition of Award Work, Apprentice Utilization and Training. 1 VECPs that provide a time reduction shall meet the following requirements. 1. Time saving is a direct result of the VECP. 2. Liquidated damages penalties are not used to calculate savings. 1 3. Administrative /overhead cost savings experienced by either the Contractor or Contracting Agency as a result of time reduction accrue to each party and are not used to calculate savings 1 1- 04.4(2)B VECP Savings 1- 04.4(2)B1 Proposal Savings The incentive payment to the Contractor shall be one -half of the net savings of the proposal calculated as follows 1 1. (gross cost of deleted work) — (gross cost of added work) = (gross savings) 2. (gross savings) — (Contractor's engineering costs) — (Contracting Agency's costs) = (net savings) 1 3. (net savings) / 2 = (incentive pay) The Contracting Agency's costs shall be the actual consultant costs billed to the 1 Contracting Agency and in -house costs. Costs for personnel assigned to the Engineer's office shall not be included. 1 04.4(2)B2 Added Costs to Achieve Time Savings 1 The cost to achieve the time savings shall be calculated as follows: 1. (cost of added work) + (Contractor's engineering costs - Contracting 1 Agency's engineering costs) = (cost to achieve time savings) 2. (cost to achieve time savings) / 2 = (Contracting Agency's share of ' added cost) If the timesaving proposal also involves deleting work and, as a result, creates a savings for the Contracting Agency, then the Contractor shall also receive 1 one -half of the savings realized through the deletion. 1 W. Valley Middle School Vicinity Imp. # 2380 13 1- 04.4(2)C VECP Approval 1 1- 04.4(2)C1 Concept Approval The Contractor shall submit a written proposal to the Engineer for consideration The proposal shall contain the following information: 1. An explanation outlining the benefit provided by the change(s). 2. A narrative description of the proposed change(s). If applicable, the discussion shall include a demonstration of functional equivalency or a description of how the proposal meets the original contract scope of work. 3. A cost discussion estimating any net savings Savings estimates will generally follow the outline below under the section, "Proposal Savings" 4 A statement providing the Contracting Agency with the right to use all ' or any part of the proposal on future projects without future obligation or compensation 5 A statement acknowledging and agreeing that the Engineer's decision to accept or reject all or part of the proposal is final and not subject to arbitration under the arbitration clause or otherwise be subject to claims or disputes. 6 A statement giving the dates the Engineer must make a decision to accept or reject the conceptual proposal, the date that approval to proceed must be received, and the date the work must begin in order to not delay the contract. If the Contracting Agency does not approve the VECP by the date specified by the Contractor in their proposal the VECP will be deemed rejected. 7. The submittal will include an analysis on other Work that may have 1 costs that changed as a result of the VECP. Traffic control and erosion control shall both be included in addition to any other impacted Work. After review of the proposal, the Engineer will respond in writing with acceptance or rejection of the concept. This acceptance shall not be construed as authority to proceed with any change contract work. Concept approval allows the Contractor to proceed with the Work needed to develop final plans and other information to receive formal approval and to support preparation of a change order 1- 04.4(2)C2 Formal Approval The Contractor's submittal to the Engineer for formal approval shall include the following 1 1. Deleted Work — Include the calculated quantities of unit price Work to be deleted. Include the proposed partial prices for portions of lump sum Work deleted. For deletion of force account items include the time and material estimates 2. Added Work — Include the calculated quantities of unit price Work to be 1 added, either by original unit Contract prices or by new, negotiated unit W. Valley Middle School Vicinity Imp. # 2380 14 1 I prices. For new items of Work include the quantities and proposed prices. I 3 Contractor's Engineering Costs — Submit the labor costs for the engineering to develop the proposal; costs for Contractor employees utilized in contract operations on a regular basis shall not be included. 1 4. Schedule Analysis — If the VECP is related to time savings, the Contractor shall submit a partial progress schedule showing the changed Work. The submittal shall also include a discussion 1 comparing the partial progress schedule with the approved progress schedule for the project. I 5. Working Drawings — Type 3 Working Drawings shall be submitted; those drawings which require engineering shall be a Type 3E. I Formal approval of the proposal will be documented by issuance of a change order. The VECP change order will contain the following statements which the Contractor agrees to by signing the change order: 1 1. The Contractor accepts design risk of all features, both temporary and permanent, of the changed Work. 1 2. The Contractor accepts risk of constructability of the changed Work. 3 The Contractor provides the Contracting Agency with the right to use all I or any part of the proposal on future projects without further obligation or compensation. 1 VECP change orders will contain separate pay items for the items that are applicable to the Proposal. These are as follows: 1. Deleted Work. I 2. Added Work. I 3. The Contractor's engineering costs, reimbursed at 100 percent of the Contractor's cost. I 4. Incentive payment to the Contractor. When added Work costs exceed Deleted Work costs, but time savings make a viable proposal, then items 3 and 4 above are replaced with the following: I 3. The Contracting Agency's share of added cost to achieve time savings. 1 4. The Contractor's share of savings from deleted Work. 1- 04.4(2)C3 Authority to Proceed with Changed Work I The authority for the Contractor to proceed with the VECP Work will be provided by one of the following options: I 1. Execution of the VECP change order, or I W. Valley Middle School Vicinity Imp. # 2380 15 1 2. At the Contractor's request the Contracting Agency may provide 1 approval by letter from the Engineer for the Work to proceed prior to execution of a change order. All of the risk for proceeding with the VECP shall be the responsibility of the Contractor Additionally, the following criteria are required to have been met: a) Concept approval has been granted by the Contracting Agency b) All design reviews and approvals have been completed, including plans and specifications. c) The Contractor has guaranteed, in writing, the minimum savings to the Contracting Agency Section 1 -05, Control of Work August 4, 2014 1 -05.1 Authority of the Engineer ' In this section, "Project Engineer" is revised to read "Engineer ". The second paragraph (up until the colon) is revised to read 1 The Engineer's decisions will be final on all questions including the following. The first sentence in the third paragraph is revised to read The Engineer represents the Contracting Agency with full authority to enforce Contract requirements. 1 - 05.2 Authority of Assistants and Inspectors The first paragraph is revised to read: The Engineer may appoint assistants and Inspectors to assist in determining that the Work and materials meet the Contract requirements. Assistants and Inspectors have the authority to reject defective material and suspend Work that is being done improperly, subject to the final decisions of the Engineer In the third paragraph, "Project Engineer" is revised to read "Engineer ". 1 - 05.3 Plans and Working Drawings This section's title is revised to read: Working Drawings , This section is revised to read: The Contract may require the Contractor to submit Working Drawings for the 1 performance of the Work. Working Drawings shall be submitted by the Contractor electronically to the Engineer in PDF format; drawing details shall be prepared in accordance with conventional detailing practices. If the PDF format is found to be unacceptable, at the request of the Engineer, the Contractor shall provide paper copies of the Working Drawings with drawings on 11 by 17 inch sheets and calculations /text on 8 by 11 inch sheets 1 Working Drawings will be classified under the following categories W. Valley Middle School Vicinity Imp. # 2380 16 ' 1 1. Type 1 — Submitted for Contracting Agency information. Submittal must be received by the Contracting Agency a minimum of 7 calendar days before work 1 represented by the submittal begins. 2. Type 2 — Submitted for Contracting Agency review and comment. Unless I otherwise stated in the Contract, the Engineer will require up to 20 calendar days from the date the Working Drawing is received until it is returned to the Contractor. The Contractor shall not proceed with the Work represented by the Working Drawing until comments from the Engineer have been addressed. I 3. Type 2E — Same as a Type 2 Working Drawing with Engineering as described below. I 4. Type 3 — Submitted for Contracting Agency review and approval Unless otherwise stated in the Contract, the Engineer will require up to 30 calendar I days from the date the Working Drawing is received until it is returned to the Contractor. The Contractor shall obtain the Engineer's written approval before proceeding with the Work represented by the Working Drawing. 1 5. Type 3E — Same as a Type 3 Working Drawing with Engineering as described below. I All Working Drawings shall be considered Type 3 Working Drawings except as specifically noted otherwise in the Contract. Unless designated otherwise by the Contractor, submittals of Working Drawings will be reviewed in the order they are I received by the Engineer In the event that several Working Drawings are received simultaneously, the Contractor shall specify the sequence in which they are to be reviewed. If the Contractor does not submit a review sequence for simultaneous Working I Drawing submittals, the review sequence will be at the Engineer's discretion. Working Drawings requiring Engineering, Type 2E and 3E, shall be prepared by (or under the direction of) a Professional Engineer, licensed under Title 18 RCW, State of I Washington, and in accordance with WAC 196 -23 -020 Design calculations shall carry the Professional Engineer's signature and seal, date of signature, and registration number on the cover page. The cover page shall also include the Contract number, 1 Contract title and sequential index to calculation page numbers. If more than the specified number of days is required for the Engineer's review of any I individual Working Drawing or resubmittal, an extension of time will be considered in accordance with Section 1 -08.8. Review or approval of Working Drawings shall neither confer upon the Contracting I Agency nor relieve the Contractor of any responsibility for the accuracy of the drawings or their conformity with the Contract. The Contractor shall bear all risk and all costs of any Work delays caused by rejection or nonapproval of Working Drawings. I Unit Bid prices shall cover all costs of Working Drawings. I Section 1 -07, Legal Relations and Responsibilities to the Public January 5, 2015 I 1 -07.2 State Taxes This section is revised to read: I W. Valley Middle School Vicinity Imp. # 2380 17 1 The Washington State Department of Revenue has issued special rules on the state ' sales tax. Sections 1- 07.2(1) through 1- 07.2(3) are meant to clarify those rules. The Contracting Agency will not adjust its payment if the Contractor bases a Bid on a misunderstood tax liability. 1 The Contracting Agency may deduct from its payments to the Contractor, retainage or lien the bond, in the amount the Contractor owes the State Department of Revenue, whether the amount owed relates to the Contract in question or not. Any amount so deducted will be paid into the proper State fund on the contractor's behalf. For additional information on tax rates and application refer to applicable RCWs, WACs or the Department of Revenue's website 1 1- 07.2(1) State Sales Tax: Work Performed on City, County, or Federally -Owned Land This section including title is revised to read 1 07.2(1) State Sales Tax: WAC 458 - 20 - 171 — Use Tax For Work designated as Rule 171, Use Tax, the Contractor shall include for compensation the amount of any taxes paid in the various unit Bid prices or other Contract amounts. Typically, these taxes are collected on materials incorporated into the project and items such as the purchase or rental of; tools, machinery, equipment, or consumable supplies not integrated into the project. The Summary of Quantities in the Contract Plans identifies those parts of the project that 1 are subject to Use Tax under Section 1- 07.2(1) 1 07.2(2) State Sales Tax: Work on State - Owned or Private Land , This section including title is revised to read. 1 07.2(2) State Sales Tax: WAC 458 - 20 - 170 — Retail Sales Tax For Work designated as Rule 170, Retail Sales Tax, the Contractor shall collect from the Contracting Agency, Retail Sales Tax on the full Contract price. The Contracting Agency will automatically add this Retail Sales Tax to each payment to the Contractor and for this reason; the Contractor shall not include the Retail Sales Tax in the unit Bid prices or in any other Contract amount. However, the Contracting Agency will not provide additional compensation to the Prime Contractor or Subcontractor for Retail Sales Taxes paid by the Contractor in addition to the Retail Sales Tax on the total contract amount. Typically, these taxes are collected on items such as 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 prices or in any other Contract amounts The Summary of Quantities in the Contract Plans identifies those parts of the project that are subject to Retail Sales Tax under Section 1- 07.2(2). 1 07.2(3) Services This section is revised to read: Any contract wholly for professional or other applicable services is generally not subject to Retail Sales Tax and therefore the Contractor shall not collect Retail Sales Tax from the Contracting Agency on those Contracts Any incidental taxes paid as part of providing the services shall be included in the payments under the contract. 1 07.23(1) Construction Under Traffic In the second paragraph, the following new sentence is inserted after the second sentence: W. Valley Middle School Vicinity Imp. # 2380 18 , 1 t Accessibility to existing or temporary pedestrian push buttons shall not be impaired. I Section 1 -09, Measurement and Payment January 5, 2015 1 1 -09.6 Force Account In the third paragraph of item number 3, the last sentence is revised to read: In the event that prior quotations are not obtained and the vendor is not a firm I independent from the Contractor or Subcontractor, then after - the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of submitted invoice. 1 Section 1 -10, Temporary Traffic Control August 4, 2014 1 1- 10.1(1) Materials The following material reference is deleted from this section: 1 Barrier Drums 9 -35.8 1 1 10.1(2) Description The first paragraph is revised to read: The Contractor shall provide flaggers, and all other personnel required for labor for traffic 1 control activities and not otherwise specified as being furnished by the Contracting Agency. I 1 10.2(1) General In the third paragraph, the first two sentences are revised to read I The primary and alternate TCS shall be certified by one of the organizations listed in the Special Provisions. Possession of a current Washington State TCS card and flagging card by the primary and alternate TCS is mandatory. 1 1 10.2(1)B Traffic Control Supervisor The first paragraph is revised to read: 1 A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or other traffic control labor is being utilized or Tess frequently, as authorized by the Engineer. I The last paragraph is revised to read: I The TCS may perform the Work described in Section 1- 10.3(1)A Flaggers or in Section 1- 10.3(1)B Other Traffic Control Labor and be compensated under those Bid items, provided that the duties of the TCS are accomplished. 1 1 10.2(2) Traffic Control Plans The first paragraph is revised to read: 1 The traffic control plan or plans appearing in the Contract documents show a method of handling vehicle, bicycle, and pedestrian traffic. All construction signs, flaggers, and I W. Valley Middle School Vicinity Imp. # 2380 19 1 other traffic control devices are shown on the traffic control plan(s) except for emergency situations. If the Contractor proposes adding the use of flaggers to a plan, this will constitute a modification requiring approval by the Engineer. The modified plans shall show locations for all the required advance warning signs and a safe, protected location for the flagging station. If flagging is to be performed during hours of darkness, the plan shall include appropriate illumination for the flagging station In the second paragraph, the second sentence is revised to read: 1 Any Contractor - proposed modification, supplement or replacement shall show the necessary construction signs, flaggers, and other traffic control devices required to support the Work. 1 10.2(3) Conformance to Established Standards In the second paragraph, the second sentence is revised to read: The National Cooperative Highway Research Project (NCHRP) Report 350 and the AASHTO Manual for Assessing Safety Hardware (MASH) have established requirements for crash testing In the third paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH ". 1 In the fourth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH" In the fifth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH ". 1 10.3(1) Traffic Control Labor The first paragraph is revised to read The Contractor shall furnish all personnel for flagging, for the execution of all procedures related to temporary traffic control and for the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations 1 10.3(1)A Flaggers and Spotters This section's title is revised to read: Flaggers 1 The first paragraph is revised to read: Flaggers shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. The flagging card shall be immediately available and shown to the Contracting Agency upon request. The last paragraph is deleted 1 1 10.3(1)B Other Traffic Control Labor This section is revised to read: 1 In addition to flagging duties, the Contractor shall provide personnel for all other traffic control procedures required by the construction operations and for the labor to install, maintain and remove any traffic control devices shown on Traffic Control Plans. W. Valley Middle School Vicinity Imp. # 2380 20 1 I 1 - 10.3(3)B Sequential Arrow Signs This section is supplemented with the following: I A sequential arrow sign is required for all lane closure tapers on a multilane facility. A separate sequential arrow sign shall be used for each closed lane. The arrow sign shall not be used to laterally shift traffic. When used in the caution mode, the four corner mode I shall be used. 1 10.3(3)C Portable Changeable Message Signs This section is revised to read. I Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain portable changeable message signs ' (PCMS). A PCMS shall be placed behind a barrier or guardrail whenever possible, but shall at a minimum provide 4 ft. of lateral clearance to edge of travelled lane and be delineated by channelization devices. The Contractor shall remove the PCMS from the I clear zone when not in use unless protected by barrier or guardrail. 1 10.3(3)F Barrier Drums ' This section including title is deleted in its entirety and replaced with the following: 1- 10.3(3)F Vacant 1 1- 10.3(3)K Portable Temporary Traffic Control Signal The fifth paragraph is revised to read: I The Project Engineer or designee will inspect the signal system at initial installation /operation and approve the signal timing. Final approval will be based on the results of the operational inspection. 1 1 10.4(2) Item Bids With Lump Sum for Incidentals In the second paragraph, the first and second sentences are revised to read I "Flaggers" will be measured by the hour. Hours will be measured for each flagging station, shown on an approved Traffic Control Plan, when that station is staffed in accordance with Section 1- 10.3(1)A. I The first sentence of the last bulleted item in this section is revised to read: I Installing and removing Barricades, Traffic Safety Drums, Cones, Tubular Markers and Warning Lights and Flashers to carry out approved Traffic Control Plan(s). I 1 10.5(2) Item Bids With Lump Sum for Incidentals This section is deleted and replaced with the following: I "Traffic Control Supervisor ", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1- 10.2(1)B. I "Pedestrian Traffic Control ", lump sum. I The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work for pedestrian traffic control defined in Section 1 -10. I W. Valley Middle School Vicinity Imp. # 2380 21 1 "Flaggers ", per hour. 1 The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1- 10.3(1)A. "Other Traffic Control Labor ", per hour The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1 -10 4(2), shall be full compensation for all labor costs incurred by the Contractor in performing the Work specified for this item in Section 1- 10.4(2) 1 "Construction Signs Class A ", per square foot. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1- 10.3(3)A. In the event that "Do Not Pass" and "Pass With Care" signs must be left in place, a change order, as described in Section 1 -04.4, will be required. When the Bid Proposal contains the item "Sign Covering ", then covering those signs indicated in the Contract will be measured and paid according to Section 8 -21. 1 "Sequential Arrow Sign ", per hour The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1 -10 3(3)B. "Portable Changeable Message Sign ", per hour The unit Contract price, when applied to the number of units measured for this item in 1 accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work for procuring all portable changeable message signs required for the project and for transporting these signs to and from the project. 1 "Transportable Attenuator ", per each. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1 -10 4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1 -10 3(3)J except for costs compensated separately under the items "Operation of Transportable Attenuator" and "Repair Transportable Attenuator" "Operation of Transportable Attenuator ", per hour 1 The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work for operating transportable attenuators on the project. "Repair Transportable Attenuator ", by force account. 1 All costs of repairing or replacing transportable attenuators that are damaged by the motoring public while in use as shown on an approved Traffic Control Plan will be paid for by force account as specified in Section 1 -09.6. To provide a common Proposal for all W. Valley Middle School Vicinity Imp. # 2380 22 1 1 I Bidders, the Contracting Agency has estimated the amount of force account for "Repair Transportable Attenuator" and has entered the amount in the Proposal to become a part of the total Bid by the Contractor. Transportable attenuators damaged due to the I Contractor's operation or damaged in any manner when not in use shall be repaired or replaced by the Contractor at no expense to the Contracting Agency. I "Other Temporary Traffic Control ", lump sum The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1 -10, and which costs are not 1 compensated by one of the above - listed items. "Portable Temporary Traffic Control Signal ", lump sum. 1 The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work as described in Section 1- 10.3(3)K, including all costs I for traffic control during manual control, adjustment, malfunction, or failure of the portable traffic control signals and during replacement of failed or malfunctioning signals. Section 2 -01, Clearing, Grubbing, and Roadside Cleanup 1 August 4, 2014 2- 01.3(1) Clearing 1 In the second paragraph, item number 3 (up until the colon) is revised to read: 3. Follow these requirements for all stumps that will be buried deeper than 5 feet from I the top, side, or end surface of the embankment or any structure and are in a location that will not be terraced as described in Section 2- 03.3(14): I Section 2 -02, Removal of Structures and Obstructions January 5, 2015 I 2- 02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures This section is supplemented with the following new subsections 2- 02.3(2)A Bridge Removal 1 2- 02.3(2)A1 Bridge Demolition Plan Submittal The Contractor shall submit a Type 2E Working Drawing consisting of a bridge demolition plan, showing the method of removing the existing bridge(s), or portions 1 of bridges, as specified. The bridge demolition plan shall show all equipment, sequence of operations, and I details required to complete the work, including containment, collection, and disposal of all debris. The plan shall include a crane foundation stability analysis and crane load calculations for the work. The plan shall detail the containment, I collection, and disposal of all debris. The plan shall show all stages of demolition. When the bridge removal work includes removal of a truss, and when the Contractor's removal method involves use of a crane or cranes to pick, lift, and 1 remove the truss, the Contractor shall confirm the truss dead load weight prior to beginning the truss removal operation. The operation of confirming the truss dead load shall be performed at both ends of the truss, and shall ensure that the truss is I broken free of its support bearings. The Contractor's method of confirming the truss dead load, whether by hydraulic jacks or other means, shall be included in the Contractor's bridge demolition plan submittal. I W. Valley Middle School Vicinity Imp. # 2380 23 1 When the bridge removal work involves removing portions of existing concrete I without replacement, the methods and tools used to achieve the smooth surface and profile specified in Section 2- 02.3(2)A2 shall be included in the Contractor's I bridge demolition plan submittal 2- 02.3(2)A2 Removing Portions of Existing Concrete I Care shall be taken in removing concrete to prevent overbreakage or damage to portions of the existing Structure which are to remain. Before concrete removal begins, a saw cut shall be made into the surface of the concrete at the perimeter of the removal limits. The saw cut shall be 3/4 -inch deep when the steel reinforcement I is to remain, and may be deeper when the steel reinforcement is removed with the concrete. Concrete shall be completely removed (exposing the deformed surface of the bar) I from existing steel reinforcing bars which extend from the existing members and are specified to remain. Steel reinforcing bars that are not designated to remain shall I be cut a minimum of 1 -inch behind the final surface The void left by removal of the steel reinforcing bar shall be filled with mortar conforming to Section 9- 20.4(2) The mortar shall match the color of the existing concrete surface as nearly as 1 practicable The Contractor shall roughen, clean, and saturate existing concrete surfaces, against which fresh concrete will be placed, in accordance with Section 6- 02.3(12)B t When a portion of existing concrete is to be removed without replacement, concrete shall be removed to a clean line with a smooth surface of less than 1/16 inch profile. 2- 02.3(2)A3 Use of Explosives for Bridge Demolition 1 Explosives shall not be used for bridge demolition, except as specifically allowed by the Special Provisions. I 2 - 02.5 Payment This section is supplemented with the following new Bid items: "Removing Existing Bridge ", lump sum. I "Removing Existing Structure ", lump sum 1 "Removing Portion of Existing Bridge ", lump sum. "Removing Portion of Existing Structure ", lump sum 1 Section 2 -03, Roadway Excavation and Embankment 1 August 4, 2014 2- 03.3(14) Embankment Construction The third paragraph is revised to read 1 Hillside Terraces — The Contractor shall terrace the original ground or embankment when the slope of the surface is 2H:1V or steeper unless otherwise directed by the I Engineer. The face of each terrace shall be a minimum of 1 foot and a maximum of 5 feet in height and shall be vertical or near vertical as required to remain stable during material placement and compaction The bench of the terrace shall slope outward to I drain and shall not be inclined steeper than 0.05 foot per foot. Terraces damaged during W Valley Middle School Vicinity Imp. # 2380 24 1 1 I work shall be reestablished. The Engineer may order the Contractor to place gravel backfill, pipe drains or both to drain any seepage. I 2 03.3(14)L Embankment Widening for Guardrail The first sentence is revised to read: I Embankments widened for the installation of beam guardrail shall be terraced in accordance with the requirements for hillside terraces in Section 2- 03.3(14). The second sentence is deleted. I Section 2 -09, Structure Excavation January 5, 2015 I 2 -09.4 Measurement The seventh paragraph is revised to read: I For pipelines the lower limit in measuring structure excavation will be the foundation level as shown in the Plans or as directed by the Engineer I Section 2 -12, Construction Geosynthetic January 5, 2015 1 2- 12.3(4) Permanent Erosion Control and Ditch Lining In the fourth paragraph, "Section 9 13.2" is revised to read "Section 9 13.1(4) ". 1 Section 3 -04, Acceptance of Aggregate April 6, 2015 I 3 -04.5 Payment In Table 1, the "Maximum Sublot Size (Tons)" value for the item HMA Aggregate is revised to read "2000 ". 1 In Table 2, the row containing the item "HMA Aggregate" is revised to read: I 9- 03.8(2) HMAAggregate Uncompacted 15 15 Void Content 15 I Section 5 -04, Hot Mix Asphalt April 6, 2015 I 5 -04.2 Materials The third through eighth paragraphs are deleted and replaced with the following: 1 The Contractor may choose to utilize recycled asphalt pavement (RAP) or reclaimed asphalt shingles (RAS) in the production of HMA. The RAP may be from pavements I removed under the Contract, if any, or pavement material from an existing stockpile. The RAS may be from reclaimed shingles. I If greater than 20 percent RAP by total weight of HMA or any amount of RAS is utilized in the production of HMA, the Contractor shall sample and test the RAP and RAS during stockpile construction in accordance with WSDOT FOP for AASHTO T 308 for W. Valley Middle School Vicinity Imp. # 2380 25 1 determination of asphalt binder content and WSDOT FOP for WAQTC /AASHTO T 27/T 11 for gradation of the aggregates. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The RAS shall be sampled and tested at a frequency of one sample for every 100 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency prior to or when submitting the mix design for approval on the QPL. If utilized, the amount of RAS shall not exceed 5- percent of the total weight of the HMA. The Contractor shall include the RAP and RAS as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt 1 binder from different sources is not permitted For HMA with greater than 20 percent RAP by total weight of HMA or any amount of RAS, the final blended asphalt binder (after inclusion of RAP, RAS, new asphalt binder and recycling agent) shall be the grade as required by the Contract and comply with the requirements of Section 9- 02.1(4). The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA and no RAS. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. When the Contracting Agency provides aggregates or provides a source for the production of aggregates, the Contract Provisions will establish the approximate percentage of asphalt binder required in the mixture for each class of HMA. 1 Production of aggregates shall comply with the requirements of Section 3 -01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3 -02 5 04.3(1) Hot Mix Asphalt Mixing Plant ' The first paragraph is supplemented with the following 6. Equipment for Processing RAP and RAS. When producing HMA for mix designs 1 with greater than 20 percent RAP by total weight of HMA or any amount of RAS the HMA plant shall be equipped with screens or a lump breaker to eliminate oversize RAP /RAS particles from entering the pug mill or drum mixer. 1 5 04.3(3)A Material Transfer DeviceNehicle The first paragraph is supplemented with the following new sentence At the Contractor's request the Engineer may approve paving without an MTDN, the Engineer will determine if an equitable adjustment in cost or time is due In the last sentence of the second paragraph, "Project Engineer" is revised to read "Engineer ". 5 04.3(5)A Preparation of Existing Surfaces The first sentence of the last paragraph is revised to read Unless otherwise approved by the Engineer, the tack coat shall be CSS -1 or CSS -1 h emulsified asphalt. 5 04.3(7) Preparation of Aggregates ' This section is revised to read W Valley Middle School Vicinity Imp. # 2380 26 ' 1 The aggregates, RAP and RAS shall be stockpiled according to the requirements of Section 3 -02. Sufficient storage space shall be provided for each size of aggregate, RAP ' and RAS. The Contractor may uniformly blend fine aggregate or RAP with the RAS as a method of preventing the agglomeration of RAS particles. The aggregates, RAP and RAS shall be removed from stockpile(s) in a manner to ensure minimal segregation 1 when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5 04.3(7)A1 General ' This section is revised to read. An approved mix design, listed on the Qualified Products List (QPL), is required for all ' HMA paving. The Contractor shall develop a mix design prior to the initial production of HMA and no more than 3 months prior to submitting for QPL evaluation. The mix design shall be developed in accordance with WSDOT Standard Operating Procedure 732 and ' meet the requirements of Sections 9- 03.8(2) and 9- 03.8(6). Mix designs shall be submitted by the Contractor to the WSDOT State Materials l Laboratory on WSDOT Form 350- 042EF. If the mix design is approved it will be listed on the QPL for up to 24 consecutive months. Mix designs not listed on the QPL or past the 24 month approved period shall not be used. After a mix design has been on the QPL for 12 months the listing will be extended provided the Contractor submits a certification ' letter to the Qualified Products Engineer verifying that the aggregate and asphalt binder have not changed. The Contractor may submit the certification one month prior to expiration of the mix design approval. Within 7 calendar days of receipt of the ' Contractor's certification the QPL will be updated. The maximum duration for approval of a mix design and listing on the QPL will be 24 months from the date of initial approval or as approved by the Engineer. 1 Changes to the job mix formula of a mix design may require the development of a new mix design and resubmittal for QPL approval. Mix designs that require resubmittal for QPL approval must be approved prior to use Changes to aggregate that may require a new mix design include the source of material or a change in the percentage of material from a stockpile greater than 5 percent. ' Changes to the percentage of material from a stockpile will be calculated exclusive of the RAP content. The Contractor may vary the RAP percentage in accordance with Section 5 -04 2 1 Changes to asphalt binder that may require a new mix design include the source of the crude petroleum supplied to the refinery, the refining process, and additives or modifiers in the asphalt binder. The Contractor shall include the brand and type of anti - stripping additive in the mix design submittal and provide certification from the asphalt binder manufacture that the ' anti - stripping additive is compatible with the crude source and formulation of asphalt binder proposed in the mix design. All changes to anti -strip require the submittal of a new mix design for approval 1 Mix designs with 20 percent RAP or less by total weight of HMA and no RAS will be completed without the inclusion of the RAP. For HMA mix designs with greater than 20 percent RAP by total weight of HMA or any amount of RAS the Contractor shall develop a mix design including RAP, RAS, recycling agent and new asphalt binder. Asphalt binder contributed from RAS shall be determined in accordance with AASHTO PP 78. W. Valley Middle School Vicinity Imp. # 2380 27 1 The total quantity of asphalt binder from the RAP and RAS shall not exceed 40 percent 1 of the total asphalt binder content of the HMA. Once the RAP and RAS stockpiles have been constructed the Contractor shall extract, recover and test the asphalt residue from the RAP and RAS stockpiles to determine the percent of recycling agent and /or grade of new asphalt binder needed to meet the grade of asphalt binder required by the contract. The asphalt extraction testing shall be performed in accordance with AASHTO T 164 or ASTM D 2172 using reagent grade trichloroethylene. The asphalt recovery shall be performed in accordance with AASHTO R 59 orASTM D 1856. The recovered asphalt residue shall be tested in accordance with AASHTO R 29 to determine the asphalt binder grade in accordance with Section 9- 02.1(4) Once the recovered asphalt binder grade is determined the percent of recycling agent and /or grade of new asphalt binder shall be determined in accordance with ASTM D 4887 The final blend of recycling agent, recovered and new asphalt shall be tested in accordance with AASHTO R 29 to confirm that it meets the grade of asphalt binder required by the contract in accordance with Section 9 -02 1(4). All recovered and blended asphalt binder test data shall be reported to the Contracting Agency prior to submitting the mix design for approval on the QPL. 5 04.3(7)A2 Statistical or Nonstatistical Evaluation This section is revised to read: The Contractor shall submit WSDOT Form 350 -041 EF to the Engineer for approval to use a mix design from the QPL. The Contractor may include changes to the job mix 1 formula that have been approved on other contracts The request to use a mix design from the QPL may be rejected if production of the HMA from another contract is not in compliance with Section 5- 04.3(11)D. 1 The Contractor shall submit representative samples of the materials that are to be used in the HMA production to the State Materials Laboratory in Tumwater. For HMA mix designs with 20 percent RAP or less by total weight of HMA and no RAS, the Contractor shall submit representative samples of the mineral materials that are to be used in the HMA production; the submittal of RAP samples is not required for these mix designs. For HMA mix designs with greater than 20 percent RAP by total weight of HMA or any amount of RAS the Contractor shall submit representative samples of the mineral materials, RAP, RAS and 100 grams of recovered asphalt residue from the RAP and RAS that are to be used in the HMA production. The Contracting Agency will use these samples to evaluate the mix design for approval on the QPL in accordance with WSDOT Standard Practice QC -8. 5 04.3(7)A3 Commercial Evaluation ' This section is revised to read Approval of a Commercial Evaluation mix design for listing on the QPL will be based on a review of the Contractor's submittal of WSDOT Form 350 -042 for conformance to the requirements of Section 9- 03.8(2). Testing of the HMA by the Contracting Agency for mix design approval is not required. Mix designs for HMA with greater than 20 percent RAP by total weight of HMA or any amount of RAS may be evaluated in accordance with Section 5 -04 3(7)A2 For the Bid item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use. 5 04.3(8) Mixing 1 The first sentence of the second paragraph is revised to read: W. Valley Middle School Vicinity Imp. # 2380 28 , 1 When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25 °F as shown on the reference mix design report or as 1 approved by the Engineer. The last paragraph is supplemented with the following new sentence. 1 After the required amount of mineral materials, RAP, RAS, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt 1 binder throughout the mineral materials, RAP and RAS is ensured. I 5 04.3(8)A4 Definition of Sampling and Sublot The second sentence of the second paragraph is revised to read: I The sublots shall be approximately uniform in size with a maximum sublot size based on original Plan quantity tons as specified in the following table. I This section is supplemented with the following new table: HMA Original Plan Quantity (tons) Sublot Size (tons) <20,000 1,000 I 20,000 to 30,000 1,500 >30,000 2,000 I 5 04.3(8)A7 Test Section — HMA Mixtures This section is revised to read I For each class of HMA accepted by statistical evaluation with 20 percent RAP or less by total weight of HMA and no RAS, the Contractor may request a single test section to determine whether the mixture meets the requirements of Section 9- 03.8(2) and 9- 03.8(6). For each HMA mix design accepted by statistical evaluation with greater than 20 I percent RAP by weight of HMA or any amount of RAS, the Contractor shall construct a test section to determine whether the mixture meets the requirements of Sections 9- 03.8(2) and 9- 03.8(6). Test sections shall be constructed at the beginning of paving and I will be at least 600 tons and a maximum of 1,000 tons or as approved by the Engineer For a test section to be acceptable the pay factor (PF) for gradation, asphalt binder and Va shall be 0 95 or greater for each constituent and the remaining test requirements in I Section 9- 03.8(2) (dust/asphalt ratio, sand equivalent, uncompacted void and fracture) shall conform to the requirements of that section No further wearing or leveling HMA will be paved on any of the four calendar days following construction of the test section The I mixture in the test section will be evaluated as a lot with a minimum of three sublots required. If more than one test section is required, each test section shall be a separate lot. 1 5 04.3(10)A General In the first paragraph, "checking" and "cracking" are deleted. 1 In the third paragraph, the following new sentence is inserted after the second sentence. Coverage with a steel wheel roller may precede pneumatic tired rolling 1 In the third paragraph, the following new sentence is inserted before the last sentence: W. Valley Middle School Vicinity Imp. # 2380 29 1 Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. 5 04.3(10)B1 General In this section, "Project Engineer" is revised to read "Engineer ". The first paragraph is revised to read. HMA mixture accepted by statistical or nonstatistical evaluation that is used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0 10 -foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not Tess than 0.75 when evaluated in accordance with Section 1 -06.2, using a minimum of 91 percent of the maximum density. The percent of maximum density shall be determined by WSDOT FOP for AASHTO T 729 when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. The specified level of density attained will be determined by the statistical evaluation of the density of the pavement. The following four new paragraphs are inserted after the first paragraph Tests for the determination of the pavement density will be taken in accordance the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling 1 If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4- inches unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item "Roadway Core" the Contracting Agency will obtain the cores In the sixth paragraph (after the preceding Amendments are applied), the second sentence is revised to read Sublots will be uniform in size with a maximum sublot size based on original Plan 1 quantity tons of HMA as specified in the table below The following new table is inserted before the second to last paragraph. HMA Original Plan Quantity (tons) Sublot Size (tons) <20,000 100 20,000 to 30,000 150 >30,000 200 5 04.3(10)B4 Test Results The first paragraph is revised to read W. Valley Middle School Vicinity Imp. # 2380 30 1 1 The results of all compaction acceptance testing and the CPF of the lot after three sublots have been tested will be available to the Contractor through WSDOT's website Determination of the relative density of the HMA with a nuclear density gauge requires a correlation factor and may require resolution after the correlation factor is known. Acceptance of HMA compaction will be based on the statistical evaluation and CPF so determined. ' In the second paragraph, the first sentence is revised to read: For a sublot that has been tested with a nuclear density gauge that did not meet the t minimum of 91 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. 1 In the second sentence of the second paragraph, "moisture- density" is revised to read "density" ' In the second paragraph, the fourth sentence is deleted. 5 04.3(20) Anti - Stripping Additive This section is revised to read: Anti - stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to ' shipment to the asphalt mixing plant. Anti - stripping additive shall be added in the amount designated on the QPL for the mix design. ' 5 - 04.4 Measurement The following new paragraph is inserted after the first paragraph: Roadway cores will be measured per each for the number of cores taken. The second to last paragraph is deleted. 5 - 04.5 Payment The bid item "Removing Temporary Pavement Marking ", per linear foot and paragraph following bid item are deleted. 1 The following new bid item is inserted before the second to last paragraph "Roadway Core ", per each. The Contractor's costs for all other Work associated with the coring (e.g., traffic control) ' shall be incidental and included within the unit Bid price per each and no additional payments will be made Section 8 -01, Erosion Control and Water Pollution Control ' January 5, 2015 8 -01.2 Materials ' This section is supplemented with the following new paragraph: For all seed the Contractor shall furnish the Engineer with the following documentation. 1. The state or provincial seed dealer license and endorsements. W. Valley Middle School Vicinity Imp. # 2380 31 1 2 Copies of Washington State Department of Agriculture (WSDA) test results on each lot of seed. Test results must be within six months prior to the date of application. 8 01.3(1)A Submittals The first sentence in the second paragraph is revised to read Modified TESC Plans shall meet all requirements of the current edition of the WSDOT 1 Temporary Erosion and Sediment Control Manual M 3109 8- 01.3(1)C Water Management 1 Items number 1 through 3 are deleted. This section is supplemented with the following new subsections: 1 8 01.3(1)C1 Disposal of Dewatering Water When uncontaminated groundwater with a pH range of 6.5 — 8.5 is encountered in an excavation, it may be disposed of as follows 1. When the turbidity of the groundwater is 25 NTU or less, it may bypass detention and treatment facilities and be discharged into the stormwater conveyance system at a rate that will not cause erosion or flooding in the receiving surface water body. 2. When the turbidity of the groundwater is not more than 25 NTU above or 125% of the turbidity of the site stormwater runoff, whichever is greater, the same detention and treatment facilities as used to treat the site runoff may be used. 1 3 When the turbidity of the groundwater is more than 25 NTU above or 125% of the turbidity of the site stormwater runoff, whichever is greater, the groundwater shall be treated separately from the site stormwater. Alternatively, the Contractor may pursue independent disposal and treatment alternatives that do not use the stormwater conveyance system. 8 01.3(1)C2 Process Wastewater Wastewater generated on -site as a byproduct of a construction process shall not be discharged to surface waters of the State Some sources of process wastewater may be infiltrated in accordance with the NPDES Construction Stormwater General Permit. 8 01.3(1)C3 Shaft Drilling Slurry Wastewater Wastewater generated on -site during shaft drilling activity shall be managed and disposed of in accordance with the requirements below. No shaft drilling slurry wastewater shall be discharged to surface waters of the State Neither the sediment nor liquid portions of the shaft drilling slurry wastewater shall be contaminated, as detectable by visible or olfactory indication (e.g., chemical sheen or smell) 1. Water -only shaft drilling slurry or water slurry with approved flocculants may be infiltrated on -site. Flocculants used shall meet the requirements of Section 9- 14.5(1) or shall be chitosan products listed as General Use Level Designation (GULD) on the Department of Ecology's stormwater treatment technologies webpage for construction treatment. Infiltration is permitted if the following requirements are met. a Wastewater shall have a pH of 6.5 — 8.5 prior to discharge W. Valley Middle School Vicinity Imp. # 2380 32 1 I b. The source water meets drinking water standards or the Groundwater Quality Criteria listed in WAC 173 - 200 -040. 1 c The amount of flocculant added to the slurry shall be kept to the minimum needed to adequately settle out solids. The flocculant shall be thoroughly I mixed into the slurry. d. Infiltration locations shall be at least 100 feet away from surface waters, wells, on -site sewage systems, aquifer- sensitive recharge areas, sole I source aquifers, and well -head protection areas. Before infiltration begins, there shall be a minimum of 5 feet of unsaturated soil between the soil surface receiving the wastewater for infiltration and the groundwater surface 1 (i.e., saturated soil). e. The slurry removed from the shaft shall be contained in a leak proof cell or I tank for a minimum of 3 hours. f. Within a 24 hour period, a maximum of 21,000 gallons of slurry wastewater may be infiltrated in an infiltration location. The infiltration rate shall be I reduced if needed to prevent wastewater from leaving the infiltration location. The infiltration site shall be monitored regularly during infiltration activity. All wastewater discharged to the ground must fully infiltrate and 1 discharges must stop before the end of each work day. g. After infiltration activity is complete, loose sediment in the infiltration location I that may have resulted from the infiltration activity or the removal of BMPs used to manage infiltration activity shall be stabilized to prevent mobilization by stormwater runoff. 1 h. Drilling spoils and settled sediments remaining in the containment cell or tank shall be disposed of in accordance with Section 6- 19.3(4)F. I i. Infiltration locations shall be marked on the on -site temporary erosion and sediment control (TESC) plan sheets before the infiltration activity begins. I j. Prior to infiltrating water -only shaft drilling slurry or water slurry with approved flocculants, the Contractor shall submit a Shaft Drilling Slurry Wastewater Management and Infiltration Plan as a Type 2 Working I Drawing. This Plan shall be kept on -site, adapted if needed to meet the construction requirements, and updated to reflect what is being done in the field. The Working Drawing shall include, at a minimum, the following information: I i. Plan sheet showing the proposed infiltration location and all surface waters, wells, on -site sewage systems, aquifer- sensitive recharge I areas, sole source aquifers, and well -head protection areas within 150 feet. I ii. The proposed elevation of soil surface receiving the wastewater for infiltration and the anticipated phreatic surface (i.e., saturated soil). I iii. The source of the water used to produce the slurry. Iv The estimated total volume of wastewater to be infiltrated I W. Valley Middle School Vicinity Imp. # 2380 33 1 v. The approved flocculant to be used (if any) vi The controls or methods (e g., trenches, traps, berms, silt fence, dispersion, or discharge metering devices) that will be used to prevent surface wastewater runoff from leaving the infiltration location. The Working Drawing shall include all pertinent design details (e g., sizing of trenches or traps, placement or height of berms, application techniques) needed to demonstrate the proposed controls or methods are adequate to prevent surface wastewater runoff from leaving the infiltration location vii. The strategy for removing slurry wastewater from the shaft and containing the slurry wastewater once it has been removed from the shaft. viii The strategy for monitoring infiltration activity and adapting methods to ensure compliance ix. A contingency plan that can be implemented immediately if it becomes evident that the controls in place or methods being used are not adequate x. The strategy for cleaning up the infiltration location after the infiltration activity is done. Cleanup shall include stabilizing any loose sediment on the surface within the infiltration area generated as a byproduct of suspended solids in the infiltrated wastewater or soil disturbance associated with BMP placement and removal 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives not approved for infiltration shall be contained and disposed of by the Contractor at an approved disposal facility in accordance with Section 2 -03 3(7)C. Spoils that have come into contact with mineral slurry shall be disposed of in accordance with Section 6 -19 3(4)F 8 01.3(1)C4 Management of Off - Site Water Prior to disruption of the normal watercourse, the Contractor shall intercept the off -site surface water and pipe it either through or around the project site. This water shall not be combined with on -site stormwater It shall be discharged at its preconstruction outfall point in such a manner that there is no increase in erosion below the site. The Contractor shall submit a Type 2 Working Drawing consisting of the method for performing this Work. 8 01.3(2)A Preparation for Application 1 This section's content is deleted and replaced with the following two new subsections 8 01.3(2)A1 Seeding 1 Areas to be cultivated are shown in the Plans or specified in the Special Provisions The areas shall be cultivated to the depths specified to provide a reasonably firm but friable seedbed. Cultivation shall take place no sooner than 2 weeks prior to seeding All areas to be seeded, including excavated slopes shall be compacted and prepared unless otherwise specified or ordered by the Engineer. A cleated roller, crawler tractor, or similar equipment that forms longitudinal depressions at least 2 inches deep shall be used for compaction and preparation of the surface to be seeded W. Valley Middle School Vicinity Imp. # 2380 34 1 The entire area shall be uniformly covered with longitudinal depressions formed perpendicular to the natural flow of water on the slope. The soil shall be conditioned with sufficient water so the longitudinal depressions remain in the soil surface until completion of the seeding I Prior to seeding, the finished grade of the soil shall be 1 inch below the top of all curbs, unction and valve boxes, walks, driveways, and other Structures The soil shall be in a weed free and bare condition. 1 All bags of seed shall be brought to the site in sealed bags and shall have seed labels attached showing the seed meets the Specifications. Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be accepted. 1 8- 01.3(2)A2 Temporary Seeding A cleated roller, crawler tractor, or similar equipment that forms longitudinal depressions 1 at least 2 inches deep shall be used for compaction and preparation of the surface to be seeded. The entire area shall be uniformly covered with longitudinal depressions formed perpendicular to the natural flow of water on the slope The soil shall be conditioned with 1 sufficient water so the longitudinal depressions remain in the soil surface until completion of the seeding. ' 8- 01.3(2)B Seeding and Fertilizing In the list in the second paragraph, item numbers 1 -5 are revised to read: 1. A hydro seeder that utilizes water as the carrying agent, and maintains continuous agitation through paddle blades It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to ' prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry ' 2. Blower equipment with an adjustable disseminating device capable of maintaining a constant, measured rate of material discharge that will ensure an even distribution of seed at the rates specified. 3. Helicopters properly equipped for aerial seeding. 4. Power -drawn drills or seeders ' 5. Areas in which the above methods are impractical may be seeded by hand methods. 1 8- 01.3(2)C Liming This section including title is deleted in its entirety and replaced with the following: ' 8- 01.3(2)C Vacant 8- 01.3(2)D Mulching ' The first sentence of the second paragraph is revised to read: Distribution of straw mulch material shall be by means that utilizes forced air to blow mulch material on seeded areas 1 8- 01.3(11) Outlet Protection In the last sentence, "Section 9 -13 6" is revised to read "Section 9- 13.1(5) ". 1 W. Valley Middle School Vicinity Imp. # 2380 35 1 8 -01.4 Measurement In the twelfth paragraph, "liming" is deleted. 8 - 01.5 Payment The bid item "Liming ", per acre is deleted. Section 8 -02, Roadside Restoration January 5, 2015 8- 02.3(1) Responsibility During Construction 1 The last sentence of the second paragraph is revised to read This Work shall include keeping the planted and seeded areas free from insect 1 infestation, weeds or unwanted vegetation, litter, and other debris along with retaining the finished grades and mulch in a neat uniform condition 8 02.3(2) Roadside Work Plan This section's title is revised to read: Work Plans 1 This section's content is deleted in its entirety and replaced with the following new subsections: 8 02.3(2)A Roadside Work Plan Before starting any Work that disturbs the earth and as described in Sections 8 -01, 8 -02 and 8 -03, the Contractor shall submit a roadside work plan The roadside work plan shall be submitted as a Type 1 Working Drawing and shall define the Work necessary to provide all Contract requirements, including. wetland excavation, soil preparation, habitat structure placement, planting area preparation, seeding area preparation, bark mulch and compost placement, seeding, planting, plant replacement, irrigation, and weed control in narrative form. 1 The Roadside Work Plan shall also include a copy of the approved progress schedule 8 02.3(2)B Weed and Pest Control Plan The Weed and Pest Control Plan shall be submitted as a Type 1 Working Drawing. The weed and pest control plan shall include scheduling and methods of all control measures required under the Contract or proposed by the Contractor including soil preparation methods to meet the required soil surface conditions in the planting, bark mulch, and wetland areas. The weed control plan shall show general weed control including hand, mechanical and chemical methods, timing, application of herbicides including type, rate, use and timing, mowing, and noxious weed control. Target weeds and unwanted vegetation to be removed shall be identified and listed in the weed control plan. The plan shall be prepared and signed by a licensed Commercial Pest Control Operator or Consultant when chemical pesticides are proposed. The plan shall include methods of weed control; dates of weed control operations; and the name, application rate, and Material Safety Data Sheets of all proposed herbicides. In addition, the Contractor shall furnish the Engineer with a copy of the current product label for each pesticide and spray adjuvant to be used. These product labels shall be submitted with the weed control plan for approval. W Valley Middle School Vicinity Imp. # 2380 36 1 1 ' 8- 02.3(2)C Plant Establishment Plan The Plant Establishment Plan shall be prepared in accordance with the requirements of Section 8- 02.3(13) and submitted as a Type 1 Working Drawing. The Plan shall show the proposed scheduling of activities, materials, equipment to be utilized for the first -year plant establishment, and an emergency contact person. The Plan shall include the management of the irrigation system, when applicable. Should the plan become ' unworkable at any time during the first -year plant establishment, the Contractor shall submit a revised plan prior to proceeding with further Work. 8- 02.3(3) Weed and Pest Control This section is supplemented with the following new paragraph. Grass, including grass applied in accordance with Section 8 -01, growing within the ' mulch ring of a plant shall be considered a weed and be controlled on the project in accordance with the weed and pest control plan. ' 8- 02.3(4) Topsoil The last sentence of the first paragraph is revised to read: ' After the topsoil has been spread, all large clods, hard lumps, and rocks 2 inches in diameter and larger, and litter shall be raked up, removed, and disposed of by the Contractor. The following new paragraph is inserted after the first paragraph: Topsoil stockpiled for project use shall be protected to prevent erosion and weed growth. ' Weed growth on topsoil stockpile sites shall be immediately eliminated in accordance with the approved Weed and Pest Control Plan. ' 8- 02.3(4)C Topsoil Type C The last sentence is revised to read: ' Topsoil Type C shall meet the requirements of Sections 8- 02.3(4), 8- 02.3(4)B, and 9- 14 1(3) 8- 02.3(12) Completion of Initial Planting Item number 4 in the last paragraph is deleted. 8- 02.3(13) Plant Establishment The first sentence of the second paragraph is deleted. The second paragraph is supplemented with the following new sentence ' The 1 calendar year shall be extended an amount equal to any periods where the Contractor does not comply with the plant establishment plan. The first sentence of the fourth paragraph is revised to read: During the first year of plant establishment under PSIPE (Plant Selection Including Plant ' Establishment), the Contractor shall meet monthly with the Engineer for the purpose of joint inspection of the planting material on a mutually agreed upon schedule. ' The last two paragraphs are deleted. W. Valley Middle School Vicinity Imp. # 2380 37 8 -02.4 Measurement ' This section is supplemented with the following Plant selection will be measured per each 1 PSIPE _ (Plant Selection Including Plant Establishment) will be measured per each. 8 - 02.5 Payment , The paragraph following the bid item "Topsoil Type ", per acre is revised to read: The unit Contract price per acre for "Topsoil Type " shall be full payment for all costs 1 for the specified Work. The bid item "PSIPE ", per each and the paragraph following the bid item are revised to read: "PSIPE ", per each 1 The unit Contract price for "Plant Selection ", per each, and "PSIPE ", per each, shall be full pay for all Work necessary for weed control within the planting area, planting area preparation, fine grading, planting, cultivating, plant storage and protection, fertilizer and root dip, staking, cleanup, and water necessary to complete planting operations as specified to the end of first year plant establishment. The bid item "Plant Establishment - Year" is deleted Section 8 -04, Curbs, Gutters, and Spillways 111 January 5, 2015 8 -04.2 Materials The referenced section for the following item is revised to read: Hand Placed Riprap 9- 13.1(4) 8 04.3(1) Cement Concrete Curbs, Gutters, and Spillways The first sentence in the fourth paragraph is revised to read. Expansion joints in the curb or curb and gutter shall be spaced as shown in the Plans, and placed at the beginning and ends of curb returns, drainage Structures, bridges, and cold joints with existing curbs and gutters 1 In the third sentence of the fourth paragraph, " inch" is revised to read " inch ". 8 04.3(1)A Extruded Cement Concrete Curb The second sentence in the second paragraph is revised to read Cement concrete curbs shall be anchored to the existing pavement by placing steel 1 reinforcing bars 1 foot on each side of every joint. The third paragraph is revised to read 1 Steel reinforcing bars shall meet the dimensions shown in the Standard Plans 1 W. Valley Middle School Vicinity Imp. # 2380 38 t 1 ' Section 8 -18, Mailbox Support August 4, 2014 8- 18.3(1) Type 3 Mailbox Support In the third paragraph, the first sentence is revised to read: ' With the Engineer's consent, a Type 3 Mailbox Support design, made of steel or other durable material, that meets the NCHRP 350 or the Manual for Assessing Safety Hardware (MASH) crash test criteria may be used in place of the design shown in the Standard Plans 111 Section 8 -20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical April 6, 2015 8- 20.2(1) Equipment List and Drawings ' The second sentence of the second paragraph is revised to read: Supplemental data would include such items as catalog cuts, product Specifications, t shop drawings, wiring diagrams, etc. The third paragraph (up until the colon) is revised to read: ' If the luminaires are not listed in the Qualified Products List, the Contractor shall submit the following information for each different type of luminaire required on the Contract: 1 The fourth paragraph (up until the colon) is revised to read: The Contractor shall submit for approval Type 3E Working Drawings in accordance with ' Section 1 -05.3 for each of the following types of standards called for on this project: The fifth paragraph is revised to read: The Contractor will not be required to submit shop drawings for approval for Tight standards and traffic signal standards conforming to the preapproved plans listed in the ' Special Provisions. The Contractor may use preapproved plans posted on the WSDOT website with a more current revision date than published in the Special Provisions. 8 20.3(1) General 1 The following six new paragraphs are inserted after the second paragraph: If a portion of an existing communication conduit system is damaged due to the ' Contractor's activities, the affected system shall be restored to original condition. Conduit shall be repaired Communication cables shall be replaced and the communication system shall be made fully operational within 24 hours of being damaged. Damaged communication cable shall be replaced between existing termination or splice ' points No additional termination or splice points will be allowed. An existing termination or splice point is defined as a location where all existing fiber strands or twisted pair wires are terminated or spliced at one point. Communication cable shall be defined as either copper twisted pair or fiber optic cables. The Contractor may use temporary splices to restore Contracting Agency communication systems until the permanent communication cable system is restored. W. Valley Middle School Vicinity Imp. # 2380 39 1 When damage to an existing communication system has occurred, the Contractor shall 1 perform the following in addition to other restoration requirements: 1. Inspect the communication raceway system including locate wire or tape to determine the extent of damage 2. Contact the Engineer for Fiber Optic Cable and Twisted Pair (TWP) Copper I Cable acceptance testing requirements and communication system restoration requirements. 3. Initially perform the acceptance tests to determine the extent of damage and 1 also perform the acceptance tests after repairs are completed. Provide written certification that the communication cable system, including the locate wire or tape, is restored to test standard requirements. 1 Communication cables shall be restored by Contractor personnel that are WSDOT prequalified for communication installation work. Restoration shall be considered I electrical work when the path of the communication system interfaces with electrical systems. Electrical work of this nature shall be performed by Contractor personnel that are WSDOT prequalified for work on both electrical and communication systems. If the Contractor or Subcontractors are unable or unqualified to complete the restoration work, the Engineer may have the communication or electrical systems restored by other means and subtract the cost from the money that will be or is due the Contractor. 1 When field repair of existing conduit, innerduct or outerduct is required, the repair kits shall be installed per manufacturer's recommendations. Repair kits and each connection point between the repair kit and the existing raceway system shall be sealed to prevent air leakage during future cable installation 8 20.3(8) Wiring The second sentence in the eleventh paragraph is revised to read: Every conductor at every wire termination, connector, or device shall have an approved 1 wire marking sleeve bearing, as its legend, the circuit number indicated in the Contract. 8- 20.3(13)A Light Standards 1 In the third paragraph, the last sentence of item number 1 is revised to read. Conduit shall extend a maximum of 1 inch above the top of the foundation, including I grounding end bushing or end bell bushing In the fourth paragraph, the second sentence of item number 1 is revised to read I Conduits shall be cut to a maximum height of 2 inches above the foundation including grounding end bushing or end bell bushing Section 8 -22, Pavement Marking April 6, 2015 8- 22.3(6) Removal of Pavement Markings I The second and third sentences of the first paragraph are revised to read. Grinding to remove pavement markings is allowed prior to application of a Bituminous 1 Surface Treatment. Grinding to remove pavement marking from hot mix asphalt and W Valley Middle School Vicinity Imp. # 2380 40 1 1 ' cement concrete pavements is allowed to a depth just above the pavement surface, then water blasting or shot blasting shall be required to remove the remaining markings. Section 8 -23, Temporary Pavement Markings January 5, 2015 ' This section's content is deleted in its entirety and replaced with the following new sub- sections: 8 - 23.1 Description The Work consists of furnishing, installing, and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the Plans; for all lane shifts and detours resulting from construction activities; or when permanent markings are removed because of construction operations. 8 - 23.2 Materials Materials for temporary markings shall be paint, plastic, tape, raised pavement markers or flexible raised pavement markers. Materials for pavement markings shall meet the following requirements 1 Raised Pavement Markers 9 -21 Temporary Marking Paint 9- 34.2(6) Plastic 9 -34.3 Glass Beads for Pavement Marking Materials 9 -34.4 Temporary Pavement Marking Tape 9 -34 5 Temporary Flexible Raised Pavement Markers 9 -34 6 8.23.3 Construction Requirements ' 8- 23.3(1) General The Contractor shall select the type of pavement marking material in accordance with the Contract. r 8 - 23.3(2) Preliminary Spotting All preliminary layout and marking in preparation for application or removal of temporary pavement markings shall be the responsibility of the Contractor. 8 23.3(3) Preparation of Roadway Surface Surface preparation for temporary pavement markings shall be in accordance with ' the manufacturer's recommendations. 8- 23.3(4) Pavement Marking Application 8- 23.3(4)A Temporary Pavement Markings — Short Duration Temporary pavement markings — short duration shall meet the following ' requirements: Temporary Center Line — A BROKEN line used to delineate adjacent lanes of traffic moving in opposite directions. The broken pattern shall be ' based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 foot gap. W. Valley Middle School Vicinity Imp. # 2380 41 1 Temporary Edge Line — A SOLID line used on the edges of Traveled Way The line shall be continuous if paint or tape is used. If temporary raised pavement markers are used, the line shall consist of markers installed continuously at 5 -foot spacing. 1 Temporary Lane Line — A BROKEN line used to delineate adjacent lanes with traffic traveling in the same direction. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap, if paint or tape is used If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 foot gap. Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. Edge lines shall be installed only if specifically required in the Contract. All temporary pavement markings shall be retroreflective 1 8- 23.3(4)A1 Temporary Pavement Marking Paint Paint used for short duration temporary pavement markings shall be applied in one application at a thickness of 15 mils or 108 square feet per gallon Glass beads shall be in accordance with Section 8- 22.3(3)G. 8- 23.3(4)A2 Temporary Pavement Marking Tape Application of temporary pavement marking tape shall be in conformance with the manufacturer's recommendations. Black mask pavement marking tape shall mask the existing line in its 1 entirety. 8- 23.3(4)A3 Temporary Raised Pavement Markers 1 Temporary raised pavement markers are not allowed on bituminous surface treatments. 8- 23.3(4)A4 Temporary Flexible Raised Pavement Markers Flexible raised pavement markers are required for new applications of bituminous surface treatments. Flexible raised pavement markers are not allowed on other pavement types unless otherwise specified or approved by the Engineer. Flexible raised pavement markers shall be installed with the protective cover in place The cover shall be removed immediately after spraying asphaltic material. 8- 23.3(4)B Temporary Pavement Markings — Long Duration Application of paint, pavement marking tape and plastic for long duration pavement markings shall meet the requirements of Section 8- 22.3(3), application of raised pavement markers shall meet the requirements of Section 8 -09.3; and application of flexible pavement markings shall be in conformance with the manufacturer's recommendations. 8- 23.3(4)C Tolerance for Lines Tolerance for lines shall conform to Section 8- 22.3(4) 8- 23.3(4)D Maintenance of Pavement Markings Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent pavement markings are installed. As W. Valley Middle School Vicinity Imp. # 2380 42 1 1 I directed by the Engineer; temporary pavement markings that are damaged, including normal wear by traffic, shall be repaired or replaced immediately. Repaired and replaced pavement markings shall meet the requirements for the I original pavement marking. 8 23.3(4)E Removal of Pavement Markings 1 Removal of temporary paint is not required prior to paving; all other temporary pavement markings shall be removed. All temporary pavement markings that are required on the wearing course prior I to construction of permanent pavement markings and are not a part of the permanent markings shall be completely removed concurrent with or immediately subsequent to the construction of the permanent pavement I markings. Temporary flexible raised pavement markers on bituminous surface treatment pavements shall be cut off flush with the surface if their location conflicts with the alignment of the permanent pavement markings. All other I temporary pavement markings shall be removed in accordance with Section 8- 22.3(6). All damage to the permanent Work caused by removing temporary pavement 1 markings shall be repaired by the Contractor at no additional cost to the Contracting Agency. I 8 - 23.4 Measurement Temporary pavement markings will be measured by the linear foot of each installed line or grouping of markers, with no deduction for gaps in the line or markers and no I additional measurement for the second application of paint required for long duration paint lines. Short duration and long duration temporary pavement markings will be measured for the initial installation only. 1 8 - 23.5 Payment Payment will be made in accordance with Section 1 -04.1, for each of the following Bid items that are included in the Proposal I "Temporary Pavement Marking — Short Duration ", per linear foot. I "Temporary Pavement Marking — Long Duration ", per linear foot. The unit Contract price per linear foot for "Temporary Pavement Marking — Short I Duration" and "Temporary Pavement Marking — Long Duration" shall be full pay for all Work. 1 Section 9 -01, Portland Cement January 5, 2015 9- 01.2(3) Low Alkali Cement I This section is revised to read: When low alkali portland cement is required, the percentage of alkalies in the cement I shall not exceed 0.60 percent by weight calculated as Na plus 0.658 K This limitation shall apply to all types of portland cement. I 9 01.2(4) Blended Hydraulic Cement The first paragraph is revised to read: I W. Valley Middle School Vicinity Imp. # 2380 43 1 Blended hydraulic cement shall be either Type IP(X)(MS) or Type IS(X)(MS) cement I conforming to AASHTO M 240 or ASTM C 595, except that the portland cement used to produce blended hydraulic cement shall not contain more than 0.75 percent alkalies by weight calculated as Na plus 0.658 K and shall meet the following additional requirements. 1 Type IP(X)(MS) - Portland - Pozzolan Cement where (X) equals the targeted I percentage of fly ash, the fly ash is limited to a maximum of 35 percent by weight of the cementitious material, (MS) indicates moderate sulfate resistance 2. Type IS(X)(MS) - Portland Blast- Furnace Slag Cement, where (X) equals the 1 targeted percentage of ground granulated blast- furnace slag, the ground granulated blast furnace slag is limited to a maximum of 50 percent by weight of the cementitious material, (MS) indicates moderate sulfate resistance. 1 The first sentence of the second paragraph is revised to read: The source and weight of the fly ash or ground granulated blast- furnace slag shall be I certified on the cement mill test report or cement certificate of analysis and shall be reported as a percent by weight of the total cementitious material. 9 - 01.3 Tests and Acceptance The first paragraph is revised to read Cement may be accepted by the Engineer based on the cement mill test report number I or cement certificate of analysis number indicating full conformance to the Specifications All shipments of the cement to the Contractor or concrete supplier shall identify the applicable cement mill test report number or cement certificate of analysis number and shall be provided by the Contractor or concrete supplier with all concrete deliveries. The second paragraph is revised to read: 1 Cement producers /suppliers that certify portland cement or blended cement shall participate in the Cement Acceptance Program as described in WSDOT Standard 1 Practice QC 1. 9 -01.4 Storage on the Work Site I This section is revised to read: At the request of the Engineer, the Contractor shall provide test data to show that cement stored on site for longer than 60 days meets the requirements of 9 -01. Tests shall be conducted on samples taken from the site in the presence of the Engineer. Test results that meet the requirements of 9 -01 shall be valid for 60 days from the date of sampling, after which the Engineer may require further testing. Section 9 -03, Aggregates April 6, 2015 I 9- 03.1(2)C Use of Substandard Gradings This section including title is deleted in its entirety and replaced with the following 1 Vacant 9- 03.1(4)C Grading 1 In the second paragraph, the first sentence is deleted. W. Valley Middle School Vicinity Imp. # 2380 44 1 1 The third paragraph is deleted. I 9 03.1(5)B Grading The last paragraph is revised to read: I The Contracting Agency may sample each aggregate component prior to introduction to the weigh batcher or as otherwise determined by the Engineer. Each component will be sieve analyzed separately in accordance with WSDOT FOP for WAQTC /AASHTO Test Method T- 27/11. All aggregate components will be mathematically re- combined by the I proportions (percent of total aggregate by weight) provided by the Contractor on Concrete Mix Design Form 350 -040. I 9 03.8(1) General Requirements The first paragraph up until the colon is revised to read: I Preliminary testing of aggregates for source approval shall meet the following test requirements: I The list in the first paragraph is supplemented with the following: Sand Equivalent 45 min. I The following new paragraph is inserted after the first paragraph: Aggregate sources that have 100 percent of the mineral material passing the No. 4 sieve 1 shall be limited to no more than 5 percent of the total weight of aggregate. 9 03.8(2) HMA Test Requirements 1 The second paragraph (up until the colon) is revised to read: The mix design shall produce HMA mixtures when combined with RAP, RAS, coarse and I fine aggregate within the limits set forth in Section 9- 03.8(6) and mixed in the laboratory with the designated grade of asphalt binder, using the Superpave gyratory compactor in accordance with WSDOT FOP for AASHTO T 312, and at the required gyrations for N initial, N design, and N maximum with the following properties: I The third paragraph is revised to read: I The mix criteria for Hamburg Wheel -Track Testing and Indirect Tensile Strength do not apply to HMA accepted by commercial evaluation. I 9 03.8(3)B Gradation — Recycled Asphalt Pavement and Mineral Aggregate This section is supplemented with the following: I For HMA with greater than 20 percent RAP by total weight of HMA the RAP shall be processed to ensure that 100 percent of the material passes a sieve twice the size of the maximum aggregate size for the class of mix to be produced. 1 When any amount of RAS is used in the production of HMA the RAS shall be milled, crushed or processed to ensure that 100 percent of the material passes the 1 /2 inch sieve. Extraneous materials in RAS such as metals, glass, rubber, soil, brick, tars, paper, I wood and plastic shall not exceed 2.0 percent by mass as determined on material retained on the No. 4 sieve. I W. Valley Middle School Vicinity Imp. # 2380 45 9- 03.14(3) Common Borrow This section is revised to read Material for common borrow shall consist of granular or nongranular soil and /or aggregate which is free of deleterious material. Deleterious material includes wood, organic waste, coal, charcoal, or any other extraneous or objectionable material The material shall not contain more than 3 percent organic material by weight. The plasticity index shall be determined using test method AASHTO T 89 and AASHTO T 90 The material shall meet one of the options in the soil plasticity table below. 1 Soil Plasticity Table Plasticity 1 Option Sieve Percent Passing Index No. 1 200 0 - 12 N/A No. 2 200 12.1 - 35 6 or Less No. 3 200 Above 35 0 All percentages are by weight. If requested by the Contractor, the plasticity index may be increased with the approval of the Engineer. 9 03.14(4) Gravel Borrow for Structural Earth Wall In the second table, the row beginning with "pH" is revised to read pH WSDOT Test 4.5 - 9 5 — 10 Method T 417 9 03.21(1) General Requirements The following new paragraph is inserted after the second paragraph: Reclaimed asphalt shingles samples shall contain less than the maximum percentage of asbestos fibers based on testing procedures and frequencies established in conjunction with the specifying jurisdiction and state or federal environmental regulatory agencies 1 Section 9 -04, Joint and Crack Sealing Materials January 5, 2015 9- 04.1(4) Elastomeric Expansion Joint Seals In this section, "AASHTO M 220" is revised to read "ASTM D 2628 ". 9 04.2(1) Hot Poured Joint Sealants In the first paragraph, "AASHTO M 324" is revised to read "ASTM D 6690 ". 9 04.2(2) Poured Rubber Joint Sealer In item number 9, "WSDOT Test Method No. 412" is revised to read "ASTM D 5329" 1 W. Valley Middle School Vicinity Imp. # 2380 46 1 I Section 9 -05, Drainage Structures and Culverts April 7, 2014 I 9 -05.13 Ductile Iron Sewer Pipe The first paragraph is deleted. I Section 9 -06, Structural Steel and Related Materials January 5, 2015 I 9- 06.5(4) Anchor Bolts The third sentence of the second paragraph is revised to read: Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall conform to 1 ASTM A 563, Grade A or DH I Section 9 -14, Erosion Control and Roadside Planting January 5, 2015 I 9.14.1 Soil This section, including title, is revised to read: I 9 - 14.1 Topsoil Topsoil shall not contain any recycled material, foreign materials, or any listed Noxious and Nuisance weeds of any Class designated by authorized State or County officials. 1 Aggregate shall not comprise more than 10% by volume of Topsoil and shall not be greater than two inches in diameter 9 14.1(2) Topsoil Type B I The last sentence of the second paragraph is deleted. 9 - 14.2 Seed 1 This section is revised to read: Seed of the type specified shall be certified in accordance with WAC 16 -302. Seed mixes 1 shall be commercially prepared and supplied in sealed containers. The labels shall show: (1) Common and botanical names of seed 1 (2) Lot number (3) Net weight I (4) Pounds of Pure live seed (PLS) in the mix 1 (5) Origin of seed All seed vendors must have a business license issued by supplier's state or provincial I Department of Licensing with a "seed dealer" endorsement. 9 14.4(3) Bark or Wood Chips I This section's title is revised to read: I W. Valley Middle School Vicinity Imp. # 2380 47 1 Bark or Wood Chip Mulch 1 The first paragraph is revised to read: Bark or wood chip mulch shall be derived from fir, pine, or hemlock species. It shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust shall not be used as mulch. Mulch produced from finished wood products or construction debris will not be allowed 9 14.4(6) Gypsum The first sentence is revised to read: Gypsum shall consist of Calcium Sulfate (CaSO 2H in a pelletized or granular form. 9 14.4(7) Tackifier This section is revised to read Tackifiers are used as a tie -down for soil, compost, seed, and /or mulch Tackifiers shall contain no growth or germination- inhibiting materials and shall not reduce infiltration rates. Tackifiers shall hydrate in water and readily blend with other slurry materials. 1 The Contractor shall provide test results documenting the tackifier meets the requirements for Acute Toxicity, Solvents, and Heavy Metals as required in Table 1 in Section 9 -14 4(2). The tests shall be performed at the manufacturer's recommended application rate. 9 14.4(8) Compost The second paragraph is revised to read Compost production and quality shall comply with WAC 173 -350 1 9 14.4(8)A Compost Submittal Requirements Item 2 is revised to read 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with WAC 173 -350 (Minimum Functional Standards for Solid Waste Handling). 9 14.6(1) Description Item number 3 in the fourth paragraph is revised to read. 1 3 Live pole cuttings shall have a diameter between 2 inches and 3.5 inches. Live poles shall have no more than three branches which must be located at the top end of the pole and those branches shall be pruned back to the first bud from the main stem. 9 14.6(2) Quality 1 The second and third paragraphs in this section are revised to read All plant material shall comply with State and Federal laws with respect to inspection 1 for plant diseases and insect infestation Plants must meet Washington State Department of Agriculture plant quarantines and have a certificate of inspection. Plants originating in Canada must be accompanied by a phytosanitary certificate stating the plants meet USDA health requirements. W. Valley Middle School Vicinity Imp. # 2380 48 1 I All plant material shall be purchased from a nursery licensed to sell plants in their state or province. I Section 9 -15, Irrigation System August 4, 2014 I 9 -15.18 Detectable Marking Tape In the second paragraph, the table is supplemented with the following new row: I Non - Potable Water Purple Section 9 -16, Fence and Guardrail 1 August 4, 2014 9- 16.2(1)B Wood Fence Posts and Braces 1 In the table, the row beginning with "ACA" is deleted. Section 9 -29, Illumination, Signal, Electrical 1 April 6, 2015 9 -29.1 Conduit, Innerduct, and Outerduct 1 This section is supplemented with the following new subsection 9 29.1(9) Repair I Manufacturer repair kits shall be used for field repair of existing conduit, innerduct and outerduct. The conduit repair kit shall be manufactured specifically for the repair of existing damaged conduit, inner duct and outer duct. The repair kit shall be prepackaged and include the split conduit and split couplings necessary to restore the 1 damaged conduit to the original inside dimensions including a water and air tight seal. 9 29.2(1)B Heavy Duty Junction Boxes 1 The second paragraph is revised to read: The Heavy -Duty Junction Box steel frame, lid support and lid fabricated from steel plate I and shapes shall be painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07.3. Ductile iron and gray iron castings shall not be painted. I The following new paragraph is inserted after the second paragraph: The concrete used in Heavy -Duty Junction Boxes shall have a minimum compressive strength of 4,000 psi I In the fourth paragraph (after the preceding Amendment is applied), the table is revised to read: 1 Materials Requirement Concrete Section 6 -02 I Reinforcing Steel Section 9 -07 Lid ASTM A 786 diamond plate steel, rolled from plate complying with ASTM A 572, grade 50 or ASTM A 588, and having a min. CVN toughness of 20 ft-lb 1 at 40 degrees F. Or Ductile iron casting meeting Section 9 -05.15 I W. Valley Middle School Vicinity Imp. # 2380 49 1 Frame and stiffener plates ASTM A 572 grade 50 or ASTM A 588, both with I min CVN toughness of 20 ft-lb at 40 degrees F Or Gray iron casting meeting Section 9 -05.15 I Anchors (studs) Section 9 -06.15 Threaded Anchors for Gray Iron ASTM F1554 grade 55 Headed Anchor Frame Requirements t Bolts, Studs, Nuts, Washers ASTM F 593 or A 193, Type 304 or 316, or Stainless steel grade 302, 304, or 316 in accordance with approved shop drawings I Hinges and Locking and Latching In accordance with approved shop drawings Mechanism and associated Hardware and Bolts I Safety Bars In accordance with approved shop drawings The last paragraph is revised to read 1 The bearing seat and lid perimeter 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 I compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter shall be machined to allow a minimum of 75 percent 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 I percentage will be measured for each side of the lid as it bears on the frame 9 29.2(2) Standard Duty and Heavy - Duty Cable Vaults and Pull Boxes This section's title is revised to read. Small Cable Vaults, Standard Duty Cable Vaults, Heavy -Duty Cable Vaults, Standard Duty Pull Boxes, and Heavy -Duty Pull Boxes 1 In the first paragraph, the first sentence is revised to read Small, Standard Duty and Heavy -Duty Cable Vaults and Standard Duty and Heavy -Duty 1 Pull Boxes shall be constructed as a concrete box and as a concrete lid. 9 29.2(2)A Standard Duty Cable Vaults and Pull Boxes I This section's title is revised to read. Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty Pull 1 Boxes The first paragraph is revised to read 1 Small and Standard Duty Cable Vaults and Standard Duty Pull boxes shall be concrete and have a minimum load rating of 22,500 pounds and be tested in accordance with I Section 9- 29.2(1)C for concrete Standard Duty Junction Boxes. In the second paragraph, the first sentence is revised to read: I Concrete for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall have a minimum compressive strength of 4,000 psi I In the third paragraph, the first sentence is revised to read W. Valley Middle School Vicinity Imp. # 2380 50 1 1 All Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes placed in sidewalks, walkways, and shared -use paths shall have slip- resistant surfaces. 1 The fourth paragraph (up until the colon) is revised to read: 1 Materials for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall conform to the following: 9 - 29.3 Fiber Optic Cable, Electrical Conductors, and Cable 1 This section is supplemented with the following new subsection 9 29.3(3) Wire Marking Sleeves I Wire marking sleeves shall be full - circle in design, non - adhesive, printable using an indelible ink and shall fit snugly on the wire or cable. Marking sleeves shall be made from a PVC or polyolefin, and provide permanent identification for wires and cables. 1 9 29.3(2)A4 Location Wire This section is revised to read: 1 Location wire shall be steel core copper clad minimum size AWG 14 insulated conductor The insulation shall be orange High Molecular Weight High Density Polyethylene (HMHDPE) I 9 -29.16 Vehicular Signal Heads, Displays, and Housing The last sentence of the last paragraph is revised to read: 1 A 1- inch -wide strip of yellow retro - reflective, type IV prismatic sheeting, conforming to the requirements of Section 9- 28.12, shall be applied around the perimeter of each I backplate with the exception of installations where all sections of the display will be dark as part of normal operation such as ramp meters, hawk signals and tunnels. I Section 9 -32, Mailbox Support August 4, 2014 I 9 -32.7 Type 2 Mailbox Support The first sentence is revised to read: Type 2 mailbox supports shall be 2 -inch 14 -gage steel tube and shall meet the NCHRP 1 350 or the Manual for Assessing Safety Hardware (MASH) crash test criteria Section 9 -34, Pavement Marking Material 1 January 5, 2015 9 -34.2 Paint I The second paragraph is revised to read: Blue and black paint shall comply with the requirements of yellow paint in Section 9- I 34.2(4) and Section 9- 34.2(5), with the exception that blue and black paints do not need to meet the requirements for titanium dioxide, directional reflectance, and contrast ratio. 9 - 34.4 Glass Beads for Pavement Marking Materials 1 In the third paragraph, the table titled "Metal Concentration Limits" is revised to read Metal Concentration Limits W. Valley Middle School Vicinity Imp. # 2380 51 1 Element Test Method Max. Parts Per Million (ppm) Arsenic EPA 3052 SW -846 60100 10.0 Barium EPA 3052 SW -846 6010C 100.0 Cadmium EPA 3052 SW -846 6010C 1.0 Chromium EPA 3052 SW -846 6010C 5 0 Lead EPA 3052 SW -846 6010C 50 0 Silver EPA 3052 SW -846 60100 5 0 Mercury EPA 3052 SW -846 7471B 4.0 9 -34.5 Temporary Pavement Marking Tape 1 This section is revised to read: Biodegradable tape with paper backing is not allowed 1 This section is supplemented with the following new sub - sections: 9- 34.5(1) Temporary Pavement Marking Tape — Short Duration 1 Temporary pavement marking tape for short duration shall conform to ASTM D4592 Type II except that black tape, black mask tape and the black portion of the contrast removable tape, shall be non - reflective. 9- 34.5(2) Temporary Pavement Marking Tape — Long Duration Temporary pavement marking tape for long duration shall conform to ASTM D4592 Type 1 I. Temporary pavement marking tape for long duration, except for black tape, shall have a minimum initial coefficient of retroreflective luminance of 200 mcd *m when measured in accordance with ASTM E 2832 or ASTM E 2177. Black tape, black mask tape and the black portion of the contrast removable tape, shall be non - reflective. 9 - 34.6 Temporary Raised Pavement Markers This section's title is revised to read - Temporary Flexible Raised Pavement Markers The second paragraph is deleted. Section 9 -35, Temporary Traffic Control Materials ' August 4, 2014 9 -35.0 General Requirements The following item is deleted from the list of temporary traffic control materials: Barrier Drums 1 The last sentence of the second paragraph is revised to read Certification for crashworthiness according to NCHRP 350 or the Manual for Assessing 1 Safety Hardware (MASH) will be required as described in Section 1- 10.2(3). 9 - 35.2 Construction Signs The first sentence is revised to read. Construction signs shall conform to the requirements of the MUTCD and shall meet the requirements of NCHRP Report 350 for Category 2 devices or MASH. W. Valley Middle School Vicinity Imp. # 2380 52 , 1 ' 9 -35.7 Traffic Safety Drums The third paragraph is revised to read' ' Drums and Tight units shall meet the crashworthiness requirements of NCHRP 350 or MASH as described in Section 1 -10 2(3). ' 9 - 35.8 Barrier Drums This section including title is deleted in its entirety and replaced with the following: ' 9 -35.8 Vacant 9 -35.12 Transportable Attenuator In the first paragraph, the fourth sentence is revised to read: The Contractor shall provide certification that the transportable attenuator complies with NCHRP 350 Test level 3 or MASH Test Level 3 requirements. 1 9 - 35.13 Tall Channelizing Devices In the sixth paragraph, the last sentence is revised to read: 1 The method of attachment must ensure that the Tight does not separate from the device upon impact and light units shall meet the crashworthiness requirements of NCHRP 350 or MASH as described in Section 1- 10.2(3). 1 1 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 53 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 54 1 1 1 INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) 1 The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2014 edition, as issued by the t Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract 1 Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from ' various sources, which may have project- specific fill -ins; and project- specific Special Provisions Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or ' addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. 1 The project- specific Special Provisions are not labeled as such The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: ' (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) ' Also incorporated into the Contract Documents by reference are • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any ' • Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition • City of Yakima Standard Details 1 • City of Yakima Project Details Contractor shall obtain copies of these publications, at Contractor's own expense. 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 55 1 1 Division 1 General Requirements ' DESCRIPTION OF WORK (March 13, 1995) This Contract provides for the improvement of the existing intersection of S 72 Avenue and W. Mead Avenue with a new traffic signal system and left turn lane on 72 Avenue at the intersection. This project also includes constructing curb & gutter and sidewalk along the south side of Zier Road from the existing sidewalk near 72n Avenue to the existing sidewalk at 75 Ave and Zier Road Signalization work includes widening 72n Avenue for a turn lane, installing ADA compliant ramps, installing signal system, improving street lighting, and paving and restriping in the intersection area. Zier Road sidewalk portion involves sawcutting asphalt pavement, installing storm drainage and new curb & gutter and sidewalk along the south side of Zier Road, and misc asphalt and concrete paving and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications 1 -01.3 Definitions 1 (March 8, 2013 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date 1 The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date 1 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. 1 Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. W. Valley Middle School Vicinity Imp. # 2380 56 ' 1 I Supplement this Section with the following: I All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, 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 ". I All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". I All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency 1 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 I Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the Bid 1 Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. I Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different 1 methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in 1 Section 1 -08.5. Contract Bond I The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. I Contract Documents See definition for "Contract ". 1 Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. I Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the 1 Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed I 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. 1 I W. Valley Middle School Vicinity Imp. # 2380 57 1 Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID 1 1- 0 ID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders 1 Delete this Section and replace it with the following 1 -02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04 350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1 -02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17 ") 6 Furnished automatically upon award Contract Provisions 6 Furnished automatically upon award Large plans (e.g., 22" x 34 ") N/A Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense 1 1 -02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following The Proposal Form will identify the project and its location and describe the work. It will 1 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 propcsal form that call for, but are not limited to, unit prices, extensions, summations, the total bid 1 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 W. Valley Middle School Vicinity Imp. # 2380 58 1 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 1 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 1 on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1 -02.6 Preparation of Proposal 1 (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 1 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 1 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. 1 Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. 1 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) 1 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. 1 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. (August 2, 2004) 1 The fifth and sixth paragraphs of Section 1 -02.6 are deleted. 1 -02.7 Bid Deposit ' (March 8, 2013 APWA GSP) Supplement this section with the following. 1 Bid bonds shall contain the following. 1. Contracting Agency- assigned number for the project; 1 2. Name of the project; 3. The Contracting Agency named as obligee, 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature 1 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; W. Valley Middle School Vicinity Imp. # 2380 59 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 If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1 -02.9 Delivery of Proposal (August 15, 2012 APWA GSP, Option A) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery If the project has FHWA funding and requires DBE Written Confirmation Documents or Good Faith Effort Documentation, then to be considered responsive, the Bidder shall submit with their Bid Proposal, written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272 -056A EF, as required by Section 1 -02.6 The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids 1 -02.12 Public Opening of Proposals (May 4, 2012 APWA GSP) Delete this section and replace it with the following Proposals will be opened and publicly read at the time indicated in the Call for Bids, after ' the deadline(s) for submitting all elements of the Bid Proposal including DBE Written Confirmation Documents and /or Good Faith Effort Documentation, unless the Bid opening has been delayed or canceled. Bidders, their authorized agents, and other interested parties are invited to be present. 1 -02.13 Irregular Proposals (March 13, 2012 APWA GSP) Revise item 1 to read: 1 A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered, c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e A price per unit cannot be determined from the Bid Proposal, f. The Proposal form is not properly executed; W. Valley Middle School Vicinity Imp. # 2380 60 ' 1 ' g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business ' Enterprise Certification, if applicable, as required in Section 1 -02.6; i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1 -02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1 -02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; t k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or More than one proposal is submitted for the same project from a Bidder under the same or different names. 1 -02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option A) Delete this Section and replace it with the following. 1 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. ' As evidence that the Bidder meets the mandatory bidder responsibility criteria, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the ' Contracting Agency) demonstrating compliance with all responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. 1 The Contracting Agency also reserves the right to obtain information from third parties concerning a Bidder's compliance with the mandatory bidder responsibility criteria If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the ' determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing ' its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the t Contracting Agency's final determination. 1 -02.15 Pre Award Information (August 14, 2013 APWA GSP) 1 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: W. Valley Middle School Vicinity Imp. # 2380 61 1 1. A complete statement of the origin, composition, and manufacture of any or all 1 materials to be used, 2 Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5 Attendance at a conference with the Engineer or representatives of the Engineer, 1 6 Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7 Any other information or action taken that is deemed necessary to ensure that the 1 bidder is the lowest responsible bidder. 1 - 03 AWARD AND EXECUTION OF CONTRACT 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 1 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. 1 Within Ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03 4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of Twenty(20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1 -03.4 Contract Bond 1 (December 8, 2014 APWA GSP) Revise the first paragraph to read: 1 The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond, or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall 1. Be on Contracting Agency- furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and W. Valley Middle School Vicinity Imp. # 2380 62 ' 1 I b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and I conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: I a Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or U b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or I provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the I bond, and 6 Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by 1 the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e , corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 1 1 -04 SCOPE OF THE WORK I 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) I Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of 1 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, II 3 Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, I 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and I 8 WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1 -05 CONTROL OF WORK 1 1 -05.4 Conformity With And Deviations From Plans And Stakes This section is supplemented with the following: I The Contractor shall be responsible for all surveying required for this project. A Professional Surveyor, licensed in the State of Washington, shall be employed by the Contractor to perform all horizontal and vertical control work, and to do the construction I staking, including setting offset points and grades. The Contractor shall protect all existing monuments within the construction limits from being disturbed or damaged in any way during construction. If any monuments are disturbed, damaged or removed I W. Valley Middle School Vicinity Imp. # 2380 63 1 during construction, the Licensed Surveyor shall replace such monuments in accordance with State Law including recording a Land Corner Record for each monument affected All associated costs for the survey work shall be incidental to the other bid items of the project. 1 - 05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 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 1 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 W. Valley Middle School Vicinity Imp. # 2380 64 1 I inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. I 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 I use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. I 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 I Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. rn The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1 1 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final I 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 I 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 I process will continue until the Engineer is satisfied the listed deficiencies have been corrected I 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 I 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 1 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 1 shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. III 1 - 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a I 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 I 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 1 W. Valley Middle School Vicinity Imp. # 2380 65 1 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 1 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 1 (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section 1 1 - 05.15 Method of Serving Notices (March 25, 2009 APWA GSP) 1 Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Protect Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1 Add the following new section: 1 - 05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power 1 and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1 - 06 Control of Material Section 1 - 06 is supplemented with the following: 1 Buy America (August 6, 2012) In accordance with Buy America requirements contained in 23 CFR 635 410, the major quantities of steel and iron construction material that is permanently incorporated into the 111 project shall consist of American -made materials only. Buy America does not apply to W. Valley Middle School Vicinity Imp. # 2380 66 1 1 I temporary steel items, e g , temporary sheet piling, temporary bridges, steel scaffolding and falsework. I Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500 00, whichever is greater. 1 American -made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of 1 Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of I coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy I America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country Manufacturing begins with the initial melting and mixing, and continues through the I coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action I of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction 1 from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1 1 Production of steel by any of the following processes: I a. Open hearth furnace. b. Basic oxygen. 1 c. Electric furnace Direct reduction. I d. 2. Rolling, heat treating, and any other similar processing. I 3 Fabrication of the products. a. Spinning wire into cable or strand. 1 b. Corrugating and rolling into culverts. I c. Shop fabrication. I W. Valley Middle School Vicinity Imp. # 2380 67 1 A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350 -109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350 -109EF 1 - 07 LEGAL RELATIONS AND RESPONSIBLITIES TO THE PUBLIC Section 1 -07 is supplemented with the following: 1 -07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: 1 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) 1 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 Taxes 1 Delete this section, including its sub - sections, in its entirety and replace it with the following 1 -07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1 -07 2(3) 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 1 W. Valley Middle School Vicinity Imp. # 2380 68 1 ' 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(2) describes this exception. 1 The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA- funded Project) 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 28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1- 07.2(1) State Sales Tax — Rule 171 1 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 1- 07.2(2) 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 1 For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will ' automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included 1 in the unit bid item prices or in any other contract amount. 1- 07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244) W. Valley Middle School Vicinity Imp. # 2380 69 1 1 -07.9 WAGES 1 1- 07.9(1) General Section 1- 07.9(1) is supplemented with the following: (January 12, 2015) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No WA150001. The State rates incorporated in this contract are applicable to all construction activities associated with this contract. 1 -07.11 Requirements for Nondiscrimination (December 8, 2014 APWA GSP, Option B) Supplement this section with the following Disadvantaged Business Enterprise Condition of Award Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 apply to this Contract. Demonstrating compliance with these specifications is a Condition of Award (COA) of this Contract. Failure to comply with the requirements of this specification may result in your bid being found to be nonresponsive and may be rejected. DBE COA Goal The Contracting Agency has established a COA Contract goal in the amount of: "11%** DBE Eligibility /Selection of DBEs 1 A Directory of Certified DBE Firms denoting the Description of Work the DBE Contractors are certified to perform is available at: www omwbe wa goy/certification/index shtml. The directory provides plain language on the Description of Work that the listed DBE's have been certified by the Office of Minority and Women's Business Enterprises (OMWBE) to perform The Bidder shall use the Directory of Certified DBE Firms to confirm if a DBE is certified for the "Description of Work" the Bidder lists on the DBE Utilization Certification form # 272 -056 EF (see form instructions) and therefore qualifies for credit towards the COA goal Crediting DBE Participation 1 Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces shall be credited. DBE Prime Contractor A DBE Prime Contractor may only take credit for that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE Prime performs with its own forces. W. Valley Middle School Vicinity Imp. # 2380 70 1 I DBE Subcontractor When a DBE firm participates as a Subcontractor only that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the I Work that the DBE performs with its own forces shall be credited. • Include the cost of supplies and materials obtained by the DBE for the I Work in the Contract including supplies purchased or equipment leased by the DBE. However, you may not take credit for supplies, materials, and I equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliate In addition, Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates shall not be credited. I • In very rare situations, a DBE firm may utilize equipment and /or personnel from a non -DBE firm other than the Prime Contractor or its I affiliates Should this situation arise the arrangement must be short - term and have prior written approval from the Office of Equal Opportunity (OEO). I • Count the entire value of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, I consultant, managerial services, or for providing bonds or insurance. • When a DBE subcontracts to another firm, the value of the subcontracted Work may be counted as participation only if the DBE's I lower tier Subcontractor is also a DBE Work that a DBE subcontracts to a non -DBE firm shall not be credited. • When non -DBE Subcontractor further subcontracts to a lower -tier Subcontractor or supplier who is a certified DBE, then that portion of the I Work further subcontracted may be credited as DBE participation, provided it is a distinct clearly defined portion of the Work that the DBE is certified to perform and the DBE Subcontractor performs the Work I with its own forces. • If a firm is not certified as a DBE at the time of the execution of the contract, their participation cannot be counted toward any DBE goals. I Trucking Use the following factors in determining DBE credit and whether a DBE trucking 1 company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of I the entire trucking operation for which credit is being claimed. 2. The DBE must itself own and, with its own workforce, operate at least I one fully licensed, insured, and operational truck used on the Contract. 3. The DBE receives credit only for the value of the transportation services it provides on the Contract using trucks it owns or leases, I licenses, insures, and operates with drivers it employs. For purposes of this requirement a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased I W. Valley Middle School Vicinity Imp. # 2380 71 1 truck from working for others provided it is with the consent of the DBE and the lease provides the DBE first priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 1 4. The DBE may lease trucks from another DBE firm including an owner - operator provided they are certified as a DBE for trucking The DBE who leases trucks from another DBE may claim participation for the total value of the transportation services the lessee DBE provides on the Contract. 5 The DBE may also lease trucks from a non -DBE firm and may enter into an agreement with an owner - operator who is a non -DBE The DBE shall only receive credit for the number of additional non -DBE trucks equal or less than the number of DBE trucks the firms owns or has leased /subcontracted through another DBE trucking company. The DBE must control the work of the non -DBE trucks. If the non - DBE is performing the work without supervision of that work by the DBE, the DBE is not performing a Commercially Useful Function (CUF). 6 In any lease or owner - operator situation, as described in requirement #4 and #5 above, the following rules shall apply: a A written lease /rental agreement is required for all trucks leased or rented; documenting the ownership and the terms of the agreement. The agreements must be submitted and approved by the Contracting Agency prior to the beginning of the Work. The agreement must show the leaser's name, truck description and agreed upon amount and method of payment (hour, ton, or per load). All lease agreements shall be for a long -term relationship, rather than for the individual project. (This requirement does not apply to owner - operator arrangements.) 1 b. Only the vehicle, (not the operator) may be leased or rented. (This requirement does not apply to owner - operator arrangements). 7. Credit may only be claimed for DBE trucking firms operating under a subcontract or a written agreement approved by the Contracting Agency prior to performing Work. Expenditures paid to other DBEs 1 Expenditures paid to other DBEs for materials or supplies may be counted toward DBE goals as provided in the following: Manufacturer You may claim DBE credit for 100 percent of value of the materials or supplies obtained from a DBE manufacturer. A manufacturer is a firm that operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract. A manufacturer shall include firms that produce finished goods or products from raw or W. Valley Middle School Vicinity Imp. # 2380 72 ' 1 I unfinished material or that purchases and substantially alters goods and materials to make them suitable for construction use before reselling them. I In order to receive credit as a DBE Manufacturer, the firm must be certified by OMWBE as a manufacturer in a NAICS code that falls within the 31XXXX to 33XXXX classification. 1 Regular Dealer You may claim credit for 60 percent of the value of the materials or supplies purchased from a DBE regular dealer. Rules applicable to regular dealer 1 status are contained in 49 CFR Part 26.55 e 2. To be considered a regular dealer you must meet the following criteria. I • WSDOT considers and recognizes a regular dealer, as a firm that owns, operates, or maintains a store, warehouse, or other I establishment in which the materials or supplies required for the performance of the Contract and described by the specifications of the Contract are bought, kept in stock and regularly sold or leased to the public in the usual course of business I • Sixty percent (60 %) of the cost of materials or supplies purchased from an approved regular dealer may be credited as DBE 1 participation. Regular dealer status is granted on a contract -by- contract basis. A firm I wishing to be approved as a regular dealer for WSDOT contracted projects or Highways & Local Program administered projects must submit a request in writing to OEO for approval, no later than seven days prior to bid I opening Once the OEO has received the request, an onsite review will be set up with the firm and a review conducted to determine the firm's qualifications. 1 If it is determined that the firm qualifies as a regular dealer the OEO will list the firm on an Approved Regular Dealers List. The list may be accessed through the OEO Home website is at: I www .wsdot.wa.gov /equalopportunity. I Note: Requests to be listed as a regular dealer will only be processed if the requesting firm is certified by the Office of Minority and Women's Business Enterprises in a NAICS code that fall within the 42XXXX NAICS Wholesale code section. I Materials or Supplies Purchased from a DBE With regard to materials or supplies purchased from a DBE who is neither 1 a manufacturer nor a regular dealer you may claim credit for the following: 1. Fees or commissions charged for assistance in the procurement 1 of the materials and supplies. 2. Fees or transportation charges for the delivery of materials or 1 supplies. I W. Valley Middle School Vicinity Imp. # 2380 73 1 In either case you may not take credit for any part of the cost of the materials and supplies Commercially Useful Function (CUF) The Prime Contractor has a responsibility and must treat the working relationship with the DBE such that the DBE is performing a commercially useful function. The Prime Contractor may only take credit for Work performed by a DBE that is determined to be performing a commercially useful function. • A DBE performs a commercially useful function when it is responsible for execution of a distinct element of Work and is carrying out its responsibilities by performing, managing and supervising the Work involved The DBE must also be responsible with respect to materials and supplies used on the Contract. For example, negotiating price, determining quality, determining quantities, ordering, installing (if applicable) and paying for the material itself • A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, Contract, or project through which funds are passed Joint Checking Allowance Prime Contractors and DBEs must receive pre - approval by the OEO before 1 using a joint check. Joint check requests shall be submitted by the Prime Contractor to the Contracting Agency for approval When requesting approval for use of a joint checking allowance, the Contractor must distribute a written joint check agreement among the parties (including the suppliers involved) providing full and prompt disclosure of the expected use of the joint checks. The agreement shall contain all the information concerning the parties' obligations and consequences or remedies if the agreement is not fulfilled or a breach occurs The joint check request shall be submitted to the Contracting Agency for approval prior to signing the contract agreement. 1 The following are some general conditions that must be met by all parties regarding joint check use 1 a It is understood that the Prime Contractor acts solely as the guarantor of a joint check. b. The DBE's own funds are used to pay supplier of materials. The Prime Contractor does not make direct payment to supplier In order to be performing a Commercially Useful Function (CUF), the DBE must release the check to the supplier (paying for the materials it -self and not be an extra participant in a transaction). c If the Prime Contractor makes joint checks available to one DBE Subcontractor, the service must be made available to all Subcontractors (DBE and non -DBE) 1 d. The relationship between the DBE and its suppliers should be established independently of and without interference by the Prime Contractor. The DBE has final decision - making responsibility W Valley Middle School Vicinity Imp. # 2380 74 1 ' concerning the procurement of materials and supplies, including which supplier to use. ' e. The Prime Contractor and DBE shall be able to provide receipts, invoices, cancelled checks and /or certification statements of payment if requested by the Contracting Agency. f. The DBE remains responsible for all other elements of 49 CFR 26 55(c)(1). Failure by the Prime Contractor to request and receive prior approval of a joint ' check arrangement will result in the joint check amount not counting towards the Prime Contractor's DBE goal. Disadvantaged Business Enterprise Utilization Certification FORM # 272- 056 EF To be eligible for award of the Contract, the Bidder shall properly complete and ' submit a Disadvantaged Business Enterprise Utilization Certification with the Bidder's sealed Bid Proposal, as specified Section 1 -02.9 Delivery of Proposal. The Bidder's Disadvantaged Business Enterprise Utilization Certification must clearly demonstrate how the Bidder intends to meet the DBE COA goal A 1 Disadvantaged Business Enterprise Utilization Certification (form # 272 -056 EF) is included in your Proposal package for this purpose as well as instructions on how to properly fill out the form. ' In the event of arithmetic errors in completing the Disadvantaged Business Enterprise Utilization Certification the amount listed to be applied towards the U goal for each DBE shall govern and the DBE total amount shall be adjusted accordingly. Note: The Contracting Agency shall consider as non - responsive and shall reject any Bid Proposal submitted that does not contain a Disadvantaged Business Enterprise Utilization Certification that accurately demonstrates how the Bidder intends to meet the COA 1 goal. Disadvantaged Business Enterprise (DBE) Written Confirmation ' Document(s) FORM # 422 -031 EF The Bidder shall submit a complete and accurate Disadvantaged Business Enterprise (DBE) Written Confirmation Document for each DBE firm listed in the ' Bidder's completed Disadvantaged Business Enterprise Utilization Certification as submitted with the bid. Failure to do so will result in the associated participation being disallowed, which may result in bid rejection. 1 A Disadvantaged Business Enterprise (DBE) Written Confirmation Document (form No. 422 -031 EF) is included in your Proposal package for this purpose. The form(s) shall be received as specified in the special provisions for Section 1 -02.9 Delivery of Proposal. It is prohibited for the Bidder to require a DBE to submit a Written Confirmation Document with any part of the form left blank. Should the Contracting Agency determine that a Written Confirmation Document was signed by a DBE that was not complete; the validity of the document comes into question and the 1 associated DBE Participation may not receive credit. W. Valley Middle School Vicinity Imp. # 2380 75 1 Selection of Successful Bidder /Good Faith Efforts (GFE) The successful Bidder shall be selected on the basis of having submitted the lowest responsive Bid, which demonstrates a good faith effort to achieve the DBE COA goal Achieving the goal may be accomplished in one of two ways, as follows 1. By meeting the goal The best indication of good faith efforts is to document, through submission of the Disadvantaged Business Enterprise Utilization Certification and supporting Disadvantaged Business Enterprise (DBE) Written Confirmation Document(s) that the Bidder has obtained enough DBE participation to meet or exceed the assigned DBE COA contract goal. That being the case no additional GFE documentation is required. Or; 1 2 By documentation that it made adequate GFE to meet the goal The Bidder may demonstrate a GFE in whole or part through GFE documentation ONLY IN THE EVENT a Bidder's efforts to solicit sufficient DBE participation have been unsuccessful. In this case, the Bidder must supply GFE documentation in addition to the Disadvantaged Business Enterprise Utilization Certification, and supporting Disadvantaged Business Enterprise (DBE) Written Confirmation document(s). Note: In the case where the Bidder was awarded the contract based on demonstrating adequate GFE the advertised DBE goal will not be reduced to the Bidder's partial commitment. The Bidder shall demonstrate a GFE during the life of the Contract to attain the DBE Condition of Award (COA) Goal as assigned to the project. Good Faith Efforts (GFE) Documentation 1 GFE documentation shall be received, as specified in the special provisions for Section 1 -02 9 Delivery of Proposal. Based upon all the relevant documentation submitted in Bid or as supplement to Bid, the Contracting Agency shall determine whether the Bidder has demonstrated a sufficient GFE to achieve DBE participation The Contracting Agency will make a fair and reasonable judgment of whether a Bidder that did not meet the goal through participation, made adequate good faith efforts as demonstrated by the GFE documentation. The following is a list of types of actions, which would be considered as part of the Bidder's GFE to achieve DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases 1. Attendance by the Bidder at any pre - solicitation or pre -Bid meetings that were scheduled by the Contracting Agency to inform DBEs of contracting and subcontracting or material supply opportunities available on the project; 2 Contacting local Tribes, Tribal Employment Rights Offices (TERO) concerning the subcontracting or supply opportunities in sufficient time to allow the enterprises to participate effectively; 3. Selection by the Bidder of specific economically feasible units of the project to be performed by DBEs in order to increase the likelihood of W. Valley Middle School Vicinity Imp. # 2380 76 1 participation by DBEs even if the Bidder preferred to perform these Work items as the Prime Contractor; ' 4. Advertising by the Bidder in general circulation, trade association minority and trade oriented, women focus publications, concerning the subcontracting or supply opportunities; 1 5. Providing written notice from the Bidder to a reasonable number of specific DBEs, identified from the OMWBE Directory of Certified DBE ' Firms for the selected subcontracting or material supply Work, in sufficient time to allow the enterprises to participate effectively; 1 6. Follow -up by the Bidder of initial solicitations of interest by contacting the DBEs to determine with certainty whether they were interested. Documentation of this kind of action shall include the information outlined below ' a. The names, addresses, telephone numbers of DBEs who were contacted, the dates of initial contact, and whether initial ' solicitations of interest were followed -up by contacting the DBEs to determine with certainty whether the DBEs were interested; b A description of the information provided to the DBEs regarding the plans, specifications, and estimated quantities for portions of the Work to be performed; ' c. Documentation of each DBE contacted but rejected and the reason(s) for that rejection, 7. Providing, to interested DBEs, adequate information about the plans, specifications, and requirements for the selected subcontracting or material supply Work, 1 8 Negotiating in good faith with the DBE firms, and not, without justifiable reason, rejecting as unsatisfactory, Bids that are prepared by any DBE. The DBE's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations - union vs. non -union employee status - are not legitimate causes for the rejection or non - solicitation of bids in the Prime 1 Contractor's efforts to meet the project goal; 9. Advertising and making efforts to obtain DBE participation that were ' reasonably expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; 10. Making any other efforts to obtain DBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; 11. Using the services of minority community organizations, minority contractor groups, local, State, and federal minority business assistance offices and other organizations identified by WSDOT and 1 advocates for disadvantaged, minority, and women businesses that provide assistance in the recruitment and placement of disadvantaged, minority, and women business enterprises; and W Valley Middle School Vicinity Imp. # 2380 77 1 12 Using the WSDOT OEO DBE Supportive Services to assist you For more information please contact the OEO by calling toll free at (888) 259 -9143 or emailing dbess @wsdot.wa.gov. Administrative Reconsideration of GFE Documentation Any Bidder has the right to reconsideration but only for the purpose of reassessing their GFE documentation that was determined to be inadequate. • The Bidder must request and schedule a reconsideration hearing within seven calendar days of notification of being nonresponsive or forfeit the 1 right to reconsideration • The reconsideration decision on the adequacy of the Bidder's GFE documentation shall be made by an official who did not take part in the original determination. • The Bidder shall have the opportunity to meet in person with the official 1 for the purpose of setting forth the Bidder's position as to why the GFE documentation demonstrates a sufficient effort. • The reconsideration official shall provide the Bidder with a written decision on reconsideration within five business days of the hearing explaining the basis for their finding. 1 Procedures between Award and Execution After Award and prior to Execution the Bidder shall provide the additional information described below. Failure to comply shall result in the forfeiture of the Bidder's Proposal bond or deposit. 1. Additional information for all successful DBE's as shown on the 1 Disadvantaged Business Enterprise Utilization Certification. a Correct business name, federal employee identification number (if available), and mailing address b List of all Bid items assigned to each successful DBE firm, including unit prices and extensions. c. Description of partial items (if any) to be sublet to each successful DBE firm specifying the distinct elements of Work under each item to be performed by the DBE and including the dollar value of the DBE portion. Total amounts shown for each DBE shall not be less than the amount shown on the Disadvantaged Business Enterprise Utilization Certification. A breakdown that does not conform to the Disadvantaged Business Enterprise Utilization Certification or that demonstrates a lesser amount of DBE participation than that included in the Disadvantaged Business Enterprise Utilization Certification will be returned for correction 2 A list of all firms who submitted a Bid or quote in an attempt to participate in this project whether they were successful or not. Include the business name and a mailing address. W. Valley Middle School Vicinity Imp. # 2380 78 1 r Note: The firms identified by the Prime Contractor may be contacted by the Contracting Agency to solicit general information as follows: age of the I firm and average of its gross annual receipts over the past three - years I Procedures after Execution Crediting DBE Participation toward Meeting the Goal Reporting All DBE work whether COA or race neutral participation is reported. I The Prime Contractor shall submit a Quarterly Report of Amounts Credited as DBE Participation form (422 -102 EF) on a quarterly basis for any calendar quarter in which DBE has accomplished Work or I upon completion of the project, as appropriate. The dollars are to be reported as specified herein. I In the event that the payments to a DBE have been made by an entity other than the Prime Contractor, as in the case of a lower -tier Subcontractor or supplier, then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity 1 and submit the report to the Contracting Agency. Changes in DBE COA participation I Owner initiated Change Orders The Prime Contractor shall demonstrate a GFE to substitute COA DBE participation when the Contracting Agency deletes Work items by change I order that impact a COA DBE's Work. When the Contract allows alternate Work methods which serve to delete or create under -runs in COA DBE Work then the Prime Contractor must I provide documentation of negotiating the change with the DBE that was to perform the reduced Work and demonstrate a GFE to substitute other DBE COA participation. I Original Quantity Under runs In the event that Work committed to a DBE firm as part of the COA under I runs the original planned quantities the Prime Contractor shall demonstrate a GFE to substitute other DBE COA participation. I Contractor - Initiated Proposals — General The Contractor cannot reduce the amount of work committed to a DBE firm at contract award without good cause and only with written concurrence from the OEO. Reducing a COA DBE's Work is viewed as a partial DBE 1 termination, subject to the procedures below. DBE Termination I A COA DBE Subcontractor may only be terminated in whole or part with the approval of the Contracting Agency (in coordination with OEO). Approval will be granted provided the Prime Contractor demonstrates that I the termination is based on good cause. Good cause typically includes situations where the DBE Subcontractor is unable or has failed to perform the work of its subcontract in accordance I with normal industry standards. While not all inclusive, some examples of good cause include the following circumstances: W Valley Middle School Vicinity Imp. # 2380 79 1 Good cause may exist if • The listed DBE Subcontractor fails or refuses to execute a written contract. • The listed DBE Subcontractor fails or refuses to perform the work of its subcontract in a way consistent with normal industry standards. • The listed DBE Subcontractor fails or refuses to meet the Prime Contractor's reasonable, nondiscriminatory bond requirements. • The listed DBE Subcontractor becomes bankrupt, insolvent, or exhibits credit unworthiness. • The listed DBE Subcontractor is ineligible to work on public works projects because of suspension and debarment proceedings pursuant 2 CFR Parts 180, 215 and 1,200 or applicable state law. • The listed DBE Subcontractor voluntarily withdraws from the project and provides to you written notice of its withdrawal. • The listed DBE is ineligible to receive DBE credit for the type of work required. 1 • A DBE owner dies or becomes disabled with the result that the listed DBE is unable to complete its work on the contract. ' Good cause does not exist if: • The Prime Contractor seeks to terminate a COA DBE so that the Prime can self - perform the Work. • The Prime Contractor seeks to terminate a COA DBE so the ' Prime Contractor can substitute another DBE or non -DBE after contract award. • The failure or refusal of the DBE Subcontractor to perform its work on the subcontract results from the bad faith or discriminatory action of the Prime Contractor (e.g., the failure of the Prime Contractor to make timely payments or the unnecessary placing of obstacles in the path of the DBE's Work) ' Prior to requesting termination, the Prime Contractor must give notice in writing to the DBE Subcontractor with a copy to the Contracting Agency of its intent to request to terminate DBE work and the reasons for doing so. The DBE Subcontractor shall have five (5) days to respond to the prime Contractor's notice. The DBE's response shall either support the termination or advise the Contracting Agency and the Prime Contractor of the reasons it objects to the termination of its subcontract. W Valley Middle School Vicinity Imp. # 2380 80 1 1 I When a COA DBE firm is "terminated" from a Contract (or fails to complete its Subcontract for any reason), the Prime Contractor shall make every good faith effort to substitute another DBE Firm (ref.to 49 CFR 26.53(g)). 1 Graduation When a DBE firm "graduates" from the DBE program (during the course of an executed subcontract), the DBE participation of that firm "may" continue 1 to count towards the contract DBE goal. Decertification I When a COA DBE firm who has a signed subcontract in place with a Prime, later becomes "decertified" (during the course of that subcontract) — the DBE participation of that firm "may" continue to count towards the 1 Contract DBE goal. Counting payments 1 Payments to a DBE firm will count toward DBE goals only if the participation is in accordance with these specifications. Prompt Payment 1 Prompt payment to all Subcontractors shall be in accordance with Section 1- 08.1(1) of these Contract special provisions. I Payment Compensation for all costs involved with complying with the conditions of this specification and any other associated DBE requirements is included in 1 payment for the associated Contract items of Work. Damages for Noncompliance The Prime Contractor shall not discriminate on the basis of race, color, I national origin, or sex in the performance of this Contract. The Prime Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of Contracts, which contain funding assistance I from the United States Department of Transportation. Failure by the Prime Contractor to carry out these requirements is a material breach of this Contract, which may result in the Termination of this Contract or such other I remedy as the Contracting Agency deems appropriate. If the Prime Contractor does not comply with any part of its Contract as I required under 49 CFR part 26, and /or any other applicable law or regulation regarding DBE, the Contracting Agency may withhold payment, suspend the ability of the Prime Contractor to participate in future Contracting Agency contracts, impose sanctions or Terminate the Contract, 1 and subject the Prime Contractor to civil penalties of up to ten percent of the amount of the Contract for each violation In the case of WSDOT Contracts, prequalification may be suspended pursuant to WAC 468 -16- I 180, and continuous violations (exceeding a single violation) may also disqualify the Prime Contractor from further participation in WSDOT Contracts for a period of up to three years. 1 An apparent low Bidder must be in compliance with these Contract Provisions as a condition precedent to the granting of a notice of award by the Contracting Agency. The Prime Contractor is entitled to request an I adjudicative proceeding with respect to the Contracting Agency's determination of Contract violation and assessed penalties by filing a I W. Valley Middle School Vicinity Imp. # 2380 81 1 written application within thirty days of receipt of notification The adjudicative proceeding, if requested, will be conducted by an administrative law judge pursuant to the procedures set forth in RCW 34 05 and Chapter 10.08 of the Washington Administrative Code. (August 5, 2013) Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract 1 Specifications set forth herein 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal 1 Until further notice 6 9% Minorities - by Standard Metropolitan Statistical Area (SMSA) 1 Spokane, WA. SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3 0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield, WA Lincoln, WA Pend Oreille, WA Stevens; WA Whitman. Richland, WA SMSA Counties - Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non -SMSA Counties 3.6 WA Walla Walla. Yakima, WA: 1 SMSA Counties Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7 2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan 1 1 W. Valley Middle School Vicinity Imp. # 2380 82 1 ' Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. ' Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. ' These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract ' until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. ' The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its ' projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the ' regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. ' 3. The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The ' notification shall list the name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the ' geographical area in which the contract is to be performed. The notification shall be sent to: U.S Department of Labor Office of Federal Contract Compliance Programs Pacific Region Attn: Regional Director San Francisco Federal Building 1 90 — 7 Street, Suite 18 -300 San Francisco, CA 94103(415) 625 -7800 Phone (415) 625 -7799 Fax ' Additional information may be found at the U S Department of Labor website: http.//www.dol.qov/ofccp/TAquides/ctaquide.htm 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. ' Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) W. Valley Middle School Vicinity Imp. # 2380 83 1 1 As used in these specifications a. Covered Area means the geographical area described in the solicitation I from which this contract resulted, b. Director means Director, Office of Federal Contract Compliance Programs, I United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number I used on the Employer's Quarterly Federal Tax Return, U S. Treasury Department Form 941; d. Minority includes 1 (1) Black, a person having origins in any of the Black Racial Groups I of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin (3) Asian or Pacific Islander, a person having origins in any of the I original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa (4) American Indian or Alaskan Native, a person having origins in any 1 of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each 1 subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 1 3. If the Contractor is participating (pursuant to 41 CFR 60 -4 5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or I through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such I Hometown Plan Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in I which it has employees The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in I paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the W. Valley Middle School Vicinity Imp. # 2380 84 I 1 total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing t construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The 1 Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a ' union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant 1 thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted ' in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be 1 trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment ' opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action The Contractor shall document these efforts fully, and shall implement affirmative action 1 steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, ' intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or 1 in such facilities. b. Establish and maintain a current list of minority and female recruitment t sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. ' c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off - the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred ' back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. ' d Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement W. Valley Middle School Vicinity Imp. # 2380 85 1 has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations 1 e Develop on- the -job training opportunity and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U S Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc., by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. 1 g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel such as Superintendents, General Foremen, etc , prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female 1 news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business i Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. 1 j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. W. Valley Middle School Vicinity Imp. # 2380 86 1 I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these ' employees to seek or to prepare for, through appropriate training, etc., such opportunities. ' m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these 1 specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except ' that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. ' o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action 1 obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in ' fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor - union, contractor - community, or other similar group of which the Contractor is a member and participant, may be ' asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete ' benefits of the program are reflected in the Contractor's minority and female work- force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the ' effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 1 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and 1 female, and all women, both minority and non - minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the ' Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 1 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. W. Valley Middle School Vicinity Imp. # 2380 87 1 11 The Contractor shall not enter into any subcontract with any person or firm debarred 1 from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e g , mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form, however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 16 Additional assistance for Federal Construction Contractors on contracts administered by Washington State Department of Transportation or by Local Agencies may be found at: Washington State Dept. of Transportation Office of Equal Opportunity PO Box 47314 310 Maple Park Ave. SE Olympia WA 98504 -7314 Ph. 360- 705 -7090 Fax: 360- 705 -6801 http: / /www.wsdot.wa gov /equalopportunity /default.htm 1 W Valley Middle School Vicinity Imp. # 2380 88 1 1 1 -07.12 FEDERAL AGENCY INSPECTION 1 Section 1 -07 12 is supplemented with the following: (July 30, 2012) Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) ' Revised May 1, 2012 supersede any conflicting provisions of the Standard Specifications and are made a part of this Contract; provided, however, that if any of the provisions of FHWA 1273 are less restrictive than Washington State Law, then the Washington State Law shall prevail. 1 The provisions of FHWA 1273 included in this Contract require that the Contractor insert the FHWA 1273 in each Subcontract, together with the wage rates which are part of the ' FHWA 1273. Also, a clause shall be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 thereto in any lower tier Subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the applicable wage rates, and this Special Provision. ' 1 -07.13 CONTRACTOR'S RESPONSIBILITY FOR WORK 1 1- 07.13(4) Repair of Damage Section 1- 07.13(4) is revised to read: 1 (August 6, 2001) The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1- 1 07 13(1), 1-07 13(2) or 1- 07.13(3), payment will be made in accordance with Section 1 -04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1 1 -07.17 UTILITIES AND SIMILAR FACILITIES Section 1 -07.17 is supplemented with the following (April 2, 2007) 1 Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Nob Hill Water Assoc. 6111 Tieton Drive Yakima, WA 98908 509 - 966 -0272 City of Yakima Wastewater Div 2220 E. Viola Yakima, WA 98901 509 - 575 -6077 1 Centurylink 8 W. 2nd Ave. Room 304 Yakima, WA 98902 509 - 575 -7183 Pacific Power P 0 Box 1729 Yakima, WA 98907 509 - 575 -3146 W. Valley Middle School Vicinity Imp. # 2380 89 1 Charter Communications 1005 N. 16th Ave. Yakima, WA 98902 509 - 575 -1697 1 Cascade Natural Gas Corp 401 N. 1St St. Yakima, WA 98901 509 - 457 -5905 1 1 -07.18 Public Liability and Property Damage Insurance I Delete this section in its entirety, and replace it with the following. 1 -07.18 Insurance I (January 24, 2011 APWA GSP) 1- 07.18(1) General Requirements 1 A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A- VII or higher in the A.M I Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker) The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer I (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements B. The Contractor shall keep this insurance in force during the term of the Contract and for 1 thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C If any insurance policy is written on a claims made form, its retroactive date, and that of I all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date Claims- I made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal If renewal of the I 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 1 D The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subContractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self- insurance, or insurance pool coverage I F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such 1 notice G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). 1 H. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency 1 W. Valley Middle School Vicinity Imp. # 2380 90 I 1 ' I Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the ' Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset ' against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1- 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers ' • appointed officials The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective ' of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor 1- 07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. ' 1- 07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. ' 2 Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein 1- 07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self- insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments ' falling within the deductible shall be the responsibility of the Contractor. 1- 07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate W. Valley Middle School Vicinity Imp. # 2380 91 1 Premises /Operations Liability Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits. $1,000,000 Each Occurrence $2,000,000 General Aggregate 1 $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1- 07.18(5)B Automobile Liability Automobile Liability for owned, non - owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1- 07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1 - 07.23 Public Convenience and Safety 1- 07.23(1) Construction Under Traffic Section 1 -07 23(1) is supplemented with the following 1 (January 2, 2012) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location W. Valley Middle School Vicinity Imp. # 2380 92 1 1 ' During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed 1 within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as 1 described above Deviation from the above requirements shall not occur unless the Contractor ' has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows 1 .. Regulafoiy s& DisfanceFrom O Speed Traveled "Way . • 35 mph or less 10* 1 40 mph 15 45 to 55 mph 20 60 mph or greater 30 1 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 1 1 -07.24 Rights of Way ' Section 1 - 07.24 is supplemented with the following 1 -07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. 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. 1 Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. ' Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired W. Valley Middle School Vicinity Imp. # 2380 93 1 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 1 Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature Written releases must be filed with the Engineer before the Completion Date will be established. 1 -08 PROSECUTION AND PROGRESS Add the following new section 1 -08.0 Preliminary Matters 1 (May 25, 2006 APWA GSP) Add the following new section. 1 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) 1 Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be 1 invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or 1 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. 1 The Contractor shall prepare and submit at the preconstruction conference the following 1. A breakdown of all lump sum items; 1 2 A preliminary schedule of working drawing submittals, and W. Valley Middle School Vicinity Imp. # 2380 94 1 I 3. A list of material sources for approval if applicable. Add the following new section: 1 1 08.0(2) Hours of Work (December 8, 2014 APWA GSP) 1 Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7 00 a m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the I Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to I the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions 1 (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor I shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than ** 5 days ** prior to the day(s) the Contractor is requesting to change the U hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing For example: I 1. On non - Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require I designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; I and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 1 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract I time even though the multiple shifts occur in a single 24 -hour period. 4. If a 4 -10 work schedule is requested and approved the non working day for the week will be charged as a working day. I 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll 1 1 -08.1 Subcontracting 1 -08.1 Subcontracting 1 (December 8, 2014 APWA GSP) Revise the eighth paragraph to read. 1 On all projects funded with federal assistance the Contractor shall submit "Quarterly Report of Amounts Credited as DBE Participation" (form 422 -102 EF) on a quarterly I W. Valley Middle School Vicinity Imp. # 2380 95 1 basis, in which DBE Work is accomplished, for every quarter in which the Contract is active or upon completion of the project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters. Section 1 -08.1 is supplemented with the following: (October 12, 1998) 1 Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420 -004 EF) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421 -012 EF), and 2 Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420 -004 EF). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period The Contractor shall also guarantee that these records of all Subcontractors and lower tier Subcontractors shall be available and open to similar inspection or audit for the same time period 1 08.1(1) Subcontract Completion and Return of Retainage Withheld 1 Section 1- 08.1(1) is revised to read. (August 4, 2014) 1 The following procedures shall apply to all subcontracts entered into as a part of this Contract: 1 Requirements 1 The Prime Contractor or Subcontractor shall make payment to the Subcontractor not later than ten days after receipt of payment from the Contracting Agency for work satisfactorily completed by the Subcontractor, to the extent of each Subcontractor's interest therein 2. Prompt and full payment of retainage from the Prime Contractor to the Subcontractor shall be made within 30 days after Subcontractor's Work is satisfactorily completed. 3. For purposes of this Section, a Subcontractor's work is satisfactorily completed when all task and requirements of the Subcontract have been accomplished and including any required documentation and material testing. W. Valley Middle School Vicinity Imp. # 2380 96 1 I 4. Failure by a Prime Contractor or Subcontractor to comply with these requirements may result in one or more of the following: I a. Withholding of payments until the Prime Contractor or Subcontractor complies t b. Failure to comply shall be reflected in the Prime Contractor's Performance Evaluation I c Cancellation, Termination, or Suspension of the Contract, in whole or in part I d. Other sanctions as provided by the subcontract or by law under applicable prompt pay statutes. I Conditions This clause does not create a contractual relationship between the Contracting Agency and any Subcontractor as stated in Section 1 -08.1. Also, it is not intended to bestow upon any Subcontractor, the status of a third -party 1 beneficiary to the Contract between the Contracting Agency and the Contractor. Payment I The Contractor will be solely responsible for any additional costs involved in paying retainage to the Subcontractors. Those costs shall be incidental to the respective Bid Items. I 1 - 08.3 Progress Schedule I This section is supplemented with the following: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule I 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 I shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn I upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. 1 The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9.00 a.m. on the Friday prior to the week indicated on the schedule. I If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule 1 - 08.4 Prosecution of Work 1 Delete this section in its entirety, and replace it with the following: I W. Valley Middle School Vicinity Imp. # 2380 97 1 -08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 APWA GSP) Notice to Proceed will be given after the Contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing The Contractor shall diligently pursue the work to the physical completion date within the time specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1- 10.1(2) Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1 -08.5 Time for Completion 1 -08.5 Time for Completion (August 14, 2013 APWA GSP, Option A) Revise the third and fourth paragraphs to read: 1 Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor The following events must occur before the Completion Date can be established 1. The physical work on the project must be complete; and W. Valley Middle School Vicinity Imp. # 2380 98 1 ' 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 (per Section 1- 07.9(5)) b. Material Acceptance Certification Documents ' c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d Final Contract Voucher Certification ' e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. Property owner releases per Section 1 -07.24 1 (March 13, 1995) This project shall be physically completed within * ** 50 * ** working days 1 -08.9 es Liquidated Damages 9 ' (August 14, 2013 APWA GSP) Revise the fourth paragraph to read ' When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 1 -09 Measurement and Payment ' 1 -09.6 Force Account (October 10, 2008 APWA GSP) 1 Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for 1 all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount ' of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1 1 09.9(1) Retainage Section 1- 09.9(1) content and title is deleted and replaced with the following: 1 W. Valley Middle School Vicinity Imp. # 2380 99 1 (June 27, 2011) Vacant 1 -09.9 Payments • (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. 1 The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work 1 performed on a monthly basis A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available The Project Engineer's determination of the cost of work shall be final Progress payments for completed work and material on hand will be based upon 1 progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor 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 only for the purpose of determining progress payments The progress estimates are subject to change at any time prior to the calculation of the 1 final payment. The value of the progress estimate will be the sum of the following 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2 Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1 -09 9(1), on non FHWA- funded projects; 2 The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed The determination of payments under the contract will be final in accordance with Section 1 -05.1. W. Valley Middle School Vicinity Imp. # 2380 100 1- 09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) 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 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) 1 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 1 writing. The arbitrator shall use the contract as a basis for decisions. 1 -10 Temporary Traffic Control 1 1 -10.2 Traffic Control Management ' 1- 10.2(1) General Section 1- 10.2(1) is supplemented with the following: 1 (December 1, 2008) Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers - Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 1 Evergreen Safety Council 401 Pontius Ave N. ' Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382-4090 ' The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406 -1022 ' Training Dept. Toll Free (877) 642 -4637 Phone (540) 368 -1701 1 W Valley Middle School Vicinity Imp. # 2380 101 1 1 -10.4 Measurement 1- 10.4(1) Lump Sum Bid for Project (No Unit Items) 1 Section 1- 10.4(1) is supplemented with the following (August 2, 2004) 1 The proposal contains the item "Project Temporary Traffic Control ", lump sum. The provisions of Section 1- 10.4(1) shall apply Division 2 EARTHWORK 1 2 -01 Clearing, Grubbing, and Roadside Cleanup 2 -01.1 Description Section 2 -01.1 is supplemented with the following: 1 (March 13, 1995) Clearing and grubbing on this project shall be performed within the following limits: ** *The south side on Zier road from 72n Avenue to 75 Ave between the edge of pavement and the back of proposed sidewalk. Also on the east side of 72 11d Avenue from 250 feet south of the intersection of Mead Avenue and 72n Avenue to 250 feet north from the existing pavement to the existing right of way*** 1 2 -02 Removal of Structures and Obstructions 2 -02.3 Construction Requirements Section 2 -02 3 is supplemented with the following. Prior to removal, the Contractor shall use a vertical saw cut to delineate the areas of pavement removal from those areas that pavement is to remain. Concrete curb, gutter and sidewalks shall be removed to the nearest convenient joint 1 if practical. If not practical to remove to the nearest joint, the Contractor shall saw cut these structures in neat vertical and straight transverse horizontal line to provide a matching joint for the new construction 1 The materials to be removed under this section shall become the property of the Contractor. The Contractor shall remove and dispose of the materials outside of the project limits. Any damage caused to the pavement, curb, gutter or sidewalk, due to the Contractor's operation that is scheduled to remain, shall be repaired by the Contractor to the satisfaction of the Engineer at no expense to the Contracting Agency. 2 02.3(3) Removal of Pavements, Sidewalks, Curbs and Gutters 1 This section is supplemented with the following: Item 1 is revised to read: Haul all broken pieces to an off - project site to be obtained by the Contractor W. Valley Middle School Vicinity Imp. # 2380 102 1 1 Item 3 is revised by adding the following to the end of the first sentence: "or remove to the nearest joint as directed." 2 -02.4 Measurement ' This section is supplemented with the following: Where saw cutting is necessary, the Contractor shall be paid by the linear foot, regardless of depth of cut, which includes all labor and equipment required to do the 1 cut. (October 25, 1999) Sidewalk removal will be measured by the square yard. (September 8, 1997) Curb removal will be measured by the linear foot. 1 Sawcutting for sidewalk or curb removal shall be incidental to "Removing Cement Conc. Sidewalk ", and "Removing Cement Concrete Curb." 2 -02.5 Payment This section is supplemented by adding the following pay item: 1 "Saw Cut ", per linear foot. (November 3, 1999) ' "Removing Cement Conc. Sidewalk ", per square yard. (September 8, 1997) "Removing Cement Conc. Curb ", per linear foot. The Contractor shall make all excavations including haul and disposal, regardless of depth, required for constructing curb, sidewalks, curb ramps, and driveways that includes ' 2 inches of crushed surfacing top course underneath, according to the plans and standard details. All costs thereof shall be included in the Contract price "Removing Cement Conc. 1 2 -07 WATERING 1 2 -07.3 Construction Requirements This section is supplemented with the following. ' The Contractor shall secure permission from and comply with all requirements of the water utility before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. 1 The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the Contractor shall make certain that he hydrant valve is fully open in order to prevent damage to the hydrant valve A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these 1 directions. W. Valley Middle School Vicinity Imp. # 2380 103 1 If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible Upon completing the use of the hydrants, the Contractor shall notify the water utility so t that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost 1 thereof shall be withheld, if necessary, form the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution 1 agency pertaining to hydrant use. Violation of these requirements will result in fines and will lay the Contactor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire 2 -07.4 Measurement This section is supplemented with the following There will be no measurement for water 2 -07.5 Payment I This section is supplemented with the following All costs to provide and apply water shall be incidental to construction. All costs shall be included in other contract pay items 1 1 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 104 I ' Division 5 Surface Treatments and Pavements 1 5 -04 Hot Mix Asphalt 5- 04.3(8)A1 General (January 16, 2014 APWA GSP) Delete this section and replace it with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. ' Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents ' The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF Any adjustments to the JMF will require the approval of the Project Engineer and must be made in accordance with Section 9- 03.8(7). 1 Commercial evaluation may be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certificate of compliance letter stating ' the material meets the HMA requirements defined in the contract. 5- 04.3(8)A4 Definition of Sampling Lot and Sublot (January 16, 2014 APWA GSP) Section 5- 04.3(8)A4 is supplemented with the following For HMA in a structural application, sampling and testing for total project quantities Tess than 400 tons is at the discretion of the engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of ' one acceptance test shall be performed. If test results are found to be within specification requirements, additional testing will be at the engineers discretion. 1 If test results are found not to be within specification requirements, additional testing as needed to determine a CPF shall be performed. 5- 04.3(8)A5 Test Results (January 16, 2014 APWA GSP) The first paragraph of this section is deleted. t 5 - 04.3(12) Joints Section 5- 04.3(12) is supplemented with the following: (January 5, 2004) The HMA overlay shall be feathered to produce a smooth riding connection to the 1 existing pavement. W. Valley Middle School Vicinity Imp. # 2380 105 1 HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. 1 5- 04.3(13) Surface Smoothness This section is supplemented with the following 1 The second sentence is revised to read: The completed surface of the wearing course shall not vary more that 1 /4 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. Add the following: 1 When utility appurtenances such as manhole rings and covers and valve boxes are encountered of are to be located within the HMA pavement area, these items are either to be removed or not put in place until after the paving operation has been completed The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures and new monument cases for all monuments as shown on the plans. Utility casting shall not be adjusted until the paving is complete After which, the center of each structure and each monument shall be relocated from the references previously established by the Contractor The HMA shall be cut and removed to a neat circle, the diameter of which shall be equal 1 to the outside diameter of the rim plus two feet. The new rim shall be placed on cement concrete or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1 -1/2 inches below the finished pavement surface On the following day, the concrete, the edges of the HMA and the outer edge of the 1 casting shall be painted with a hot asphalt tack coat. HMA Class 3/8 In. shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The second sentence of Section 5- 04.3(13) is revised to read: 1 (January 5, 2004) The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. 1 W Valley Middle School Vicinity Imp. # 2380 106 1 1 5- 04.3(14) Planing Bituminous Pavement Section 5- 04.3(14) is supplemented with the following: 1 (January 5, 2004) The Contractor shall perform the planing operations no more than * ** 21 * ** 1 calendar days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by the Engineer in writing. 5- 04.3(15) HMA Road Approaches 1 Add the following verbiage to the first sentence of this section: "or reconstructed" after the word "constructed ". 1 5 -04.5 Payment ' 5- 04.5(1)B Price Adjustments for Quality of HMA Compaction (January 16, 2014 APWA GSP) Delete this section and replace it with the following: The maximum CPF of a compaction lot is 1.00. For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. ' Division 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits 7 -04 STORM SEWERS 7- 04.3(1)A General This section is supplemented with the following. 1 No infiltration or exfiltration test will be required for the storm drain pipe. 1 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 7 -08.2 Materials 1 This section is supplemented with the following: Crushed Surfacing Top Course (for Trench Backfill) 7 08.3(3) Backfilling This section is supplemented with the following 1 W. Valley Middle School Vicinity Imp. # 2380 107 All street crossing trenches and all other areas as directed by the Engineer, shall be backfilled for the full depth of the trenches with Crushed Surfacing Top Course (for Trench Backfill) 7 -08.4 Measurement This section is supplemented with the following: Crushed surfacing top course (for trench backfill) will be measured by the ton. ' 7 -08.5 Payment The section is supplemented by adding the following pay item , "Crushed Surfacing Top Course (for Trench Backfill)", per ton 1 7 -09 WATER MAINS 7 -09.1 Description ' This section is supplemented with the following This work shall include adjusting valve boxes to the finished grade of the asphalt concrete 1 pavement or sidewalk. 7 -09.3 Construction Requirements This section is supplemented with the following: Where existing valve boxes are located in the existing or proposed asphalt roadway, they shall be adjusted as detailed in Section 5- 04.3(13) of these Special Provisions. Where existing valve boxes are located in the proposed sidewalk, they shall be adjusted to finish grade prior to placing the concrete. 7 -09.4 Measurement This section is supplemented with the following 1 Add the following item: Adjust valve box will be measured per each, for each valve box adjusted. 7 -09.5 Payment This section is supplemented with the following Add the following item: "Adjust Valve Box ", per each The unit contract price per each for "Adjust Valve Box" shall be full pay for all labor, equipment and materials required to adjust the valve box. 1 1 W. Valley Middle School Vicinity Imp. # 2380 108 ' 1 ' Division 8 Miscellaneous Construction 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.3 Construction Requirements 1 General The tenth paragraph of Section 8- 01.3(1) is revised to read: 1 (January 25, 2010) Erodible Soil Eastern Washington Erodible soil not being worked whether at final grade or not, shall be covered within 1 the following time period using an approved soil cover practice: July 1 through September 30 30 days 1 October 1 through June 30 15 days 8- 01.3(2) Seeding, Fertilizing and Mulching 1 8- 01.3(2)B Seeding and Fertilizing Section 8- 01.3(2)B is supplemented with the following: (January 3, 2006) Grass seed shall be a commercially prepared mix, made up of low growing ' species which will grow without irrigation at the project location, and approved by the Engineer. The application rate shall be two pounds per 1000 square feet. 1 (January 3, 2006) Fertilizer shall be a commercially prepared mix of 10 -20 -20 and shall be applied at the rate of 10 pounds per 1000 square feet. 8 -02 Roadside Restoration 1 8 -02.1 Description Section 8 -02.1 is supplemented with the following: 1 (August 4, 2014) This work shall consist of removing and disposing of buried man -made debris that may 1 be encountered during soil amendment incorporation or excavation for irrigation systems. 8 -04 CURBS, GUTTERS, AND SPILLWAYS ' 8 -04.3 Construction Requirements Supplement this section with the following: r Where existing curbing is to be removed and replaced with new curbing, and where new curbing for new roadway lanes is to be constructed, and in performing the removal of the ' existing curbing for such work the adjacent existing pavement is disturbed, the contractor shall trim the existing pavement in a neat line in preparation for HMA pavement construction. W. Valley Middle School Vicinity Imp. # 2380 109 r 8 -13 Monument Cases 8 -13.1 Description 1 Section 8 -13.1 is deleted and replaced by the following - (March 13, 1995) 1 This work shall consist of furnishing and placing monument cases, covers, and pipes in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer. 1 8 - 13.2 Materials Section 8 -13 2 is supplemented with the following (March 13, 1995) The pipe shall be Schedule 40 galvanized pipe. 8 - 13.3 Construction Requirements The last paragraph of Section 8 -13.3 is revised to read (March 13, 1995) The Engineer will be responsible for placing the concrete core and tack or wire inside the pipe 8 - 13.4 Measurement Section 8 -13 4 is deleted and replaced by the following. (March 13, 1995) Measurement of monument case, cover, and pipe will be by the unit for each monument case, cover, and pipe furnished and set. 1 8 - 13.5 Payment Section 8 -13.5 is supplemented with the following: (April 28, 1997) "Monument Case, Cover, and Pipe ", per each 8 -14 Cement Concrete Sidewalks 8 -14.3 Construction Requirements Section 8 -14 3 is supplemented with the following: 1 (April 4, 2011) The Contractor shall request a pre- meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include: 1 W. Valley Middle School Vicinity Imp. # 2380 110 1 1. The Prime Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Project Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum, the following: 1. Slopes shown on the Plans. 1 2. Inspection 3 Traffic control 1 4. Pedestrian control, access routes and delineation 5. Accommodating utilities 6 Form work 7. Installation of detectable warning surfaces This section is also supplemented with the following: All sidewalks not located within driveway approach areas shall be four (4) inch thick cement concrete with 2 inch CSTC base. All sidewalks located within or a part of a ' driveway approach area shall be six (6) inch thick cement concrete with 2 inch CSTC base See City of Yakima Standard Detail R5. Existing sidewalks at match existing locations shall be removed to the nearest convenient existing joint or saw cut in a neat vertical, straight transverse line at locations approved by the Engineer. Joint filler material to form a new expansion joint shall be placed as indicated on the Standard Detail for Sidewalk. 1 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8- 20.3(1) General 1 Supplement this section with the following: Electrical Order of Work The contractor shall install new signal displays no more than 30 days prior to the final scheduled turn on date of the project traffic signal(s). Work shall be coordinated so that electrical equipment, with the exception of the service cabinet, is energized within 72 hours of installation. 1 8- 20.3(5) Conduit Supplement this section with the following: ' All underground electrical conduits shall be gray, electrical grade, schedule -40 PVC pipe, installed in all conduit runs as indicated on the Plans. All 90- degree elbows shall be galvanized steel. A 1/8 -inch braided nylon rope with a minimum 450 -pound ' breaking strength shall be installed in each conduit run with two (2) feet doubled back at each termination. The City Engineer, or his or her appointed designee, shall field verify and pre- approve all conduit runs where the contractor plans to utilize pre- W. Valley Middle School Vicinity Imp. # 2380 111 1 existing underground PVC conduits that are empty or have minimum available cross- sectional space to add new wires and /or cables. The contractor shall utilize the existing conduits and /or run new conduits as shown on the plans See applicable notes on the plans for restrictions, and /or limitations related to open trenching. 1 8- 20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes Supplement this section with the following If applicable, existing junction boxes shall be utilized as shown on the plans, and new junction boxes shall not be located in ADA sidewalk ramps or landing areas. Also, unless specified or shown otherwise on the Plans, they shall be installed in hard - surface areas, centered in concrete sidewalk areas between the back of curb and back edge of sidewalk. Or, they shall be located such that no less than six (6) inches of solid concrete bounds all sides of the junction box. Asphalt joint filler material shall not be installed between junction boxes and concrete surfaces. Any adjustments to locations of proposed or existing junction boxes shall be field verified and approved by the City and /or Traffic Engineer, especially if changes involve moving between hard & soft - surface areas. 8- 20.3(8) Wiring 1 Supplement this section with the following: Illumination (street lighting) conductors and wires are the only type which may be spliced in junction boxes, using only 3M Scotchcast, or approved equal, permanent, watertight, non -re- enterable splice kits. Wire marking sleeves and /or approved wire and cable tags are required in loop -wire splicing junction boxes and for loop lead -in to home run wires, identifying the loop numbers, or tied /grouped loop numbers, served. Tags are required at the controller cabinet for optical preemption detection cable -to- detector identification. Color identification is also required in each pull box, hand -hole and cabinet, to identify the cable's destination pole. Color designations will be provided using colored phase tape. Pole -to -color designations are as follows Northeast Corner / Pole #1 Red Northeast Corner / Pole #5 Red/White Southeast Corner / Pole #2 Yellow Southwest Corner / Pole #3 Blue Southwest Corner / Pole #6 Blue/White Northwest Corner / Pole #4 Green Marking sleeves and tags are NOT required for any other individual conductors, multi - conductors, coax or power cables. Section 8- 20.3(11) Testing Revise this section to read as follows The standard WSDOT testing procedures shall not be required for this project. The City of Yakima Traffic Engineer shall inspect, test, and monitor all signal equipment including the signal controller, controller cabinet, malfunction monitoring unit (MMU), and other auxiliary electronic equipment and devices requiring pre - installation testing. All applicable signal control equipment shall be delivered to the City of Yakima, Traffic Signal Shop for complete operational testing The duration and type of testing shall be determined and implemented at the sole discretion of the City Traffic Engineer. The tests shall confirm the proper and intended component functions, system operations, and the comprehensive performance of "tested" traffic signal equipment. Traffic Signal Turn -On Procedures (Subsection of "Testing ") W. Valley Middle School Vicinity Imp. # 2380 112 1 ' The contractor shall provide the City Engineer or Traffic Engineer a 72 -hour pre- notification of a scheduled traffic signal turn -on, with information about the applicable location, date, time and duration. The contractor shall follow the signal turn -on procedures listed below in descending order. And, unless directed otherwise by the City or Traffic Engineer, the turn -on ' procedures shall be initiated in the presence of the City Traffic Engineer, or his or her authorized personnel, including the City Engineer and the City Traffic Signal Operations Supervisor. A qualified technical representative from the signal cabinet and controller supplier and /or manufacturer is also required to present. The City Project Inspector (or other authorized or delegated Project Inspector), shall provide the City of Yakima, Police Department no less than a 48 -hour notice of the date and time of the scheduled traffic signal turn -on. The Pre - turn -on and turn -on procedures for all new and /or upgraded traffic signals are as follows. 1. Confirm that all circuit breakers for signal and lighting power are "OFF ". P 2. Turn "ON" the Service and verify correct voltage levels 3. Turn "ON" the circuit breakers and verify proper operation of cabinet light and GFCI. 1 4 Crosscheck the signal driver terminal wiring with the plans to ensure conformity with the intended phase sequence & FYLTA's, and confirm the correct jumper configurations on the CMU /MMU program card. 5. "FLASH" all signal face indications, by signal phase, for Red / Yellow / Green / Walk / Don't Walk, and Flashing Yellow Left Turn Arrows- if active. ' 6. With the Controller Power switch "OFF" and both Auto /Flash switches in the "FLASH" position, install the flasher and verify the correct "In- Flash" operations (Red /Red or Red /Yellow) by signal head, phase and approach. 1 7. Install all required equipment in the cabinet. 8. Place the police door Auto /Flash switch in "AUTO" position. ' 9. Turn the Controller Power switch to the "ON" position. 10. Monitor to confirm proper operation of the controller and CMU /MMU, and correct any malfunctions and /or failures, then reconfirm the proper operation. 1 11. Turn the Camera Power to the "ON" position and adjust camera zoom & vertical + horizontal view alignment angles to optimize detection performance. 1 12. Place "MINIMUM RECALL" on all phases. (Via Controller Functions.) 13 Confirm that all detector switches are in the "OPERATE" position. 14. Stop traffic in all directions and toggle the "Signals" switch from the "OFF" 1 to the "ON" position. 16. Allow no less than one complete cycle to operate and visually verify the correct sequence of all signal indications. 17. When approaching traffic is optimally the safest, remove traffic control and allow normal vehicular traffic through the intersection. When the City Engineer and /or Traffic Engineer, or their appointed designees, determine that the signal operates correctly, they shall have the contractor place the traffic signal in normal stop- and -go (GREEN- YELLOW -RED) operation. 18. Walk the intersection to confirm the intended operation and expected performance of all pedestrian push buttons & "WALK" & FLASHING "DON'T WALK indications. W. Valley Middle School Vicinity Imp. # 2380 113 1 19. In the presence of the City Signal Operations Supervisor & the cabinet manufacturer's technical representative, configure the video detection zones, remove minimum recall from all phases & confirm that the system operates correctly & properly for 30 minutes, (minimum), & monitor detection performance at sunrise and at sunset. If the Traffic Engineer determines that the traffic signal is malfunctioning or is operating improperly, the contractor shall be directed to return the signal to flash mode for a period not to exceed five calendar days, or, alternately, turn the signal off and cover all signal displays. In either case, the contractor shall provide 24 -hour notification to the Traffic Engineer of the rescheduled signal turn -on date, which shall not be allowed Monday through Friday, between 6 AM & 9 AM, or after 1 PM. This same restriction applies 24 hours a day on weekends, holidays, and on a day preceding a holiday. Termination of and /or alterations to "Green /Yellow /Red" (Stop - and-Go) operation by the contractor shall be prohibited, unless otherwise approved by the City Traffic Engineer. 8- 20.3(13)C Luminaires 1 Supplement this section with the following All new luminaries shall be installed as shown on the plans All new luminaires (fixtures) shall be LED -type with the following specifications: CREE XSP2 SERIES LED STREET LIGHT, horizontal tenon, Type III, 139W w/ adjustable driver. Equivalents and /or alternate wattage LED's shall be pre- approved by the City and Traffic Engineers 8- 20.3(14)B Signal Heads Supplement this section with the following Vehicle and pedestrian signal heads shall not be installed at the proposed signalized intersection until all other signal equipment is installed and the controller is in place, inspected, and ready for signalized operation, unless otherwise ordered or approved by the City Engineer. If the City Engineer orders advance installation, the signal heads shall be covered to clearly indicate the signal is not in operation. The signal head covering material shall be of sufficient size to cover the signal heads entirely. The covering shall extend over all edges of the signal housing and shall be securely fastened at the back. 1 8- 20.3(14)C Induction Loop Vehicle Detectors Revise and /or replace the applicable portions of this section as follows: 1 The vehicle- detection in- pavement roadway induction loops for this project shall be constructed as indicated & shown on the contract plans, details and diagrams, as well as the Standard Plans J- 50.15 -00 & J -50 12 -00. They shall be 6' diameter round (R) loops, and the front edge of the first loop shall be the standard 1 foot behind the stop line, with each additional loop installed on 14 -foot centers, per vehicle lane. The contractor shall install four (4) loops total, per vehicle lane, on the north leg, south leg, & west leg. The east leg shall have installed the standard three (3) loops per vehicle lane. (See the contract plans and Standard Plans listed above ) 8 -21 Permanent Signing W. Valley Middle School Vicinity Imp. # 2380 114 1 1 1 8 -21.2 Materials 8 -21.2 (9- 06.16) Roadside Sign Structures ' Section 9 - 06 16 is supplemented with the following. (January 3, 2011) Perforated Steel Square Sign Post System Where noted in the Plans, steel sign post systems shall be square, pre - punched galvanized steel tubing, that are NCHRP 350 Test Level 3 Certified and FHWA approved. The steel sign post system shall include all anchor sleeves, and other 1 hardware required for a complete sign installation. System Acceptance Systems listed in the current QPL will be accepted per the QPL approval code. Systems not listed in the QPL will be accepted based on a Supplier's Certificate of Compliance. The Supplier's Certificate of Compliance will be a contract specific letter from the supplier stating the system is NCHRP 350 Test Level 3 compliant. (January 3, 2011) ' Manufacturers for Steel Roadside Sign Supports The Standard Plans lists several steel sign support types. These supports are patented devices and many are sole- source. All of the sign support types listed 1 below are acceptable when shown in the Plans Steel Sign Support Type Manufacturer Type TP -A & TP -B Transpo Industries, Inc. Type PL, PL -T & PL -U Northwest Pipe Co. 1 Type AS Transpo Industries, Inc. Type AP Transpo Industries, Inc. Type ST 1, ST 2, ST 3, & ST 4 Ultimate Highway Products, Allied Tube & Conduit, Inc., Northwest Pipe, Inc. Type SB -1, SB -2, & SB -3 Ultimate Highway Products, Xcessories Squared Development and Manufacturing Incorporated, Northwest Pipe, Inc. 1 8 -30 REPAIR OR REPLACEMENT (New Section) ' 8 -30.1 Description ' The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as ' determined by the Engineer. 8 -30.5 Payment W. Valley Middle School Vicinity Imp. # 2380 115 1 Payment will be made for the following bid items: 1 "Repair or Replacement ", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, 1 the City has estimated the force account for "Repair or Replacement ", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor Division 9 Materials 1 9 -03 AGGREGATES 9 -03.8 Aggregates for Hot Mix Asphalt 1 9- 03.8(3)C Gradation -- Recycled Asphalt Pavement and Mineral Aggregate Revise the second paragraph as follows: 1 Delete the reference to Section 9- 03.8(6)A 9- 03.8(6)A Basis of Acceptance 1 Delete this section 9 - 29 ILLUMINATION, SIGNALS, ELECTRICAL 9 -29.1 Conduit, Innerduct, and Outerduct Supplement this section with the following: All underground conduit shown on the plans shall be electrical grade, gray, schedule- 111 40 PVC pipe. Additional materials to be installed on this project shall include, but are not limited to, junction boxes, cables, and single and multi- conductors A pull rope shall be included in each individual conduit run The pull rope shall be made of 1/8 -inch braided nylon, with a 450 -pound breaking strength. It shall extend two (2) feet beyond each end of an individual conduit, doubled back at each termination. When cable is pulled this rope shall be re- pulled along with the cable 9 -29.2 Junction Boxes Supplement this section with the following Junction /Pull boxes shall be the "Quazite" or pre- approved equal, called out on the plans as "Junction Boxes ". Three sizes are specified as follows: Type -1 (13" x 24 "), Type -2 (17" x 30 ") and Type -3 (24" x 36 "). They shall be constructed of polymer concrete and reinforced by a heavy -weave fiberglass; and, they shall have a design load of 22,500 lbs. and a test load of 33,750 lbs. They shall be in compliance with 2005 NEC and meet ANSI /SCTE 77- ANSI TIER 22 test provisions. The enclosures shall be stackable, PG -Style equivalent, with finished depths of 12" to 48 ". Enclosures and covers shall be concrete gray color and the assemblies shall come pre- designed and tested to temperatures of —50 F The covers shall be "lockable" and shall be marked with a "TRAFFIC SIGNALS" logo See the junction box details included in these construction documents for the complete technical -data specifications and requirements 9- 29.6(1) Street Light and Signal Standards (Poles) Supplement this section with the following W. Valley Middle School Vicinity Imp. # 2380 116 1 1 I The specifications and /or sections of this supplemental, (9- 29.6(1), shall only apply to newly- manufactured Type -1, FB, and Type -3 Signal Standards (Poles), when they are I included in the applicable signal project. The contractor may disregard any and /or all portions that are not applicable to "new" signal -pole equipment. . *The four (4) Type -3 Signal Standards (Poles) called for in the Plans, complete with matching mast arms & luminaire arms, are all existing and stocked at the City of Yakima, Public Works, I Traffic Signal Shop/Yard The two (2) Type -1 Signal Poles called for, are specified on the Plans as "new" and shall meet all manufacturing requirements, and shall be located and include equipment, as shown on the Plans and the applicable WSDOTs' 1 Standard Plans, which are included in the project construction documents. New luminaire arms that support video cameras shall have a free -end diameter of not I less than 3" and a thickness of not less than .250 ". All new poles and mast/luminaire arms shall have a circular or octagonal cross- I section, and shall be hot - dipped galvanized over their entire length, meeting the ASTM designation Al23. The primary terminal compartment shall be sized to house a 24- position terminal strip, which, in turn, shall have a 4" x 6" hand hole opening in its bottom section. The compartment shall be located 48" above the base of the pole and 1 180 CW from the centerline of the signal mast arm attachment point. The cover for the terminal compartment shall be stainless steel with a gasket and a built -in "Best" slamming lock with key. There shall also be two other separate hand holes, each with I removable covers. One shall be 4" x 6" (vertically- oriented - Typical), located 12" above the pole base, directly in line with 24" compartment described above. The other shall be located 12" above the signal mast arm, oriented 180 CW from the centerline I of the signal mast arm. A' /2" NC ground stud shall be located, and accessible, inside the pole base. All new poles and arms shall have end caps, and all bases shall come with covers I installed. All new poles, anchor bolts, and arms shall be designed with minimum "loading" capacities as specified on the applicable details and layout plans. New Type - 3 poles shall be manufactured to handle the loading from a mast arm with a length of I up to 50 feet, unless a longer arm is specified and pre- approved by the Traffic Engineer. I It shall be the responsibility of the vendor /manufacturer to determine the sizes, locations, and proper installation and /or fabrication methods of all new poles, arm hubs and openings, to establish and build -in the minimum required and guaranteed I structural integrity of the pole The arm - connection plate, arm - connection bolt circle, base plate, and base -plate bolt circle shall each be uniform for all new poles called for in the plans. The final drill locations for all new signal pole and mast arm hardware and equipment shall be field approved by the City Engineer or Traffic Engineer, their 1 respective appointed designee, prior to drilling of the holes. New luminaire only poles shall meet the specifications as shown on City of Yakima 1 standard detail El. 9 - 29.10 Luminaires I Supplement this section with the following: As per the plans, the four (4) new luminaires shall be attached to the existing 16 ft. luminaire arms, and they shall meet the following specifications: CREE XSP2 SERIES I LED STREET LIGHT, horizontal tenon, Type III, 139W w/ adjustable driver. I W. Valley Middle School Vicinity Imp. # 2380 117 1 9- 29.12(1) Illumination Circuit Splices Revise this section as follows: The Contractor shall use only 3M Scotchcast, or a pre- approved equal, watertight and non re- enterable splice kits for light- circuit wiring splices in junction boxes. Standard NEMA/UL and IMSA- approved splicing methods shall be allowed for multi and single wire splicing if required in new signal poles including locations adjacent to specified 1 closable handhold openings 9 -29.14 Traffic Signal Controller Cabinet- Minimum Requirements -(New Section) The following new section shall apply to this project: 1 The cabinet shall be completely wired and tested to the 2003 NEMA Traffic Controller Assemblies specification with NTCIP Requirements Version 02.06 (as amended herein) In addition, and at a minimum, the following requirements shall be met: City of Yakima traffic signal cabinet specification shall supersede any applicable parts of the State of Washington, Department of Transportation Standard Specifications and Standard plans. All cabinets shall be pre- approved by the City of Yakima prior to bid letting 1 The cabinet shall be designed for 16 channel operation. Load switch(s) 1 -8 shall be vehicle phases 1 -8; load switch(s) 9 -12 shall be pedestrian phases 2, 4, 6, 8, load switch(s) 13 -16 shall be overlaps A, B, C & D These load switch sockets shall be configured in this manor without rewiring the back side of the load -bay The cabinet shall be wired for up to a minimum of (24) channels of detection, (4) channels of Opticom preemption The use of PC boards shall not be allowed. 1 The use of plug and play modules shall not be allowed All cabinet 120VAC wires shall be 18AWG or greater, including controller "A" and MMU "A & B" cables. The entire cabinet assembly, with electronics, shall undergo complete input/output function testing by the manufacturer before being released to the City of Yakima. The wired cabinet facility shall use the latest technology applicable and shall be 100% 1 compliant with Section 1605 of the American Recovery and Reinvestment Act of 2009, requiring the use of American iron, steel and manufactured goods. The cabinet assembly shall be completely manufactured in the United States of America. Cabinet Enclosure 1 At a minimum the cabinets shall meet the following criteria: 1. It shall have nominal dimensions of 56" high x 44" width x 25 5" depth and meet the footprint dimensions as specified in Section 7 3, table 7 -1 of NEMA TS2 standards for a Type P cabinet. The cabinet base shall have continuously welded interior mounting reinforcement plates with the same anchor -bolt hole pattern as the footprint dimensions 2. Shall be fabricated from 5052 -H32 0.125 -inch thick aluminum W Valley Middle School Vicinity Imp. # 2380 118 1 ' 3 The cabinet shall be double - flanged where it meets the cabinet door. 4. The top of the cabinet shall be sloped 1" towards the rear to facilitate water runoff. And shall bend at a 90° angle at the front of the cabinet. Lesser slope angles are not allowed. 5. The inside of the cabinet shall have (2) separate compartments. The main ' compartment shall be accessible from the front and rear door and shall house the cabinet load facilities and electronics. The BBS compartment shall be accessible from the side door and shall contain the UPS system batteries. The UPS system inverter and ATS assembly shall be mounted in the BBS compartment but shall be accessible 1 when the front door is open. 6. The inside of the cabinet shall utilize C channel rails. (2) Welded on the back wall on 25" center and (4) welded on each side wall on 08" center with 2" between sets. The 1 C channel rails on the back wall shall be 48" in length and start 5" from the bottom of the cabinet interior. The C channel rails on the side walls shall be 48" in length and start 5" from the bottom of the cabinet interior. Adjustable rails are not allowed 7. The Cabinet shall be supplied with the following finishes; the interior natural mill finish. The exterior natural mill finish. 8. All external fasteners shall be stainless steel Pop rivets shall not be allowed on any external surface. 9. The front door handle shall be 3 /4" round stock stainless steel bar. The side door shall use a recessed hexagonal socket in lieu of a door handle All door handle mechanisms shall be interchangeable and field replaceable. 10. The front door shall contain (2) flush mount locking recessed compartments The ' upper compartment that houses a police door and a lower compartment that houses a generator bypass receptacle A stiffener plate shall be welded to the inside of the front door to prevent flexing. It shall have a two - position, three -point door stop that ' accommodates open - angles at 90 °, 125 °, and 150 °. A louvered air entrance located at the bottom of the main door shall satisfy NEMA rod entry test requirements for 3R ventilated enclosures. Bearing rollers shall be applied to ends of door latches to discourage metal -on -metal surfaces from rubbing. The main front door lock assembly shall be positioned so the door handle does not cause interference with the key when opening the door. ' 11. The police door compartment shall come with a conventional police lock. 12. The generator bypass receptacle compartment shall be equipped with a universal lock bracket capable of accepting a BestTA style lock and a Corbin #2 tumbler series lock. ' The lock shall be a tapered lock using a BestTM style lock or Corbin #2 series core. The door shall have an integrated door slide mechanism that allows the door to be closed and locked after a generator has been connected to the internal receptacle ' This compartment is used by maintenance personnel for emergency generator operation in the absence of service power or BBS control 13. The side door shall be one piece construction without any recessed compartments. It ' shall have a three - position, two -point door stop that accommodates open - angles at roughly 80 °, 100 °, and 120 °. A louvered air entrance located at the bottom of the side door shall satisfy NEMA rod entry test requirements for 3R ventilated enclosures. ' Bearing rollers shall be applied to ends of door latches to discourage metal -on -metal surfaces from rubbing. Lock assembly shall be positioned so handle does not cause interference with key when opening the door. ' 14. Closed -cell, neoprene gaskets shall be bonded to the inside of the cabinet doors. The gaskets shall cover all areas where the doors contact the double flanged cabinet housing exterior and be thick enough to provide a watertight seal. W. Valley Middle School Vicinity Imp. # 2380 119 1 15 A complete set of keys shall be supplied providing access to the cabinet front door, cabinet side door, the police door and the generator receptacle door. 16. The cabinet shall be equipped with a universal lock brackets capable of accepting a BestTM style lock and a Corbin #2 tumbler series lock The cabinet shall come equipped with a BestTM style lock and green core 17 The cabinet shall be supplied with one (1) door switch which control the cabinet interior lighting circuits. 18 All exterior seams shall be manufactured with a neatly formed continuously weld construction. The weld for the police and generator bypass box door shall be done on the inside of the cabinet door All welds shall be free from burrs, cracks, blowholes or other irregularities 19. The fan baffle panel seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. 20. The cabinet shall be UL listed. 21. The cabinet shall come with lifting ears affixed to the upper exterior of the cabinet. These ears shall utilize only one bolt for easy reorientation (The cabinet lifting ears shall not be used when the batteries are installed). 1 22 The cabinet shall come with one (1) dual -ply DustlockTM Media polyester, disposable air filter; and the filter performance shall conform to listed UL 900 Class 2 and conform to MERV -8 & ASHRAE Standard 52 2 -1999. The filter element shall be secured to louvered entrance on the main door with Velcro type mounting on all four edges 23 All cabinet doors shall be mounted with a single continuous stainless steel piano hinge that runs the length of the door. The hinge shall be attaching via stainless steel tamper resistant bolts. 24. All steel incorporated in the cabinet shell shall be manufactured in the United States 1 of America, and shall meet the requirements of Section 1605 of the American Recovery and Reinvestment Act of 2009 25. The cabinet enclosure shall be a P+ style Western Systems Part # 3012500000 1 Labels A permanent printed thermo vinyl, engraved or silk screened label shall be provided for all terminals and sockets Labels shall be legible and shall not be obstructed by cabinet wiring, panels or cables All labels shall conform to the designations on the cabinet wiring prints Shelves Shall come with two (2) 33.25" double beveled shelves 10" deep that are reinforced welded with V channel, fabricated from 5052 -H32 0.125 -inch thick aluminum with double flanged edges rolled front to back. Slotted hole shall be inserted every 7" for the purpose of tying off wire bundles The BBS compartment shall come with (4) shelves designed to hold batteries and capable of supporting 75Ibs each 1 Cabinet Layout The shelves shall be populated as follows The controller and monitor shall be placed on the bottom shelf The power supply and detector rack shall be placed on the top shelf The roll out drawer and LED light shall be mounted under the bottom shelf just left of center. Load bay shall be mounted on the back wall with 5" of clearance to the bottom of the cabinet. 1 The detector panel for all field inputs shall be located on the lower left wall. W. Valley Middle School Vicinity Imp. # 2380 120 t 1 I The 120VAC video power panel shall be mounted on the left wall above the detector panel The "D" panel shall be located on the left wall just above the video panel. I The load resistor panel shall be mounted on the lower left wall under the bottom shelf. The power supply interface panels shall be located on the left wall between the middle and bottom shelves 1 The power panel shall be located on the lower right wall. The 120VAC six position power strip shall be mounted on the right wall, at the top of the "C" I channel. Ventilating Fans I The cabinet shall be provided with two (2) finger safe fan mounted on the right and left sides of the cabinet plenum, and shall be thermostatically controlled (adjustable between 4 -176° Fahrenheit). The safe touch thermostat fuse holder and power terminal block(s) shall be din rail mounted on right side of cabinet plenum I Computer Shelf A slide -out computer shelf 16" length by 12" width by 2" depth shall be installed below the I middle shelf underneath the controller. The shelf shall be mounted just right of center so that controller cables will not interfere with the operation of the shelf when equipment is installed. The shelf shall have a hinged cover that opens from the front and shall be powder- coated I black. It shall be a General Devices Part # VC4080 -99 -1168. The door when fully extended shall hold up to 501bs. I Main Panel Configuration (Load - Bay) The design of the panel shall conform to NEMA TS2 Section 5, Terminals and Facilities, unless modified herein. This panel shall be the termination point for the controller unit (CU) MSA, MSB, MSC, (MMU) MSA & B cables and field terminal facilities. The terminal and I facilities layout shall be arranged in a manner that allows all equipment in the cabinet and all screw terminals to be readily accessible by maintenance personnel. I The load -bay shall be fully wired and meet the following requirements: • The load -bay shall have the following dimensions; constructed from aluminum with a nominal thickness of 0.125 ", a maximum height of 24" and maximum width of 28.5 ". I The field terminals width shall be 31.5" including attached wiring bundles. • The entire assembly shall roll down and provide access to all of the back of panel wiring. All solder terminals shall be accessible when the load -bay is rolled down The l assembly shall be able to roll down without requiring other components, cables or switches to be removed. • The load -bay shall be designed so that all other cabinet screw terminals are accessible without removing cabinet electronics. I • All the controller (CU) and malfunction management (MMU) cables shall be routed through the back of the load -bay so that they will not be subject to damage during load -bay roll down 1 • The top of the load -bay panel shall attach directly to UnistrutTM spring nuts without the use of standoffs and spacers. • The load -bay shall be balanced such that it will not roll down when the UnistrutTM I spring nuts are removed, even when fully loaded with BTUs load switches, flasher and flash transfer relays. • The load -bay facility shall be wired for 16 channels. Load switch(s) 1 -8 shall be I vehicle phases 1 -8; load switch(s) 9 -12 shall be pedestrian phases 2, 4. 6 & 8, load switches 13 -16 shall be overlaps A, B, C & D Load switches 1 -8 and 13 -16 shall be routed through a flash transfer relay. I W. Valley Middle School Vicinity Imp. # 2380 121 1 • (16) Load switch sockets in two rows of (8) spaced on 2" center per NEMA TS2 I section 5 3 1 2, figure 5 -2. • (6) Flash transfer relay sockets. • (1) Flasher socket. I • All Toad switches and flasher shall be supported by a bracket extending at least 1 /2 the length of the load switch. • Wiring for controller A, B & C connectors. All CU and wiring shall be soldered to I backside of a load bay screw terminal. The screw terminals provide access to all functions of CU cables • Wiring for one Type -16 MMU. The MMU shall be wired for TS1 12 channel operation I All MMU wiring shall be soldered to backside of a screw terminal. The screw terminals provide access to all functions of the MMU. • All 24 VDC relays shall have the same base socket, but it shall be different from the 120VAC relays • All 120VAC relays shall have the same base socket, but it shall be different from the 24VDC relays. (not applicable to flash transfer relays) • Shall have a relay that drops +24VDC to load switches when the cabinet is in flash 1 • The load bay shall have terminals to access the flash circuits 1 and 2 • The load -bay shall be silkscreened on both sides. Silkscreen shall be numbers and functions on the front side, and numbers only on the back side. • Field wiring terminations shall be per channel across the bottom of the load -bay. Each channel shall have 3 terminations corresponding to the appropriate vehicle phase Red, Yellow and Green Default wiring shall be left to right vehicle phases 1 -8, I pedestrian phases 2, 4, 6 & 8 and overlap channels A, B, C & D following the order of the load switches. Field terminals shall be #10 screw terminal and be rated for 600V • All cable wires shall be terminated No tie -off of unused terminals will be allowed I • Shall be 100% manufactured in the United States of America All wiring shall conform to NEMA TS2 Section 5 2.5 and table 5 -1 Conductors shall conform I to military specification MIL- W- 16878D, Electrical insulated high heat wire, type B Conductors #14 or larger shall be permitted to be UL type THHN. Main panel wiring shall conform to the following colors and minimum wire sizes: I Vehicle green load switch output 14 gauge brown Vehicle yellow load switch output 14 gauge yellow Vehicle red load switch output 14 gauge red I Pedestrian Don't Walk switch 14 gauge orange Pedestrian Walk switch 14 gauge blue Pedestrian Clearance load switch 14 gauge yellow I Vehicle green load switch input 22 gauge brown Vehicle yellow Toad switch input 22 gauge yellow Vehicle red Toad switch input 22 gauge red Pedestrian Don't Walk input 22 gauge orange I Pedestrian Walk input 22 gauge blue Pedestrian Clearance input 22 gauge yellow 1 Logic Ground 18 gauge white with red tracer +24V DC 18 gauge red with white tracer I +12V DC 18 gauge pink AC+ Line 14 gauge black AC- Line 14 gauge white Earth Ground 16 gauge green 1 AC line (load bay) 12/14 gauge black W Valley Middle School Vicinity Imp. # 2380 122 1 1 I AC neutral (load bay) 12/14 gauge white Controller A cables 22 gauge blue with the exception of power wires (AC+ Black, AC- White & Earth I Ground Green) These wires shall be 18AWG MMU A & B cables 22 gauge orange with the exception of power wires (AC+ Black, AC- White & Earth I Ground Green Start Delay Relay Common Black, and Normally open Black & Normally Closed Black) these wires shall be 18AWG 1 Four conductors will supply alternating current (AC) power to the Toad switch sockets. The load switch sockets shall be supplied 1 -4, 5 -8, 9 -12 & 13 -16 by each conductor. I The field terminal blocks shall have a screw Type No. 10 post capable of accepting no less than 3 No. 12 AWG wires fitted with spade connectors. Four (4) 12- position terminal blocks shall be provided in a single row across the bottom of the main panel Spade lugs from 1 internal cabinet wiring are not allowed on field terminal screws. There shall be a second row of four (4) 12- position terminal blocks with screw type #10 above the field terminal blocks. These blocks shall operate the flash program It shall be changeable from the front of the I load bay. The terminal block above the Pedestrian field blocks shall be tied to the Don't Walks and Walks with orange and blue 14AWG wire. This shall provide termination for pushbutton 1 control wires without utilizing field terminals. The power terminal blocks shall have a screw Type No. 10 post capable of accepting no less I than 3 No. 12 AWG wires fitted with spade connectors. One (1) 12- position terminal block and one (1) 6- position terminal block shall be provided vertically on the right side of the load bay. The placement of the power terminal block on any other panel shall not be allowed. 1 All load switches, flasher, and flash transfer relay sockets shall be marked and mounted with screws. Rivets and clip- mounting is unacceptable. Wire size 16 AWG or smaller at solder joints shall be hooked or looped around the eyelet or I terminal block post prior to soldering to ensure circuit integrity. All wires shall have lugs or terminal fittings when not soldered. Lap joint/tack on soldering is not acceptable. All soldered connections shall be made with 60/40 solder and non - corrosive, non - conductive flux. All I wiring shall be run neatly and shall use mechanical clamps and conductors shall not be spliced between terminations. Cables shall be sleeved in braided nylon mesh and wires shall not be exposed. 1 Load - Bay and Panel Wire Termination All wires terminated behind the main panel or on the back side of other panels shall be I SOLDERED No pressure or solder -less connectors shall be used. Printed circuit boards shall not be allowed on the load bay. Cabinet Light Assembly I The cabinet shall have an LED lighting fixture with 15 high power LEDs using a cool white color emitting 3001m min @ 12VDC /750mA. The LED shall be a Rodeo Electronics TS -LED- 05MO2. The LED fixture shall be powered by a Mean Well class 2 power supply LPV -20 -12 ' that shall be mounted on the inside top of the cabinet near the front edge. The cabinet light circuit shall be designed so a second LED fixture will be installed in the cabinet without the need a of a second power supply. It shall be attached under the cabinet drawer so that it I remains stationary when drawer is extended. An on /off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the lighting fixture(s) power supply. I W. Valley Middle School Vicinity Imp. # 2380 123 r Convenience Outlet ' The cabinet shall be wired with one (1) convenience outlet with a ground fault interrupter (GFI) and one (1) six position power strip outlet without ground fault interrupters The ground fault outlet (GFI) shall be mounted on the right side of the cabinet on or near the power panel. The power strip outlet shall be mounted on the right side at top of the "C" channel. No outlets shall be mounted on the door. The GFI power shall be fed through the auxiliary breaker (CB2). The power strip shall be fed through an EDCO SHP300 -10 transient voltage suppressor located on the cabinet power panel. There shall be a 2- position terminal block on the power panel, between the power strip and the EDCO SHP300 -10 for easy replacement. Auxiliary Panel , The cabinet shall include an auxiliary switch panel mounted to the interior side of the police panel compartment on the cabinet door. The panel shall be secured to the police panel compartment by (2) screws and shall be hinged at the bottom to allow access to the soldered side of the switches with the use of only a Phillips screwdriver. Both sides of the panel shall be silkscreened. Silk- screening on the backside of the switch panel shall be upside down so that when the panel is opened for maintenance the silk- screening will be right side up. All of the switches shall be protected by a hinged see - through Plexiglas cover. At a minimum the following switches shall be included 1 Controller ON /OFF Switch: There shall be a switch that renders the controller and load- switching devices electrically dead while maintaining flashing operations for purpose of changing the controller or load- switching devices. The switch shall be a general - purpose bat style toggle switch with 688 -inch long bat. Signals ON /OFF Switch: There shall be a switch that renders the field signal 1 displays electrically dead while maintaining controller operation for purpose of monitoring controller operations. The switch shall be a general - purpose bat style toggle switch with 688 -inch long bat. 1 Stop Time Switch: There shall be a 3- position switch labeled "Normal" (up), "Off' (center), and "On" (down). With the switch in the "Normal" position, a stop timing command shall be applied to the controller by the police flash switch or the MMU (Malfunction Management Unit) When the switch is in its "Off' position, stop timing commands shall be removed from the controller. The "On" position shall cause the controller to stop time The switch shall be a general - purpose bat style toggle switch with 688 inch long bat. There shall be a red LED indicator light that illuminates when stop time is applied. Technician Flash Switch: There shall be a switch that places the field signal displays in flashing operation while the controller continues to operate This flash shall have no effect on the operation of the controller or MMU The switch shall be a general - purpose bat style toggle switch with 688 -inch long bat. Vehicle Test Switches: Eight (8) vehicle phase inputs shall have 2 position switches labeled "Off' (up), "On" (down) With the switch in the "On" position a constant input shall be applied to the controller When in the "Off' position normal operations of the field detection. These switches shall be labeled 1, 2, 3, 4, 5, 6, 7 & 8 Pedestrian Test Switches: Eight (8) pedestrian phase inputs shall have 2 position switches labeled "On" (up), "Off' (down). With the switch in the "On" position a constant input shall be applied to the controller. When in the "Off' position normal W. Valley Middle School Vicinity Imp. # 2380 124 1 I operations of the field pushbuttons These switches shall be labeled 1, 2, 3, 4, 5, 6, 7 & 8. I Police Panel Behind the police panel door there shall be switches for use by emergency personnel. The wiring for these switches shall be accessible when the auxiliary panel is open. The following 1 switches shall be included: Flash Switch: There shall be a switch for the police that puts the cabinet into I flashing operations. The switch shall have two positions, "Auto" (up) and "Flash" (down). The "Auto" position shall allow normal signal operation. The "Flash" position shall immediately cause all signal displays to flash as programmed for emergency flash and apply stop time to the controller. When the police flash switch is returned to I "Auto ", stop time shall be removed from the controller except when the MMU has commanded flash operation. The effect shall be to disable the police panel switch when the MMU has detected a malfunction and all controller and MMU indications I shall be available to the technician regardless of the position of the police flash switch. The switch shall be a general - purpose bat style toggle switch with .688 -inch long bat. I Signals ON /OFF Switch: There shall be a switch that renders the field signal displays electrically dead while maintaining controller operation for purpose of monitoring controller operations. The switch shall be a general - purpose bat style toggle switch with 688 -inch long bat. I Cables All wire cable bundles shall be encased in flex or expandable braided sleeving along their 1 entire free length. Flashing Operation 1 All cabinets shall be wired to flash for all vehicle channels. Flashing operation shall alternate between the used vehicle phases 1, 3, 5, 7, OLA & OLC and 2, 4, 6, 8, OLB & OLD. Flash programming shall be either red, yellow or no flash simply by changing wires on the front of 1 the load -bay. Detector Racks I At a minimum, the cabinet shall be wired to accommodate (24) channels of detection and (4) channel of OpticomTM. The vehicle detection and Opticom shall reside in one (1) rack. This racks shall be capable of using four channel detection and two channel or four channel I Opticom TM cards. Separate racks for detection and preemption are not allowed. Detection Panel I The detection panel shall support (24) channels of vehicle detection, (4) channels of emergency vehicle preemption detection, (8) channels or pedestrian detection and (8) pedestrian returns on a single panel. The loop wires shall be a 22AWG twisted pair, color coded as follows. Channel one brown, channel two red, channel three orange and channel I four yellow. One of the twisted pair wires of all colors shall have a white tracer and land on the second position terminal of each loop. The emergency preempt wires shall be color coded as follows. +24VDC orange, preempt inputs yellow and ground blue. This panel will be I mounted on the left side of the cabinet below the bottom shelf The panel shall also include a (19) position solid aluminum, tin plated neutral and ground buss bars with raised slotted & torque style screws heads. They shall be mounted vertically at the bottom of the panel. 1 W. Valley Middle School Vicinity Imp. # 2380 125 1 Power Supply Interface Panel 1 The power supply interface panel shall include terminations for all the cabinet power supply inputs and outputs It shall have a protective plastic cover. This panel shall be mounted on the left wall of the cabinet. 1 Video Detection Panel The video detection interface panel shall be the single point interface for video power and 1 coax cabling. The panel shall have (6) individual coax surge arrestor EDCO CX06 -M and 1 amp circuit breaker so that individual cameras can be replaced in the field without disrupting the entire video detection system. A 10 position terminal block with #8 screws, to provide termination for 120VAC and camera 120AC line A solid aluminum tin plated neutral and ground buss bar with raised slotted & torque style screw heads shall also be mounted to this panel Controller "D" Panel The "D" panel shall be a raised panel wired for EPAC "D" cable. The "D" cable shall be soldered to the backside of the panel. All other wires shall be mounted to the front side. This panel shall be mounted on the left wall of the cabinet above the video panel Generator Bypass Compartment and Cable 1 The cabinet front door shall have a locking generator bypass compartment that shall be used to connect a generator to operate the cabinet during extended loss of service line power. The generator compartment shall be capable of being closed and locked while a generator is connected. The mechanism for allowing generator cable access, while the compartment is closed, shall be an integral part of the generator bypass door, via a sliding panel that will normally be in the closed position Inside the compartment there shall be a silkscreened panel housing a Hubbell HBL2615 30A / 125V flanged inlet receptacle capable of accepting a standard 30 amp generator plug, a BACO HC52DQG cam switch with split 120VAC line and neutral feeds The switch shall be a break before make type. (2) LED lamps with sockets. One LED shall be illuminated when the cabinet has service line power available and the other when the cabinet has generator power available. All LED's shall be field replaceable without putting the intersection in flash and shall carry a 5 year manufacturer warranty All wiring to and from the generator bypass compartment shall be contained in a single cable bundle The cable shall connect to the backside of the electrical components and shall only be accessible from the inside of the cabinet front door. All electrical components on the inside of the front door that carry AC voltage shall be covered by a see - through plexi -glass cover. The generator bypass cable shall terminate at the same power panel location as service line voltage. Supplemental Loads There shall be a supplemental load panel with (4) 2.5K -ohm, 10 -watt panel mount resistor. One side terminated to a (4) position terminal block tied to neutral The other side terminated to another (4) position terminal block. This block shall be left open for future loading in the cabinet. Load switches 1, 3, 5, 7, 13, 14, 15 & 16 sockets yellow and green indications shall be load with 2K -ohm, 12 -watt resistor Each load resistor shall be soldered to the backside of the load switch sockets and easily accessed from the backside of the main panel. Service Surge Suppression The cabinet shall be equipped with an EDCO model SHP300 -10 or approved equivalent surge arrestor mounted on the power panel. Power to all cabinet electronics equipment and power strip shall come through this surge suppression circuit. 1 W Valley Middle School Vicinity Imp. # 2380 126 1 I Power Panel The power panel shall handle all the power distribution and protection for the cabinet and shall be mounted in the bottom right side of the facility. All equipment shall be mounted on a 1 12" x 17" silkscreened aluminum panel and include at a minimum the following equipment: • A 30 -amp main breaker shall be supplied. This breaker shall supply power to the load bay, load switches and auxiliary panel. The breaker shall also supply power via the 1 EDCO SHP300 -10 to the controller, MMU, power supply, detector racks & power strip. • A 15 -amp auxiliary breaker shall supply power to the fan, light and GFI I • A 60 -amp, 125 VAC radio interference line filter • A normally open, 50 -amp, solid -state relay. The relay shall have a green LED light that is on when energized. (No Mercury Contactors shall be allowed) • One see - through Plexiglas cover on stand -offs to protect maintenance personnel from I AC line voltages. This shall be removable by loosening screws but without removing screws. • Two (19) position solid aluminum, tin plated neutral buss bar with raised slotted & I torque style screw heads. • One (19) position solid aluminum, tin plated ground buss bar with raised slotted & torque style screw heads. I • Two MOVs shall be terminated on the 120AC in field terminal One tied between line and ground, the other between neutral and ground. I Manuals & Documentation The cabinet shall be furnished with (3) complete sets of cabinet prints. All cabinet wiring, and layout shall come on (1) El size sheet, multiple pages shall not be allowed. Upon request (1) 111 CDROM with AutoCAD v2008 cabinet drawing for the cabinet wiring. I Controller Unit (CU) (Part of new section- 9.29.14) 1 General Description I This specification describes the minimum requirements for a traffic controller. The controller shall be configurable to meet, at a minimum, all applicable sections of the referenced NEMA Standards. 1 , 2 Hardware t 2.1 Required Standards Traffic signal controller shall meet the applicable standards as described herein. p Equipment supplier shall provide a letter from an independent testing laboratory certifying controller compliance to the standards and specifications referred to in this section. 2.1.1 NEMA TS2 Standard. I 2.1.2 ATC 5.2b Specification 2.2 Configurations 1 2.2.1 It shall be possible to configure the controller for multiple configurations: I W. Valley Middle School Vicinity Imp. # 2380 127 2 2.1.1 ATC NEMA Configuration. ' 2 2.1.2 It shall be possible to configure the controller to comply the NEMA ATC 5 2b specification. ' 2.2.2 TS -2 Type 2 NEMA Configurations. It shall be possible to initially setup the controller for a NEMA TS -2 Type 2 configuration without ATC compliance. 2.2.3 The controller shall be suitable for both a direct parallel connection to load switches and detectors and an SDLC port to communicate with NEMA BIUs 2.2.4 Vendor shall provide a field upgrade kit to easily upgrade a Standard NEMA Configuration to a compliant ATC Configuration. 2.3 Central Processor Unit (CPU) or Engine Board In addition to NEMA requirements, the CPU shall provide the following 1 2.3.1 Linux Operating System with runtime license and Kernel x.y.z. 2.3.2 MPC 8270 microprocessor operating at 266 MHz 2.3.3 64 Megabytes minimum dynamic random - access memory (DRAM). 1 2.3.4 512 Megabytes minimum FLASH memory organized as a disk drive. 2.3.5 2 Megabytes minimum static random - access memory (SRAM). 2.3.6 Time of Day (TOD) clock with hours, minutes, seconds, month, year, and ' automatic day- light savings time adjustment. TOD may be implemented in the CPU via electronic circuitry, operating system software, or a combination. 2.3.7 During power failures, the SRAM and TOD shall be powered by STANDBY voltage from the power supply. 2.4 ATC Communications Module 2.4.1 The ATC Communication module shall be a plug -in type module 2.4.2 The ATC Communication module shall provide the following communications options 2.4 2 1 Four built -in USB 2.0 ports. ' 2.4.2.2 Built -in 10 Base -T Ethernet with four RJ -45 connectors. 2.4 2.3 Built -in 9pin EIA -574 SP8 Port for GPS connection. W. Valley Middle School Vicinity Imp. # 2380 128 ' 1 1 2 4.2.4 Built -in 8MB Data key Port. ' 2.4.2.5 Dedicated normally flashing red `CPU Active' LED to indicate CPU failure. 2.5 Power Supply 1 In addition to ATC 5.2b requirements, the Power Supply shall provide the following: 2.5.1 Line Frequency Reference signal shall be generated by a crystal oscillator, which shall synchronize to the 60 -Hz VAC incoming power line at 120 and 300 degrees. A continuous square wave signal shall be +5 VDC amplitude, 8.333 mS half -cycle pulse duration, and 50 +/- 1% duty cycle. The Line Frequency Reference shall compensate for missing pulses and line noise during normal operation. The Line Frequency Reference shall continue through 450 mS power ' interruptions. 2.5.2 STANDBY voltage via super capacitor for backup power during Toss of service 1 voltage shall be provided. Super capacitor shall have a minimum of 15 -farad nominal size No batteries of any type are allowed. ' 2.6 Keyboard and Display In addition to ATC 5.2b requirements, Keyboard and Display shall provide the following: ' 2.6.1 Removable by pulling off, installed by pushing on, with retaining screw. 2.6.2 Emulation of terminal per Joint NEMA/AASHTO /ITE ATC Standard. 2.6.3 Key quantity and function per Joint NEMA/AASHTO /ITE ATC Standard 2.6.4 Liquid Crystal Display (LCD) with 16 lines of 40 characters. 2.6.5 LCD contrast adjustment accomplished via the keypad, no contrast knob allowed. 2.6.6 Light- emitting diode backlight for the LCD. 2.6.7 Audible electronic bell. ' 2.6.8 Connector compatible with C60 of Joint NEMA/AASHTO /ITE ATC Standard, with the addition of +5 VDC supplied by the controller on C60, Pin 1 t 2.6.9 Keyboard and display may be removed for cost savings by the Agency. 2.6.10 To reduce errors, it shall be possible to view the active status screens simultaneously with other programming menu screens. 2.6.11 It shall be possible to assign a specific menu screen to one of the available function but- tons on the keyboard. W. Valley Middle School Vicinity Imp. # 2380 129 2.6.12 The operator shall be able to evoke a context sensitive help screen using a clearly identified HELP button. 2.6.13 For ease of operation for first responders and agency staff, the controller shall provide a clearly identified Auxiliary ON /OFF switch on the keypad 2.7 Communications ' In addition to ATC 5.2b requirements, the controller shall provide the following: 2.7.1 Built -in 10 Base -T Ethernet with five RJ -45 connectors on controller front panel. 2.7.2 Built -in Internet Protocol (IP) address assigned by Institute of Electrical and ' Electronic Engineers (IEEE), two unique IP addresses for each controller. 2.7.3 Built -in 1200 bps Frequency Shift Keying (FSK) modem. Modem is optional per Agency specification Choice of 2 or 4 wire operation per Agency specification. 2.7.4 Built -in EIA -232 port for uploading and downloading applications software, as well as to update the operating system. 2.7.5 Built -in C60 connector for use with removable Keyboard and Display, Personal Computer COM1 or Personal Digital Assistant (PDA) C60 protocol per Joint NEMA/AASHTO /ITE ATC standard. ' 2.7.6 Four built -in USB 2 0 ports on controller front panel. 2.8 Enclosure In addition to the ATC 5.2b requirements, the controller housing shall provide the following 2.8.1 One slot with card guides for standard Joint NEMA/AASHTO /ITE ATC modems. ' The modems are optional, per Agency specification 2.8.2 Polycarbonate construction, except back panel, rear mounting tabs and power ' supply mounting plate shall be aluminum for electrical grounding 2.8.3 Built -in carrying handle ' 2.8.4 Two adjustable front mounting feet, used to raise the front cables and vary the display viewing - angle. It shall function with Next - Phase, SEPAC and SE -MARC software. The CU shall be a SIEMENS model M60 ATC, or approved equivalent. ' Local Intersection Software The controller shall come with SEPAC Version 3.5x local intersection software W Valley Middle School Vicinity Imp. # 2380 130 ' 1 I Program Device A program device needs to be provided for configuration of the controller database. The program device shall meet the specifications per the manufacture requirements. 1 Ethernet Switch System Architecture — Overview I The traffic interconnect network element (network element) is required to operate on existing copper pair facilities that are part of the traffic interconnect communications network. The network element will support G.SHDSL.bis line encoding and decoding with signal processing capabilities to extend the rate and reach of the transmitted signals in the presence of external I interference. Line rates per pair must be able to operate at a rate of up to 15+ Mb /s symmetrical with the ability to bond multiple pairs. The bonding protocol of the Network element must comply with the EFM /G.bond standards. I The network element will have the capability to bond copper pairs operating in an east and west direction supporting linear add drop networking. The network element must have the I ability to continue operating over a single copper pair even if all other pairs have been damaged In addition the system must be able to return to normal working status and highest available bandwidth once the damaged copper pairs are restored without intervention from a I field technician. The network element must have the ability to be configured in a point to point, point to multi point, and daisy chain configuration. I An integrated and fully managed multi -port Ethernet switch is required to perform the add drop function. This multi -port Ethernet switch must have the capability of port prioritization. I The switch must have the ability to support current and future applications to include simultaneous deployment of traffic controller, Camera(s), WAP, and DMS. I The unit must be DIN rail mountable. Enhanced Signal Processing and System Resiliency Signal processing will include at a minimum coordinated line management to enable I maximum rate and reach performance of each copper pair working together in a bond copper pair configuration. In the event of an individual copper pair failure the system will remain in operation with a minimal impact on the existing working pairs Integrated Ethernet Switching Capabilities Each network element will include an integrated managed Ethernet switch capable of I providing six 10/100 ports to communicate with various devices within a traffic controller cabinet and one port for local management. The integrated Ethernet Switch will also offer the following Local Area Network capabilities: 1 • Dynamic Bridging: IEEE 802.1, 8K MAC addresses • Discovery Mechanisms: LLDP • VLAN Tagging: IEEE 802.1Q I • Double Tagging: Q -in -Q • RSTP, STP: IEEE 802.1d • Link Aggregation: IEEE 802.3ad I • Provider Bridges: IEEE 802 1ad • IGMP snooping: IGMP V1/V2 • OAM IEEE 802.3ah clause 57 (EFM OAM), IEEE 802.1ag, ITU Y 1731, Ethernet loopback 1 with MAC swap I W. Valley Middle School Vicinity Imp. # 2380 131 1 Quality of Service I • Classes of Service 4 • Scheduler WFQ, SP • Classification L2 802.1 p/Q priorities I L3 ToS /DiffSery Integrated Optics I Each network element will have the two optical interface ports operating up to a 100/1000 Mb /s line rate. The fiber ports via SFP optical plug -in modules will be capable of working in conjunction with both high speed links (East and West) In addition, if the network is later upgraded from copper to fiber backhaul, the system 1 must be able to support the fiber connection, and continue to provide existing Ethernet services over existing hardware. This will allow for a fiber upgrade without replacing the existing hardware. 1 Network Management For continual ease of operation and maintenance of low operating expenses, the network I elements will need support from both a Craft Graphical User Interface and an Element Management System that can be located at the Traffic Operations center or any other appropriate location. Management Protocols I Management Applications • EMS MetaASSIST EMS t • Craft GUI: MetaASSIST View Protocols • SNMP SNMP V3, V2C, V1 III • IP addresses IPV4 and IPV6 • Command Line Interface: TL1, CLI • Remote Access: Telnet ' • Secure Access (option): SSH v2 • Time Synchronization: SNTP v3 • Web Access: HTTP I • File transfer: FTP, TFTP • IEEE 802.3ah EFM OAM: Dying Gasp • User Authentication: RADIUS and /or local passwords 1 Front Panel Indicators (LEDs) • Power I • Status • Alarm • MLP • ACT (Activity) I • LNK (Link) Environmental I • Operating Temp. -40° to +74 °C • Storage Temp. -40° to +85 °C • Relative humidity: Up to 95 %, non - condensing' 1 Regulatory Approval /Certifications Metro Ethernet Forum I • CE 1.0 -MEF9, 14 W. Valley Middle School Vicinity Imp. # 2380 132 1 ' Safety • UL 60950, CSA C22.2 60950 • EN 60950, IEC 60950 U EMC • FCC Part 15 Class A • ICES -003 Class A • ETSI EN 300 386 Class A • ETSI ETS 300 132 -2 • ITU -T K.21, K.45 ' CE • EMC and Safety Environmental • ETSI ETS 300 019 • NEMA 4 Thermal ' Wireless Interconnect GENERAL REQUIREMENTS All radios must meet FCC part 15 and IC RSS -210 rules /regulations. Radios must support and provide the following wireless protocols • IEEE 802.11a (Orthogonal Frequency Division Multiplexing) 1 • Proprietary Wireless Protocol ' Radios shall be available as an Integrated Panel Antenna, Access Point Cluster (4 radio modules), Dual (2 radio modules) or Stand -Alone Enclosure (1 or 2 radio modules). Radios must be configurable as an Access Point, Remote Station, Repeater or Mesh Node. ' Integrated and stand -alone radios must consume less than 8 watts of power per unit. Radios must be configurable using network monitoring software. Software must include a complete toolset to assist in advanced network monitoring and radio configuration. Radio software must be capable of monitoring real time bi- directional data. The software must utilize drag and drop radio programming, and Microsoft SQL Server for managing radio and wireless network information. Radios must include Adaptive Modulation, Dynamic Frequency Selection, Automatic Transmit ' Power Control — RF Zink is monitored to automatically adjust the data rate to optimize the maximum link performance Radios shall meet IP67 and exceed NEMA environmental specifications with performance ' testing over operating temperatures of -40° to +85 C. Radios will include a Power - over - Ethernet (PoE) Injector with surge protection, 160ft of outdoor -rated Ethernet cable and a mounting bracket. Suppliers and product manufacturing must be located in the United States of America. DETAILED REQUIREMENTS Operating Frequency: • 5 150 — 5 825 GHz RF Data Rate: ' • Up to 108Mbps (per radio module) Receiver Sensitivity: • -74 to -94 dBm Radio Output Power: W. Valley Middle School Vicinity Imp. # 2380 133 1 • Up to 28dBm — 600mW 1 Channel Width: • 5, 10, 20, 40MHz Typical Range: • Range at 54Mbps — up to 20 miles — LOS 1 Power- over - Ethernet (PoE) Injector: • Surge Protection included in the injector Antenna Type: • Type N(F) — stand -alone solution • 23dBi — integrated panel solution • 19dBi — sector antenna solution 1 Network Operating Modes: • Point to Point • Point to Multipoint • Mesh Support the following IEEE Networking Features: • 802.11e (WMM & QoS) 1 • 802 11h (DFS & TPC) • 802 1d (Ethernet Bridging) • 802.1p (Traffic Prioritization) • 802 1q (VLAN) • 802.1s (Spanning Tree) • 802.1w (Rapid Spanning Tree) • 802 3ab (Gigabit Ethernet —AP Cluster Radios) • 802 3ac (802.1q & 802p support) • 802.3ad (Link Aggregation) • 802 3i (10Mbps Ethernet) • 802 3u (100Mbps Ethernet & Auto - Negotiation) • 802.3x (Full Duplex and Flow Control) • 802.3z (1 Gb Ethernet & Auto Negotiation) Compliance: • FCC Part 15, Industry Canada RSS -210 Malfunction Management Unit (MMU) W Valley Middle School Vicinity Imp. # 2380 134 1 1 I The cabinet shall come with a (MMU) that meets all the requirements of NEMA TS2 -2003 while remaining downward compatible with NEMA TS1. It shall have (2) high contrast LCD displays and an internal diagnostic wizard. It shall come with a 10/100 ethernet port. It shall I come with software to run flashing yellow arrow operation. The MMU shall be an Eberle Design, Inc. model MMU2- 16LEip or approved equivalent. I Load Switch The cabinet shall come with (16) load switches. All load switches shall be discreet type and have LED indications for both the input and output side of the Toad. The load switches shall I be PDC model SSS -861/0 or approved equivalent. Flasher 1 The cabinet shall come with (1) flasher. The flasher shall be discrete type and have LED indications. The flasher shall be PDC model SSF -86 -3 or approved equivalent. Flasher Transfer Relay 1 The cabinet shall come with (8) heavy duty flash transfer relays. The relays shall be Detrol Controls model 295 or approved equivalent. I Power Supply (PS) The cabinet shall come with a shelf mounted cabinet power supply meeting at minimum TS 2 -2003 standards. It shall be a heavy duty device that provides +12VDC at 2 Amps / +24VDC I at 2 Amps / 12VAC at .25 Amp, and line frequency reference at 50 mA. The power supply shall provide a separate front panel indicator LED for each of the four outputs. Front panel banana jack test points for 24VDC and logic ground shall also be provided. The power supply I shall provide 2A of power and be able to cover the Toad of two (2) complete detector racks. The (PS) shall be Eberle Design, Inc. model PS200 or approved equivalent. I Loop Amplifiers The cabinet shall come with (8) 4- channel rack mounted loop amplifiers. These devices shall have LCD displays and be capable of monitoring the call strength from (4) channels I simultaneously via a pie graph on the front panel. These devices must have the capability to perform directional logic and 3rd car queuing for protected /permissive operation. The loop amplifiers shall be Eberle Design, Inc. model ORACLE4e or approved equivalent. 1 Opticom The cabinet shall come with (1) 4- channel rack mounted optical phase selector. This device I shall be capable of receiving encoded signals from Opticom series 700 emitters and detectors, or approved equivalents. The Opticom phase selectors shall be Global Traffic Technologies model 764, or an approved equivalent. (1) OpticomTM 768 auxiliary interface p panel, or approved equivalent, shall be included for each Opticom phase selector supplied. I BBS System (Optional) The cabinet shall come with a complete uninterruptable power system (BBS) which shall include at a minimum a UPS module with SNMP, ATS assembly, batteries, battery heater I mats, battery cables and a battery management system. All other ancillary equipment for a complete functioning UPS system shall be included The key BBS system components include the following: I W. Valley Middle School Vicinity Imp. # 2380 135 1 UPS Module ' The cabinet shall come with (1) FXM 1100W uninterruptible power supply that supplies clean reliable power control and management. It shall have Automatic Voltage Regulation (AVR), an Ethernet SNMP interface and a control and power connection panel that is rotatable for viewing in any vertical or horizontal orientation It shall have nominal dimensions of 5.22" x 15.5" x 8.75" and come with mounting brackets. The UPS module shall be an Alpha model 017 - 201 -23 or equivalent. 1 UATS /UGTS Assembly The cabinet shall come with (1) universal automatic transfer switch and universal generator transfer switch connected between the UPS module and the batteries. It shall have surge protection, have dimensions of 3.25" x 15.5" x 6 00" and come with mounting brackets The ATS module shall be an Alpha model 020 - 168 -25 or equivalent. UPS Batteries The cabinet shall come with (4) high performance silver alloy sealed valve regulated lead acid AlphaCellTM GXL Gel Cell batteries with 109Ah runtime The BBS batteries shall be Alpha model 220GOLD -HP or equivalent. UPS Battery Harness The cabinet shall come with (1) battery cable (10) foot long wired for (4) batteries The battery harness shall be Alpha model 740 - 628 -27 or equivalent. Battery Management System The cabinet shall come with AlphaGuardTM battery charge management system which extends battery operational life. It shall be an Alpha model 012 - 306 -21 or equivalent. 9 - 29.16 Vehicle Signal Heads Supplement this section with the following - The contractor shall install eight (8) new three - section vehicle signal head assemblies (12 "- G/Y /R balls), and eight (8) new three - section FYLTA (12" left- turn - "Flashing Yellow Left Turn Arrow "). All vehicle signals shall be mounted VERTICALLY unless noted otherwise. ALL vehicle signals shall have "12 inch" sections " - to house 12 Inch LED GELCORE, or 1 approved equivalent, signal indications. Standard Specifications apply —NO 8 inch signal sections shall be allowed. (See also the other applicable Special Provision section for the LED's only.) The signal housings, tunnel visors and standard 5" back - plates, shall all be aluminum, with a flat black, fully - powder coated finish (NO GREEN). All signal displays shall be Dialight, or approved equivalent, standard 12" LED modules. (Standard Specification 9- 29.16(2) A.) All new vertically mounted vehicle signal heads shall be attached to arms and poles with Type -N PELCO mounting and with locations, positions and orientations as shown on the plans, as well as all applicable WSDOT Standard Plans and /or City of Yakima project details. Otherwise, where it is noted on the Plans, existing mast -arm tenons shall be used to mount vehicle signal heads. *The four Type -3 Signal Poles- with mast arms & luminaire arms, are all existing and stocked at the City of Yakima, Public Works, Traffic Signal Shop/Yard. The contractor shall contact Doug Metz, City Signal Shop Supervisor, or his appointed designee, for equipment inventory and pick -up scheduling 9 -29.19 Pedestrian Push Buttons Supplement this section with the following W. Valley Middle School Vicinity Imp. # 2380 136 1 The contractor shall supply and install an ADA (Americans w/ Disabilities Act) and Federal Manual on Uniform Traffic Devices (MUTCD) compliant Audible /Tactile pedestrian push button system as shown on the plans and as described below. The Polara 2 - Wire Navigator Accessible (Audible/Tactile) Pedestrian Push Button System is an example of one such system approved for this project. The Audible - Tactile Pedestrian Push Button system shall be a "2 -wire controlled" (per station) pedestrian push button system approved for urban traffic signal installations with actuated pedestrian service. The system shall include the following components, features, and capabilities: Push Button Station (PBS) M The PBS push button assembly, part of each separate push button station (PBS), shall have an ADA - compliant 2 -inch diameter push button with raised vibrating tactile directional arrow, and it shall have the ability to produce a variety of audible sounds during all pedestrian cycles. The sounds are emitted out from behind the unit via a recessed weatherproof speaker with a vandal resistant screen. The PBS push button shall have a sunlight visible LED, which latches "ON" to confirm the button has been I pushed. The raised vibrating tactile arrow shall point in the direction pedestrians are to walk. (IE: PBS push button unit installs 90 degrees in rotation from standard H- bracket style push buttons.) A custom voice -on- location message can be provided with an extended push of the button. The message shall give information about the intersection and street being crossed. The PBS Push Buttons shall be rated for 100 million+ operations with > 2 Ib. actuation force. PBS push button failures or system failures shall default to transmitting a constant pedestrian call, and, the PBS shall I allow extended push times from 1 to 4 seconds in 5- second increments —which shall be can be set when installed by the manufacturer or distributor field representative. The system's Audible / Tactile features are not ALL required- see WSDOT Standard Specifications and /or applicable Standard Plans. If included, they may provide the following features a locating tone, five field selectable WALK interval sound choices including Chirp, Cuckoo, and "Walk Sign Is On" voice message, three field selectable pedestrian - clearance sound choices, fixed and automatic volume adjustments, and special voice messages from extended push button activation, such as name of the street to be crossed and messages in alternate languages. The system shall have the ability to verbally countdown pedestrian clearance interval. The system shall have independent minimum and maximum volume settings for informational messages, locate sounds, clearance sounds and walk sounds The independent minimum and maximum volume settings shall be available for both standard and extended push operating conditions. The system shall be "self- testing" with the ability to obtain data from a remote (Central) site for real -time monitoring and system maintenance. Extended push priority (mutes entire intersection except selected crosswalk to minimize confusion caused by other sounds). All PBS stations shall have a synchronized Audible output so as to minimize audible confusion and clutter. All inputs and outputs shall be optically isolated, and the maximum volume dynamic range shall be 60 dB per push- button station (PBS.) Central Control Unit (CCU) The PBS shall function as part of an accessible pedestrian signal which also includes a Central Control Unit (CCU) and which shall be installed in the controller cabinet. The system shall require no modification to the pedestrian display. W. Valley Middle School Vicinity Imp. # 2380 137 11 The CCU shall be able to control up to 12 PBS's, three per phase and up to four 1 pedestrian phases It shall include additional general - purpose inputs and outputs for custom advanced /warning audible messages. All CCU inputs and outputs shall have full optical isolation and include transient voltage protection. The Push Button Stations and CCU shall be installed per manufacturer's installation instructions, shall include all auxiliary components and parts, including (but not limited to), required circuit boards, special system installation wires or conductors and connectors and /or other custom parts, hardware or components. Handheld Navigator- Configurator The system shall include a handheld remote programming unit (IE Polara Navigator - Configurator), which can be used after installation to program the PBS.stations and the CCU The system shall allow global configuration changes where one PBS can be set up and the changes can then be saved to the other Push Button Stations The handheld remote device (Configurator) shall remotely configure an individual PBS or all Push Button Stations using infrared communications. The remote unit shall be interactive such that the user can hear the selected sounds and volumes when configuring the PPB Stations One handheld remote shall be supplied complete with required batteries. Custom Message and Sound Options Custom - programmable "emergency- related" or other special messages shall be optionally available from the manufacturer if requested by the Traffic Engineer Custom Locate Sound - Plays a sound at a selectable interval to assist a blind pedestrian in locating the Push Button Station. Custom Location Message(s) - message states street being crossed and cross street names, and other vital information to help pedestrian with location and direction. Custom Walk Message(s) - alerts pedestrians that the walk interval has begun and name of street being crossed. Custom Clearance Sounds /Countdown - Plays a sound to let pedestrians know they should clear intersection crosswalk. This optional tone typically would sound similar to the locate tone but is played at a faster rate or counts down the number of seconds in the clearance phase. Two custom messages available, both override all other sounds or messages and plays once every time its assigned input is activated on the Central Control Unit. The system shall include one hardcopy set of installation instructions, and one 1 Operating Manual hardcopy. Procedures for programming special voice messages and /or locator sounds /messages shall be provided by the manufacturer, if requested by the City of Yakima, Traffic Engineer. 9 -29.20 Pedestrian Signals Supplement this section with the following W Valley Middle School Vicinity Imp. # 2380 138 1 I 1 The contractor shall install eight new "Countdown" Pedestrian signals, such as Dialight- No 430 - 6479 -001, or approved equivalent, with standard 16" x 18" die -cast aluminum housings The modules shall be Light Emitting Diode (LED) type. The N "Countdown Numerals" and "HAND (Don't Walk) symbol shall be "Portland" Orange LED's ", and the LED "WALKING PERSON" symbol shall be Lunar White. The pedestrian signals shall be MUTCD and ADA compliant. The contractor shall install I the pedestrian signals at the locations shown on the plans, on Type -1 & Type -3 Signal Poles, with Type -E "clamshell" side -of -pole mounting. See WSDOT Standard Plans J- 20.16-02 & J- 20.16 -00 included in the construction documents. The pedestrian signals shall provide programmable "WALKING PERSON (symbol) and III "COUNTDOWN" -style pedestrian clearance intervals for all active pedestrian - service phases as follows. Pedestrian Phases 2 / 4 / 6 / 8. I 9- 29.20(1) LED Pedestrian Signal Display Modules Supplement this section with the following: II The surface of the lens shall be textured to reduce glare The supplied egg crate visors shall not be installed. I All pedestrian "HAND" and "COUNTDOWN NUMERALS" shall be Portland Orange and shall conform to current ITE standards for size, chromaticity and intensity. LED pedestrian "HAND" modules shall be manufactured with a matrix of AIInGaP LED U light sources All pedestrian walking "MAN" modules shall be Lunar White and shall conform to current ITE standards for size, chromaticity and intensity LED pedestrian walking "MAN" modules shall be manufactured with a matrix of InGaN I LED light sources. The "HAND" and walking "MAN" message bearing surfaces shall be filled, not outline, symbols and shall be side by side The LED pedestrian modules shall be operationally compatible with controllers and conflict monitors on II this project. Each LED pedestrian module shall be protected against dust and moisture intrusion per the NEMA Moisture Resistant STD 250 -1991 for Type -4 enclosures to protect all I internal components. The assembly, manufacturing, and mounting of the LED pedestrian module shall be designed to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration p from high winds and other sources. The manufacturer's name, trademark, serial number and other necessary identification shall be permanently marked on the backside of the LED pedestrian module. A label shall be provided on the LED I housing and the Contractor shall mark the label with a permanent marker to note the installation date. Each LED pedestrian module shall operate from a 60 +3 Hz AC line. Nominal I operating voltage for all measurements shall be 120 ±3 volts rms. The LED circuitry shall prevent flicker at less than 100 Hz over the voltage range specified above. Fluctuations in the line voltage specified above shall not affect luminous intensity by I more than ±10 %. The signal module on -board circuitry shall include voltage surge protection to withstand high- repetition noise transients and low- repetition high - energy transients as stated in Section 2.1.6, NEMA Standard TS -2, 1992. The I individual LED light sources shall be wired so that catastrophic failure of any one LED light source will result in the loss of not more than 20% of the signal module Tight sources. LED pedestrian signal modules shall provide a power factor of 0.90 or I greater when operated at nominal operating voltage, and 77 °C. Total harmonic distortion induced into an AC power line by an LED pedestrian module shall not exceed 20 %. Each LED pedestrian module and associated onboard circuitry shall I W Valley Middle School Vicinity Imp. # 2380 139 11 meet Federal Communications Commission (FCC) Title 47, Sub -Part B, Section 15 'I regulations concerning the emission of electrical noise Two secured, color coded, 600V, 20AWG minimum, jacketed wires, conforming to the National Electrical Code, rated for service at 221°C, are to be provided for electrical connection 11 9 -29.24 Service Cabinet (Electrical) Supplement this section with the following: The power service center for the traffic signal and four intersection luminaries shall be a stand -alone 120/240VAC, multi - enclosure electrical service The required electrical enclosures (boxes), and electrical meter base, shall make up a modified multi -panel ll electrical service assembly, erected on a unistrut support structure- which is set in a concrete foundation. It shall consist of a new 0 -200 Amp, Type- 120/240, single - phase electrical service with a meter base and a new 200 Amp, 2 -Pole, 120/240 -VAC, 6- position (minimum) electrical circuit - breaker panel. See the applicable Electrical Service- Project Detail, and refer to any corresponding WSDOT- Standard Plans for additional information & requirements related to electrical connections & components The service shall be inspected by the applicable local utility company, (Pacific Power II & Light) for approved location, temporary and final service drops, meter and service inspections and permits. The new service shall meet all applicable electrical codes. II 1 1 II 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 140 1 I (April 6, 2015) Standard Plans U The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21- 01 transmitted under Publications Transmittal No. PT 14 -046, effective August 4, 2014 is made a part of this contract. The Standard Plans are revised as follows. A -40.20 I Plan Title, Bridge Transverse Joint Seals is revised to read: Bridge Paving Joint Seals Note 3, replace the phrase "sawing out" with "saw cutting" Add Note 4. For Details 1, 2, 3, and 4 the item "HMA Sawcut and Seal" shall be used for I payment. For Details 5 and 6, the item "Paved Panel Joint Seal" shall be used for payment. For Detail 7, the item "Sealing Existing Longitudinal and Transverse Joint" shall be used for payment. I Details 5 and 6, callout "Waterproofing Membrane (Deck Seal)" delete "(Deck Seal)" A -50.10 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C -14a is revised to C -70.10 I A -50.20 Sheet 2 of 2, Plan, with Anchored Barrier, reference C -14a is revised to C -70.10 1 A -50.30 Sheet 2 of 2, Plan (top), reference C -14a is revised to C -70.10 1 A -60.10 Sheet 2, Section B, callout, WAS - "New Tie Bar - #5 x 30" (IN) Epoxy Coated Reinforcing Bar" is revised to read "New Tie Bar - #5 x 30" (IN)" I B -10.20 and B -10.40 Substitute "step" in lieu of "handhold" on plan I B -15.60 Table, Maximum Knockout Size column, 120" Diam., 42" is revised to read; 96" 1 B -25.20 Add Note 7 See Standard Specification Section 8 -04 for Curb and Gutter requirements 1 B -55.20 Metal Pipe elevation, title is revised to read; "Metal Pipe and Steel Rib Reinforced Polyethylene Pipe" I B -90.40 Offset & Bend details, add the subtitle, "Plan View" above titles 1 CC = 1 Assembly Detail, Steel Post, (post) callout - was - "W6 x 9 or W6 x 15" is revised to I read; "W6x8.5 or W6 x 9 or W6 x 15" C-la General Note 1, first sentence, was - "Type 10 post shall be 6x8 timber or W6x9." Is 1 revised to read; "Type 10 post shall be 6 x 8 timber, or W6 x 9 or W6 x 8.5 steel." I W. Valley Middle School Vicinity Imp. # 2380 141 1 C -1 b General Note 3, first sentence, was - "W6x9 steel posts and timber blocks are alternates for 6 x 8 timber posts and blocks." Is revised to read; "W6 x 8 5 or W6 x 9 steel posts and timber blocks are alternates for 6 x 8 timber posts and blocks." Sheet 2, steel post detail, dimension, was - "1 1/8" for W6x9" is revised to read; "1 1/8" for W6 x 9 or W6 x 8.5" C -10 General Note 1, first sentence, was - "Length of W8 x 35 and W6 x 9 shall be determined by measurement from top of ground to top of grout pad " Is revised to read, "Length of W8 x 35 and W6 x 8 5 or W6 x 9 shall be determined by measurement from top of ground to top of grout pad." Sheet 1, Post Base Plate Detail, callout, was - "W6 x 9" is revised to read; "W6 x 8.5 or W6 x 9" Sheet 1, Box Culvert Guardrail Steel Post Type 2 detail, callout, was - "W6 x 9 Steel Post" is revised to read," "W6 x 8.5 or W6 x 9 Steel Post" Sheet 1, Post Anchor Attachment Detail, callout, was - "W6 x 9 - See Note 1" is revised to read; "W6x8.5orW6x9-r See Note 1" Sheet 1, Detail A, callout, was - "W6 x 9 Steel Post - See Note 1" is revised to read, "W6 x 8 5 or W6 x 9 Steel Post - See Note 1" Sheet 2, Box Culvert Guardrail Steel Post Type 1, callout, was - "W6 x 9 x 27 5" Steel Post" is revised to read, "W6 x 8.5 x 27.5" (IN) or W6 x 9 x 27.5" (IN) Steel Post" Sheet 2, Detail B, callout, was - "W6 x 9 x 27.5" Steel Post" is revised to read, "W6 x 8.5 x 27 5" (IN) or W6 x 9 x 27.5" (IN) Steel Post" 1 C -16a Note 1, reference C -28.40 is revised to C -20.10 C -16b Note 3, reference C -28 40 is revised to C -20.10 C -20.10 1 Typical Section - without Curb & Typical Section - with Curb, callout, was - "6 x 8 Timber Post or W6 x 9 Steel Post (See Notes 1 & 5)" is revised to read; "6 x 8 Timber Post, or W6 x 8.5, or W6 x 9 Steel Post (See Notes 1 & 5)" Wood Block, Plan View, callout, was - "6 x 8 Timber Post or W6 x 9 Steel Post (See Notes 1 & 5)" is revised to read, "6 x 8 Timber Post, or W6 x 8.5 or W6 x 9 Steel Post (See Notes 1 & 5)" Isometric View, callout, was - "6 x 8 Timber Post or W6 x 9 Steel Post (Typ.)" is revised to read, "6 x 8 Timber Post, or W6 x 8 5 or W6 x 9 Steel Post (Typ)" Isometric View, callout, was - "W6 x 9 x 6' Long Steel Post (See Notes 1 & 5)" is revised to read; "W6 x 8.5 x 6' (FT) or W6 x 9 x 6' (FT) Long Steel Post (See Notes 1 & 5)" C -20.40 Plan View, Elevation View and Span with Headwall Detail, callout, was - "6 x 8 Timber Post or W6x9 Steel Post (Typ) (See Note 3)" is revised to read; "6 x 8 Timber Post, or W6 x 8.5 or W6 x 9 Steel Post (Typ.) (See Note 3)" C -20.41 1 Plan View, Box Culvert Post detail and Section A, callout, was - "W6 x 9 Steel Post" is revised to read; "W6 x 8.5 or W6 x 9 Steel Post" C -20.42 Case 22A -31 (Plan View), callout, was - "6 x 8 Timber Post or W6 x 9 Steel Post (Typ.)" is revised to read; "6 x 8 Timber Post, or W6 x 8.5 or W6 x 9 Steel Post (Typ.)" W. Valley Middle School Vicinity Imp. # 2380 142 1 1 C -22.14 Plan, callout, was - "Location of Post (Without Block) -- W6 x 9 Steel Post Only" is I revised to read; "Location of Post (Without Block) - W6 x 8.5 or W6 x 9 Steel Post Only" Elevation, callout, was - "Location of Post (Without Block) - W6 x 9 Steel Post Only" is revised to read, "Location of Post (Without Block) - W6 x 8.5 or W6 x 9 Steel Post Only" 1 C -22.16 Plan, 2x callout, was - "W6 x 9 Steel Post Only (without Block)" are revised to read; "W6 x 8 5 or W6 x 9 Steel Post Only (without Block)" I Elevation, callout, was - "Location of Posts without Blocks - W6 x 9 Steel Posts Only" is revised to read, "Location of Posts without Blocks W6 x 8.5 or W6 x 9 Steel Posts Only" 1 C -22.41 Note 4, Third sentence, Was - "A maximum flare rate of 25 : 1 or flatter over the length I of the terminal is allowed for the SKT -MGS (TL -3)." Is revised to read; "A maximum flare rate of 25 : 1 or flatter over the length of the terminal is allowed for the SKT -MGS (TL -3), with a maximum offset of 7.4" (in) over 50' (ft)." 1 Plan View, dimension callout, was - "(SEE NOTE 5)" is revised to read; "(SEE NOTE 4)" C -25.18 I General Note 6, was - "Posts 1 and 2 are 10 x 10 timber posts or W6 x 15 steel posts: 7' - 6" long. Posts 3 through 9 are 6 x 8 timber posts or W6 x 9 steel posts: 6' - 0" long." Is revised to read; "Posts 1 and 2 are 10 x 10 timber posts or W6 x 15 steel posts: 7' - 6" I long Posts 3 through 9 are 6 x 8 timber posts, or W6 x 8.5 or W6 x 9 steel posts 6' - 0" long." C -25.20 1 ~ elevation view, dimension, was - " "W6 x 9 6' - 0" Long Steel Post with 6 x 12 Block" is revised to read; "W6 x 8.5 or W6 x 9 6' - 0" Long Steel Post with 6 x 12 Block" I C -25.22 elevation view, dimension, was - " "W6 x 9 - 6' - 0" Long Steel Post with 6 x 12 Block" is revised to read; "W6 x 8.5 or W6 x 9 - 6' - 0" Long Steel Post with 6 x 12 Block" 1 C -25.26 elevation view, dimension, was - " "W6 x 9 6' - 0" Long Steel Post with 6 x 12 Block" is I revised to read, "W6 x 8.5 or W6 x 9 - 6' - 0" Long Steel Post with 6 x 12 Block" F -10.12 Section Title, was - "Depressed Curb Section" is revised to read: "Depressed Curb and 1 Gutter Section" G -20.10 I Multiple Sign Post Installation in Ditch Section, dimension "7' MIN." is revised to read; "3' MIN ", add dimension at third post on the right, add dimension from post and backslope junction vertically to under side of the sign, callout = "7' MIN." 1 G -50.10 Delete - Plan View (bottom center of sheet) 1 Delete - Mounting Bracket and Steel Strap Detail Add Note 5, "5. For signs installed back to back on a single post no bracing is required." W. Valley Middle School Vicinity Imp. # 2380 143 1 G -60.10 1 Sheet 4, Screen Detail, callout - "drill and Tap for 1 /4" diameter Cap Screw - Spacing approx. 9" o.c ASTM F593, w/S S. washer Liberally coat the threads with Anti -seize compound (TYP.)" is revised to read " *Drill and Tap 1 /4" (IN) Diam. x 1" (IN) Cap Screw with washer - space approx.. 9" o c. - Liberally coat threads with Anti -seize compound (TYP. )" Add Boxed note: * Bolts, Nuts, and washers - ASTM F593 or A193 Type 304 or T YP e 316 Stainless Steel (S.S.) G -60.20 Side View, callout, "Anchor Rod - 1 -3/4" Diam. x 4' -4" Threaded 8" Min Each End, W/ 2 Washers & 4 Heavy Hex Nuts - Galvanize Exposed Anchor Rod End for 1' -0" Min." is revised to read; "Anchor Rod - 1 -3/4" Diam. x 4' -4" Threaded 8" Min. Each End, W/ 2 Washers & 6 Heavy Hex Nuts - Galvanize Exposed Anchor Rod End for 1' -0" Min " G -60.30 1 End View, callout, "Anchor Rod - 1 -3/4" Diam. x 4' -4" Threaded 8" Min Each End; W/ 2 Washers & 4 Heavy Hex Nuts - Galvanize Exposed Anchor Rod End for 1' -0" Min." is revised to read; "Anchor Rod - 1 -3/4" Diam x 4' -4" Threaded 8" Min Each End, W/ 2 Washers & 6 Heavy Hex Nuts Galvanize Exposed Anchor Rod End for 1' -0" Min." G -70.10 Sheet 4, Screen Detail, callout - "drill and Tap for 1 /4" diameter Cap Screw - Spacing approx. 9" o c. ASTM F593, w/S S washer Liberally coat the threads with Anti -seize compound (TYP )" is revised to read. " *Drill and Tap 1 /4" (IN) Diam. x 1" (IN) Cap Screw with washer - space approx.. 9" o.c. - Liberally coat threads with Anti -seize compound (TYP )" Add Boxed note * Bolts, Nuts, and washers - ASTM F593 or A193 Type 304 or Type 1 316 Stainless Steel (S S.) H -70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1 -70 10 is revised to H -70 10 J -3b Sheet 2 of 2, Plan View of Service Cabinet, Boxed Note, "SEE STANDARD PLAN J- 60..." is revised to read: "SEE STANDARD PLAN J -10 10 .." Sheet 2 of 2, Plan View of Service Cabinet Notes, references to Std Plan J -9a are revised to J -60.05 (3 instances) Sheet 2 of 2, "Right Side of Service Cabinet" detail, callout, "1 5/8" x 2 7/16" 12 GA. 1 SLOTTED STEEL CHANNEL BRACKETS (3 REQ'D), EMBED 12 "MIN. IN FOUNDATION." Is revised to read: "1 -5/8" x 3 -1/4 ", 12 GA. BACK TO BACK SLOTTED STEEL CHANNEL BRACKETS (3 REQ'D), EMBED 12" MIN IN FOUNDATION" J -10.22 1 Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp - 120/277 volt "T" rated). Is revised to read: "Test Switch (SPDT snap action, positive close 15 amp - 120/277 volt "T" rated) " 1 W. Valley Middle School Vicinity Imp. # 2380 144 1 J -20.11 Sheet 2, Foundation Detail, Elevation, callout - "Type 1 Signal Pole" is revised to read: "Type PS or Type 1 Signal Pole" Sheet 2, Foundation Detail, Elevation, add note below Title, "(Type 1 Signal Pole Shown)" J -22.15 1 Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6' -0" J -28.50 ' Section D, callout, was - Backup Strip (ref to key note 3) is revised to read; "Continuous Backup Strip (ref. to key note 3)" Key Note 3, was - '/4" Thick, or No thinner than pole wall thickness. Tack weld or seal ' weld to Base plate Is revised to read; "1/4" Thick, or No thinner than Pole wall thickness. Tack weld in root or continuous seal weld to Base plate or Pole wall." 1 J -28.70 Detail C, dimension, 2" MAX. is revised to read 1" MAX. Detail D, dimension, 2" MAX. is revised to read: 1" MAX. 1 J -29.10 Galvanized Welded Wire Mesh detail, callout - "Drill and Tap for 'A" Diam. Cap Screw, 3 Places, @ 9" center, all 4 edges S S. Screw, ASTM F593 and washer" Is revised to read, " *Drill and Tap 1 /4" (IN) Diam. x 1" (IN) Cap Screw with washer - space approx.. 9" o.c. -- Liberally coat threads with Anti -seize compound (TYP.)" 1 Add Boxed note * Bolts, Nuts, and washers - ASTM F593 or A193 Type 304 or Type 316 Stainless Steel (S.S.) 1 J -29.15 Title, "Camera Pole Standard" is revised to read; "Camera Pole Standard Details" 1 J -29 -16 Title, "Camera Pole Standard Details" is revised to read; "Camera Pole Details" J -60.14 All references to J -16b (6x) are revised to read; J -60.11 1 J -90.10 Section B, callout, "Hardware Mounting Rack - S. S. 1 -5/8" Slotted Channel" is revised to read: "Hardware Mounting Rack (Typ.) Type 304 S. S. 1 -5/8" Slotted Channel" 1 J -90.20 Section B, callout, "Hardware Mounting Rack (Typ.) S. S. 1 -5/8" Slotted Channel" is revised to read: "Hardware Mounting Rack (Typ) - Type 304 S. S. 1 -5/8" Slotted 1 Channel" K -80.10 Sign Installation (Fill Section), dimension, 6' TO 12' MIN. is revised to read: 12' MIN. Sign Installation (Sidewalk and Curb Section), dimension, 6' TO 12' MIN. is revised to read: 12' MIN. 1 Sign Installation (Behind Traffic Barrier Section), Delete dimensions - 6' TO 12' MIN. and 6' MIN. W. Valley Middle School Vicinity Imp. # 2380 145 1 Sign with Supplemental Plaque Installation (Fill Section), dimension, 6' TO 12' MIN is revised to read 12' MIN Sign Installation (Ditch Section), dimension, 6' TO 12' MIN. is revised to read: 12' MIN. Delete dimension - 6' MIN. K -80.30 In the NARROW BASE, END view, the reference to Std Plan C -8e is revised to Std. 1 Plan K -80 35 L -20.10 Sheet 1, Type 3 elevation view, callout, was "Knuckled Selvage (Typ )" located at the top 1 of the fence elevation, is revised to read, "Twisted and Braided (Typ.)" Sheet 2, Type 3, elevation view, callout, was "End or Corner (Brace) Post" is revised to read, "End or Corner Post" Sheet 2, Type 4, elevation view, callout, was "End or Corner (Brace) Post" is revised to read; "End or Corner Post" The following are the Standard Plan numbers applicable at the time this project was 1 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- 10.10- 00..... 8/7/07 A- 30.35 -00. ..10/12/07 A -50 20 -01 9/22/09 A- 10.20 -00 10/5/07 A -40 00 -00 . 8/11/09 A- 50.30 -00.. ...11/17/08 A- 10.30 -00 10/5/07 A -40 10 -02 . . 6/2/11 A-50.40-00. ...11/17/08 A-20.10-00 8/31/07 A -40 15- 00..... 8/11/09 A- 60.10 -02 .... 6/17/14 A-30 10-00... 11/8/07 A- 40.20 -02. 5/29/13 A- 60.20 -02 6/2/11 A -30 15 -00 11/8/07 A- 40.50 -01. 6/2/11 A -60 30 -00 11/8/07 A -30 30 -01 . 6/16/11 A- 50.10 -00 11/17/08 A -60 40 -00 . 8/31/07 B- 5.20 -01. 6/16/11 B- 30.50- 01.... ..4/26/12 B- 75.20 -01. 6/10/08 1 B -5 40- 01.... 6/16/11 B- 30.70 -03 4/26/12 B- 75.50 -01 . 6/10/08 B -5 60 -01 ...6/16/11 B- 30.80 -00 . ...6/8/06 B- 75.60 -00 ....6/8/06 B- 10.20 -01. ....2/7/12 B- 30.90 -01 ..9/20/07 B- 80.20 -00... ...6/8/06 B- 10.40 -00.. . .6/1/06 B- 35.20 -00 6/8/06 B -80 40- 00.... . 6/1/06 B- 10.60 - 00......6/8/06 B -35 40 -00 . ...6/8/06 B- 82.20 -00. 6/1/06 B- 15.20- 01.... 2/7/12 B- 40.20 -00. 6/1/06 B- 85.10 -01 .6/10/08 B- 15.40 - 01.......2/7/12 B- 40.40 -01 6/16/10 B -85 20- 00.... .. 6/1/06 B -15 60 -01 . ....2/7/12 B -45 20 -00 . .. 6/1/06 B- 85.30 -00. 6/1/06 B- 20.20- 02.... 3/16/12 B -45 40- 00...... 6/1/06 B- 85.40 -00. 6/8/06 B- 20.40 -03 3/16/12 B -50 20 -00 6/1/06 B- 85.50 -01. ...6/10/08 B- 20.60 -03 3/15/12 B- 55.20- 00........6/1/06 B-90 10-00 6/8/06 B- 25.20 -01 . . .3/15/12 B -60 20 -00.. ... 6/8/06 B- 90.20 -00. 6/8/06 B -25 60 -00... ..6/1/06 B -60 40 -00.. ... 6/1/06 B- 90.30 -00. 6/8/06 1 B- 30.10 -01 4/26/12 B- 65.20 -01 4/26/12 B -90 40- 00....... 6/8/06 B- 30.20 -02 . 4/26/12 B -65 40 -00 .......6/1/06 B- 90.50 -00 6/8/06 B -30 30 -01 ..4/26/12 B- 70.20 -00 . ....6/1/06 B- 95.20 -01 2/3/09 B -30 40 -01. ...4/26/12 B- 70.60 -00 . ...6/1/06 B- 95.40 -00 6/8/06 C -1 6/16/11 C -6.. 5/30/97 C- 23.60 -03. ..6/11/14 C -la 10/14/09 C -6a ......... 10/14/09 C.24.10- 01.... 6/11/14 C -lb 6/16/11 C -6c .1/6/00 C- 25.18 -04 ......6/11/14 C -1 c... 5/30/97 C -6d 5/30/97 C -25 20 -05... 7/2/12 C -1d 10/31/03 C -6f. ..7/25/97 C- 25.22 -04.. ..7/2/12 C -2 1/6/00 C -7.... 6/16/11 C -25 26 -02 7/2/12 W. Valley Middle School Vicinity Imp. # 2380 146 1 I C -2a. ...........6/21 /06 C -7a 6/16/11 C- 25.80 -03 6/11/14 C -2b . 6/21/06 C -8 ..............2 /10/09 C- 40.14 -02 7/2/12 C -2c 6/21/06 C -8a 7/25/97 C-40 16-02 7/2/12 I C-2d.. .. .... . . 6/21/06 C -8b C -2e... 6/21/06 C -8e 6/27/11 C- 40.18 -02 7/2/12 2/21/07 C- 70.10 -01 6/17/14 C -2f . 3/14/97 C- 8f ................. 6/30/04 C- 75.10 -01 6/11/14 I C -2g ..........7/27/01 C -10 ....... .....6/3/10 C- 75.20 -01 6/11/14 C -2h 3/28/97 C -16a 6/3/10 0- 75.30 -01 6/11/14 C -2i 3/28/97 C -16b 6/3/10 C- 80.10 -01 6/11/14 C- 2j ............. 6/12/98 C- 20.10 -02 .... . 6/11/14 C- 80.20 -01 6/11 /14 I C -2k. .......... 7/27/01 C-20.14-03 ... ... 6/11/14 C- 80.30 -01 ....6/11/14 C -2 n ... ........ 7/27/01 C- 20.15 -02 ... . 6/ 11 / 14 C- 80.40 -01. .. 6/11/14 C -2o 7/13/01 C- 20.18 -02 6/11/14 0- 80.50 -00 4/8/12 I C -3. -2p ... 10/31/03 7/2/12 C- 20.19 -02 6/11/14 C- 8510 - 00.....4/8/12 C -20 40 -04. 6/11/14 0- 85.11 -00 4/8/12 C- 20.41 -00 .....6/30/14 I C -3a C -3b 10/4/05 C- 20.42 -04 C- 20.45.01 6/11/14 0- 85.14 -01 6/11/14 6/27/11 7/2/12 0- 85.15 -01 6/30/14 C -3c 6/27/11 0- 22.14 -03 6/11/14 C-85 16-01 6/17/14 C -4b 6/8/06 C- 22.16 -04 6/11/14 C- 85 -18- 01.....6/11/14 I C -4e. 10/23/14 0-22 40 -04. ....10/23/14 C- 85.20 -01 6/11/14 C- 22.41 -01 10/23/14 C -4f .. . 7/2/12 C -22 45 -01. ...10/23/14 C- 90.10 -00 7/3/08 1 D- 2.04 -00 .. 11/10/05 D- 2.48 -00 11/10/05 D- 3.17 -01 5/17/12 D- 2.06 -01 ... .1/6/09 D- 2.64 -01 1/6/09 D -4 .12/11/98 I D- 2.08 -00 11/10/05 D- 2.66 -00 11/10/05 D -6 6/19/98 D- 2.14 -00 11/10/05 D- 2.68 -00 11/10/05 D- 10.10 -01 12/2/08 D -2 16 -00. ....11 /10/05 D-2.80-00... ....11/10/05 D- 10.15 -01 12/2/08 I D- 2.18 -00 ..11/10/05 D- 2.82 -00 11/10/05 D- 10.20- 00.......7/8/08 D -2 20 -00 . . . . 1 1 /10/05 D -2 84 -00 11/10/05 D- 10.25 -00.. .. 7/8/08 D- 2.32 -00 11/10/05 D- 2.86 -00 11/10/05 D- 10.30 -00 7/8/08 D- 2.34 -01. ..1 /6/09 D- 2.88 -00 11/10/05 D- 10.35 -00. 7/8/08 I D -2 36 -03. ... 6/11/14 D- 2.92 -00 11/10/05 D- 10.40 -01.. .12/2/08 D -2 42 -00 .. 11/10/05 D- 3.09 -00 5/17/12 D- 10.45 -01 12/2/08 D- 2.44 -00 11/10/05 D- 3.10 -01 5/29/13 D- 15.10 -01 12/2/08 I D- 2.60 -00 11/10/05 D- 3.11 -03. .6/11/14 D- 15.20 -02 6/2/11 D- 2.62 -00 11/10/05 D- 3.15 -02 6/10/13 0- 15.30 -01 12/02/08 D-2.46-01... ....6/11/14 D- 3.16 -02 5/29/13 1 E -1. . ...... ..2/21/07 E -4 8/27/03 E -2 5/29/98 E- 4a..... ...... 8/27/03 I F- 10.12 -03 6/11/14 F -10 62 -02. ....4/22/14 F- 40.15 -02 6/20/13 F -10 16 -00. 12/20/06 F -10 64 -03 4/22/14 F- 40.16 -02 6/20/13 F- 10.18 -00 6/27/11 F-30 10-03 6/11/14 F- 45.10 -01 6/21/12 I F- 10.40 -02 6/21/12 F- 4012 -02. 6/20/13 F- 80.10 -03 6/11/14 F -10 42 -00 1/23/07 F -40 14 -02 6/20/13 I G- 10.10 -00 9/20/07 G- 24.60 -03 6/17/14 G- 70.20- 02....6/10/13 G- 20.10 -01 6/11/14 G- 25.10 -04 6/10/13 G- 70.30- 02.....6/10/13 G- 22.10 -02 6/17/14 G- 30.10- 03....6/17/14 G- 90.10 -01 5/11/11 G- 24.10 -00 11/8/07 G- 50.10 -01 6/20/13 G- 90.20- 02.....3/22/13 G- 24.20 -01 ...2/7/12 G- 60.10 -02 6/10/13 G -90 30 -02 3/22/13 G- 24.30 -01 2/7/12 G- 60.20 -01 6/27/11 G- 90.40 - 01....10/ 14/09 I W. Valley Middle School Vicinity Imp. # 2380 147 1 G- 24.40- 04...6/17/14 G- 60.30 -01 ...6/27/11 G- 95.10 -01 ...6/2/11 I G -24 50 -03. 6/17/14 G- 70.10 -02 . 6/10/13 G -95 20 -02 6/2/11 G -95 30 -02 6/2/11 H-10 10-00. ...7/3/08 H- 3210 -00. 9/20/07 H- 70.10 -01 2/7/12 1 H- 10.15- 00.... .. 7/3/08 H- 60.10 -01 7/3/08 H -70 20 -01 ....2/16/12 H- 30.10 -00 10/12/07 H -60 20- 01..... 7/3/08 H -70 30 -02.. .2/7/12 I 1-10.10-01. . . ..8/11/09 1- 30.20 -00 ... 9/20/07 1- 40.20 -00 9/20/07 1- 30.10 -02 3/22/13 1 -30 30 -01 .... 6/10/13 1- 50.20 -01 6/10/13 1- 30.15- 02.... 3/22/13 1 -30 40 -01 .. 6/10/13 1- 60.10 -01 6/10/13 1- 30.16 -00... 3/22/13 1 -30 60 -00 5/29/13 1- 60.20 -01 6/10/13 1 -30 17 -00. ..3/22/13 1- 40.10 -00 . ...9/20/07 1- 80.10- 01...... 8/11/09 J -3. 8/1/97 J-26 15-01 5/17/12 J- 40.40 -00 .5/20/13 1 J -26 20 -00 6/11/14 J -3b . . 3/4/05 J- 27.10 -00... 3/15/12 J -50 10- 00.... 6/3/11 I J -3c 6/24/02 J- 2715 -00... 3/15/12 J- 50.11 -00 6/3/11 J- 10..... .. 7/18/97 J -28 10 -01 5/11/11 J- 50.12 -00. ....6/3/11 J-10.10-02 .... 6/11/14 J- 28.22 -00 ....8/07/07 J -50 15 -00.. .6/3/11 J- 10.15 -01 .6/11/14 J -28 24 -00 8/07/07 J- 50.16 -01 . ..3/22/13 J -10 22 -00.. . 5/29/13 J- 28.26 -01 12/02/08 J -50 20 -00 ...6/3/11 J -15 10 -01 ... 6/11/14 J -28 30 -03.. 6/11/14 J- 50.25 -00 6/3/11 J -15 15 -01. .. 6/11/14 J -28 40 -02. 6/11/14 J- 50.30- 00.... 6/3/11 J -28 42 -01 6/11/14 J- 60.05 -00 6/16/11 J -28 43 -00 6/11/14 J- 28.45 -02 .6/11/14 J-60 11-00 5/20/13 I J -20 10 -03.. 6/30/14 J -28 50- 02..... 6/2/11 J- 60.12 - 00 5/20/13 J -20 11- 02....6/30/14 J- 28.60 -01. ..6/2/11 J- 60.13 -00. 6/16/10 J -20 15- 03.....6/30/14 J -28 70 -01 5/11/11 J- 60.14 -00 ....6/16/10 J- 20.16- 02....6/30/14 J-29 10-00 6/27/11 J- 75.10 -01 5/11/11 J- 20.20 - 02.....5/20/13 J- 29.15 -00 ....6/27/11 J -75 20 -00 2/10/09 J -20 26 -01. 7/12/12 J- 29.16- 01..... 6/20/13 J- 75.30 -01 .... 5/11/11 J -21 10- 04....6/30/14 J -40 10- 03.....5/20/13 J -75 40 -01 6/11/14 I J -75 41 -00... .6/11/14 J- 21.15 -01... 6/10/13 J- 40.20 -02 6/11/14 J- 75.45 -01 ....6/11/14 J -21 16 -01. 6/10/13 J -40 30 -03... .5/20/13 J- 90.10 -01... 6/27/11 I J -21 17 -01 . . 6/10/13 J -40 35- 01 5/29/13 J- 90.20 -01... .6/27/11 J -21 20 -01 .. 6/10/13 J -40 36- 01 5/20/13 J -90 21- 00.....6/30/14 J- 22.15 -01 .. 6/10/13 J -40 37 -01. 5/20/13 I J- 22.16 -02 .. 6/10/13 J -40 38- 01 5/20/13 J -26 10 -02 .3/15/12 J -40 39 -00.. 5/20/13 K- 70.20 -00.. .2/15/07 I K- 80.10 -00 .... 2/21/07 K -80 20 -00 . 12/20/06 K -80 30 -00 . .2/21/07 K -80 35 -00 . 2/21/07 K -80 37- 00.....2/21 /07 L- 10.10 -02 6/21/12 L-40 10-02 6/21/12 L- 70.10- 01.....5/21/08 W Valley Middle School Vicinity Imp. # 2380 148 1 I L- 20.10- 02......6/21/12 L- 40.15 -01 6/16/11 L- 70.20 -01 5/21/08 L- 30.10 -02 6/11/14 L- 40.20 -02.. ...6/21/12 I M- 1.20- 03 6/24/14 M- 9.60 -00 2/10/09 M- 40.10 -03 6/24/14 M -1 40-02.... ....6/3/11 M- 11.10 -01 1/30/07 M-40.20-00...10/12/07 M -1 60 -02 6/3/11 M- 15.10 -01 2/6/07 M -40 30 -00 ...9/20/07 M- 1.80 -03 .6/3/11 M- 17.10 -02 7/3/08 M- 40.40 -00 9/20/07 I M- 2.20 -02 6/3/11 M- 20.10 -02 6/3/11 M- 40.50 -00 9/20/07 M- 3.10 -03 6/3/11 M- 20.20 -01. ...1/30/07 M- 40.60 -00 9/20/07 M- 3.20 -02 6/3/11 M -20 30- 02....10/14/09 M- 60.10 -01 6/3/11 I M- 3.30 -03 6/3/11 M- 20.40 -03 6/24/14 M- 60.20 -02 6/27/11 M- 3.40 -03 6/3/11 M- 20.50 -02 6/3/11 M- 65.10 -02 5/11/11 M- 3.50 -02 6/3/11 M- 24.20- 01....5/31/06 M- 80.10 -01 6/3/11 I M- 5.10 -02 .6/3/11 M- 24.40 -01 5/31/06 M- 80.20 -00... .6/10/08 M- 7.50 -01.. ..1/30/07 M- 24.50 -00 6/16/11 M- 80.30 -00 6/10/08 M-9.50-02 .... 6/24/14 M- 24.60 -04 6/24/14 1 1 1 1 1 1 1 1 1 1 1 1 I W. Valley Middle School Vicinity Imp. # 2380 149 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 150 1 1 1 1 1 Required Contract Provisions Federal -Aid Construction Contracts 1 1 Follow this Page 1 1 1 1 1 1 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 151 1 FHWA -1273 -- Revised May 1, 2012 1 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I 1 General 3. A breach of any of the stipulations contained in these I II Nondiscrimination Required Contract Provisions may be sufficient grounds for III Nonsegregated Facilities withholding of progress payments, withholding of final IV Davis -Bacon and Related Act Provisions payment, termination of the contract, suspension / debarment V Contract Work Hours and Safety Standards Act or any other action determined to be appropriate by the Provisions contracting agency and FHWA. VI Subletting or Assigning the Contract VII Safety Accident Prevention 4 Selection of Labor During the performance of this contract, VIII False Statements Concerning Highway Projects the contractor shall not use convict labor for any purpose IX. Implementation of Clean Air Act and Federal Water within the limits of a construction project on a Federal -aid I Pollution Control Act highway unless it is labor performed by convicts who are on X. Compliance with Governmentwide Suspension and parole, supervised release, or probation. The term Federal -aid Debarment Requirements highway does not include roadways functionally classified as XI Certification Regarding Use of Contract Funds for local roads or rural minor collectors. 1 Lobbying ATTACHMENTS 11. NONDISCRIMINATION A. Employment and Materials Preference for Appalachian The provisions of this section related to 23 CFR Part 230 are I Development Highway System or Appalachian Local Access applicable to all Federal -aid construction contracts and to all Road Contracts (included in Appalachian contracts only) related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. I. GENERAL In addition, the contractor and all subcontractors must comply 1 Form FHWA -1273 must be physically incorporated in each with the following policies: Executive Order 11246, 41 CFR 60, construction contract funded under Title 23 (excluding 29 CFR 1625 -1627, Title 23 USC Section 140, the emergency contracts solely intended for debris removal). The Rehabilitation Act of 1973, as amended (29 USC 794), Title VI I contractor (or subcontractor) must insert this form in each of the Civil Rights Act of 1964, as amended, and related subcontract and further require its inclusion in all lower tier regulations including 49 CFR Parts 21, 26 and 27, and 23 CFR subcontracts (excluding purchase orders, rental agreements Parts 200, 230, and 633 and other agreements for supplies or services). I The contractor and all subcontractors must comply with: the The applicable requirements of Form FHWA -1273 are requirements of the Equal Opportunity Clause in 41 CFR 60- incorporated by reference for work done under any purchase 1 4(b) and, for all construction contracts exceeding $10,000, order, rental agreement or agreement for other services. The the Standard Federal Equal Employment Opportunity prime contractor shall be responsible for compliance by any Construction Contract Specifications in 41 CFR 60 -4 3. I subcontractor, lower -tier subcontractor or service provider Note. The U S Department of Labor has exclusive authority to Form FHWA -1273 must be included in all Federal -aid design- determine compliance with Executive Order 11246 and the build contracts, in all subcontracts and in lower tier policies of the Secretary of Labor including 41 CFR 60, and 29 subcontracts (excluding subcontracts for design services, CFR 1625 -1627 The contracting agency and the FHWA have I purchase orders, rental agreements and other agreements for the authority and the responsibility to ensure compliance with supplies or services). The design - builder shall be responsible Title 23 USC Section 140, the Rehabilitation Act of 1973, as for compliance by any subcontractor, lower -tier subcontractor amended (29 USC 794), and Title VI of the Civil Rights Act of or service provider 1964, as amended, and related regulations including 49 CFR I Parts 21, 26 and 27, and 23 CFR Parts 200, 230, and 633 Contracting agencies may reference Form FHWA -1273 in bid proposal or request for proposal documents, however, the The following provision is adopted from 23 CFR 230, Appendix Form FHWA -1273 must be physically incorporated (not A, with appropriate revisions to conform to the U S referenced) in all contracts, subcontracts and lower -tier Department of Labor (US DOL) and FHWA requirements. subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a 1. Equal Employment Opportunity: Equal employment construction contract). opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth I 2. Subject to the applicability criteria noted in the following under laws, executive orders, rules, regulations (28 CFR 35, sections, these contract provisions shall apply to all work 29 CFR 1630, 29 CFR 1625 -1627, 41 CFR 60 and 49 CFR 27) performed on the contract by the contractors own organization and orders of the Secretary of Labor as modified by the and with the assistance of workers under the contractors provisions prescribed herein, and imposed pursuant to 23 immediate superintendence and to all work performed on the U S C 140 shall constitute the EEO and specific affirmative contract by piecework, station work, or by subcontract. action standards for the contractors project activities under 1 W. Valley Middle School Vicinity Imp. # 2380 152 1 1 this contract. The provisions of the Americans with Disabilities 4. Recruitment: When advertising for employees, the Act of 1990 (42 U S C 12101 et seq.) set forth under 28 CFR contractor will include in all advertisements for employees the I 35 and 29 CFR 1630 are incorporated by reference in this notation. An Equal Opportunity Employer " All such contract. In the execution of this contract, the contractor advertisements will be placed in publications having a large agrees to comply with the following minimum specific circulation among minorities and women in the area from requirement activities of EEO which the project work force would normally be derived. I ba a . The contractor will work with the contracting agency and a. The contractor will, unless precluded by a valid the Federal Government to ensure that it has made every rgaining agreement, conduct systematic and direct good faith effort to provide equal opportunity with respect to all recruitment through public and private employee referral of its terms and conditions of employment and in their review sources likely to yield qualified minorities and women. To t of activities under the contract. meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such b. The contractor will accept as its operating policy the identified sources procedures whereby minority and women following statement: applicants may be referred to the contractor for employment consideration. "It is the policy of this Company to assure that applicants are employed, and that employees are treated during b. In the event the contractor has a valid bargaining employment, without regard to their race, religion, sex, color, agreement providing for exclusive hiring hall referrals, the national origin, age or disability Such action shall include: contractor is expected to observe the provisions of that I employment, upgrading, demotion, or transfer; recruitment or agreement to the extent that the system meets the contractors recruitment advertising; layoff or termination, rates of pay or compliance with EEO contract provisions. Where other forms of compensation; and selection for training, implementation of such an agreement has the effect of including apprenticeship, pre- apprenticeship, and/or on -the- discriminating against minorities or women, or obligates the I job training." contractor to do the same, such implementation violates Federal nondiscrimination provisions. 2 EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have c. The contractor will encourage its present employees to the responsibility for and must be capable of effectively refer minorities and women as applicants for employment. administering and promoting an active EEO program and who Information and procedures with regard to referring such must be assigned adequate authority and responsibility to do applicants will be discussed with employees. so 5. Personnel Actions: Wages, working conditions, and I 3. Dissemination of Policy: All members of the contractors employee benefits shall be established and administered, and staff who are authorized to hire, supervise, promote, and personnel actions of every type, including hiring, upgrading, discharge employees, or who recommend such action, or who promotion, transfer, demotion, layoff, and termination, shall be are substantially involved in such action, will be made fully taken without regard to race, color, religion, sex, national cognizant of, and will implement, the contractors EEO policy origin, age or disability The following procedures shall be I and contractual responsibilities to provide EEO in each grade followed: and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a a. The contractor will conduct periodic inspections of project minimum: sites to insure that working conditions and employee facilities I a. Periodic meetings of supervisory and personnel office personnel. employees will be conducted before the start of work and then do not indicate discriminatory treatment of project site not less often than once every six months, at which time the b. The contractor will periodically evaluate the spread of contractor's EEO policy and its implementation will be wages paid within each classification to determine any I reviewed and explained. The meetings will be conducted by evidence of discriminatory wage practices. the EEO Officer c. The contractor will periodically review selected personnel b. All new supervisory or personnel office employees will be actions in depth to determine whether there is evidence of t given a thorough indoctrination by the EEO Officer, covering discrimination. Where evidence is found, the contractor will all major aspects of the contractors EEO obligations within promptly take corrective action. If the review indicates that the thirty days following their reporting for duty with the contractor discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. c. All personnel who are engaged in direct recruitment for I the project will be instructed by the EEO Officer in the d. The contractor will promptly investigate all complaints of contractor's procedures for locating and hiring minorities and alleged discrimination made to the contractor in connection women. with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action d. Notices and posters setting forth the contractor's EEO within a reasonable time. If the investigation indicates that the 11 policy will be placed in areas readily accessible to employees, discrimination may affect persons other than the complainant, applicants for employment and potential employees. such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform e. The contractor's EEO policy and the procedures to every complainant of all of their avenues of appeal. I implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or 6. Training and Promotion: other appropriate means. a. The contractor will assist in locating, qualifying, and I increasing the skills of minorities and women who are I W. Valley Middle School Vicinity Imp. # 2380 153 1 1 applicants for employment or current employees. Such efforts with the requirements for and comply with the Americans with should be aimed at developing full journey level status Disabilities Act and all rules and regulations established there I employees in the type of trade or job classification involved. under Employers must provide reasonable accommodation in all employment activities unless to do so would cause an b. Consistent with the contractors work force requirements undue hardship and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., 9. Selection of Subcontractors, Procurement of Materials I apprenticeship, and on- the -job training programs for the and Leasing of Equipment: The contractor shall not geographical area of contract performance. In the event a discriminate on the grounds of race, color, religion, sex, special provision for training is provided under this contract, national origin, age or disability in the selection and retention this subparagraph will be superseded as indicated in the of subcontractors, including procurement of materials and I special provision. The contracting agency may reserve leases of equipment. The contractor shall take all necessary training positions for persons who receive welfare assistance and reasonable steps to ensure nondiscrimination in the in accordance with 23 U S C 140(a). administration of this contract. c. The contractor will advise employees and applicants for a. The contractor shall notify all potential subcontractors and employment of available training programs and entrance suppliers and lessors of their EEO obligations under this requirements for each. contract. d. The contractor will periodically review the training and b The contractor will use good faith efforts to ensure I promotion potential of employees who are minorities and subcontractor compliance with their EEO obligations. women and will encourage eligible employees to apply for such training and promotion. 10. Assurance Required by 49 CFR 26.13(b): 7. Unions: If the contractor relies in whole or in part upon I unions as a source of employees, the contractor will use good a. The requirements of 49 CFR Part 26 and the State faith efforts to obtain the cooperation of such unions to DOT's U S DOT - approved DBE program are incorporated by increase opportunities for minorities and women. Actions by reference. the contractor, either directly or through a contractors association acting as agent, will include the procedures set b. The contractor or subcontractor shall not discriminate on forth below the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out a. The contractor will use good faith efforts to develop, in applicable requirements of 49 CFR Part 26 in the award and cooperation with the unions, joint training programs aimed administration of DOT - assisted contracts. Failure by the I toward qualifying more minorities and women for membership contractor to carry out these requirements is a material breach in the unions and increasing the skills of minorities and women of this contract, which may result in the termination of this so that they may qualify for higher paying employment. contract or such other remedy as the contracting agency deems appropriate. I b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such 11. Records and Reports: The contractor shall keep such union will be contractually bound to refer applicants without records as necessary to document compliance with the EEO regard to their race, color, religion, sex, national origin, age or requirements. Such records shall be retained for a period of disability three years following the date of the final payment to the I contractor for all contract work and shall be available at c. The contractor is to obtain information as to the referral reasonable times and places for inspection by authorized practices and policies of the labor union except that to the representatives of the contracting agency and the FHWA. extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such a. The records kept by the contractor shall document the 111 information to the contractor, the contractor shall so certify to following: the contracting agency and shall set forth what efforts have been made to obtain such information. (1) The number and work hours of minority and non - minority group members and women employed in each work d. In the event the union is unable to provide the contractor classification on the project; with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, (2) The progress and efforts being made in cooperation through independent recruitment efforts, fill the employment with unions, when applicable, to increase employment vacancies without regard to race, color, religion, sex, national opportunities for minorities and women; and origin, age or disability; making full efforts to obtain qualified and /or qualifiable minorities and women. The failure of a union (3) The progress and efforts being made in locating, hiring, to provide sufficient referrals (even though it is obligated to training, qualifying, and upgrading minorities and women, provide exclusive referrals under the terms of a collective I bargaining agreement) does not relieve the contractor from the b. The contractors and subcontractors will submit an annual requirements of this paragraph. In the event the union referral report to the contracting agency each July for the duration of practice prevents the contractor from meeting the obligations the project, indicating the number of minority, women, and pursuant to Executive Order 11246, as amended, and these non - minority group employees currently engaged in each work special provisions, such contractor shall immediately notify the classification required by the contract work. This information is I contracting agency to be reported on Form FHWA -1391 The staffing data should represent the project work force on board in all or any part of 8. Reasonable Accommodation for Applicants / the last payroll period preceding the end of July If on- the -job Employees with Disabilities. The contractor must be familiar training is being required by special provision, the contractor t W. Valley Middle School Vicinity Imp. # 2380 154 1 1 will be required to collect and report training data. The of paragraph 1.d. of this section; also, regular contributions employment data should reflect the work force on board during made or costs incurred for more than a weekly period (but not I all or any part of the last payroll period preceding the end of less often than quarterly) under plans, funds, or programs July which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate I III. NONSEGREGATED FACILITIES wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to This provision is applicable to all Federal -aid construction skill, except as provided in 29 CFR 5.5(a)(4). Laborers or contracts and to all related construction subcontracts of mechanics performing work in more than one classification $10,000 or more. may be compensated at the rate specified for each I classification for the time actually worked therein: Provided, The contractor must ensure that facilities provided for That the employer's payroll records accurately set forth the employees are provided in such a manner that segregation on time spent in each classification in which work is performed. the basis of race, color, religion, sex, or national origin cannot The wage determination (including any additional classification t result. The contractor may neither require such segregated and wage rates conformed under paragraph 1.b of this use by written or oral policies nor tolerate such use by section) and the Davis -Bacon poster (WH -1321) shall be employee custom. The contractor's obligation extends further posted at all times by the contractor and its subcontractors at to ensure that its employees are not assigned to perform their the site of the work in a prominent and accessible place where services at any location, under the contractor's control, where it can be easily seen by the workers. the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, b.(1) The contracting officer shall require that any class of time clocks, restrooms, washrooms, locker rooms, and other laborers or mechanics, including helpers, which is not listed in storage or dressing areas, parking lots, drinking fountains, the wage determination and which is to be employed under the I recreation or entertainment areas, transportation, and housing contract shall be classified in conformance with the wage provided for employees. The contractor shall provide separate determination. The contracting officer shall approve an or single user restrooms and necessary dressing or sleeping additional classification and wage rate and fringe benefits areas to assure privacy between sexes. therefore only when the following criteria have been met: I IV. DAVIS -BACON AND RELATED ACT PROVISIONS (i) The work to be performed by the classification requested is not performed by a classification in the wage This section is applicable to all Federal -aid construction determination; and I projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The (ii) The classification is utilized in the area by the requirements apply to all projects located within the right -of- construction industry; and way of a roadway that is functionally classified as Federal -aid I highway This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. (iii) The proposed wage rate, including any bona fide Contracting agencies may elect to apply these requirements to fringe benefits, bears a reasonable relationship to the other projects. wage rates contained in the wage determination. I The following provisions are from the U S Department of (2) If the contractor and the laborers and mechanics to be Labor regulations in 29 CFR 5.5 "Contract provisions and employed in the classification (if known), or their related matters" with minor revisions to conform to the FHWA- representatives, and the contracting officer agree on the 1273 format and FHWA program requirements. classification and wage rate (including the amount I designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the 1. Minimum wages Administrator of the Wage and Hour Division, Employment Standards Administration, U S Department of Labor, Washington, DC 20210 The Administrator, or an authorized the site of the work, will be paid unconditionally and not less representative, will approve, modify, or disapprove every often than once a week, and without subsequent deduction or additional classification action within 30 days of receipt and rebate on any account (except such payroll deductions as are so advise the contracting officer or will notify the contracting permitted by regulations issued by the Secretary of Labor officer within the 30 -day period that additional time is 1 under the Copeland Act (29 CFR part 3)), the full amount of necessary wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less (3) In the event the contractor, the laborers or mechanics than those contained in the wage determination of the to be employed in the classification or their representatives, I Secretary of Labor which is attached hereto and made a part and the contracting officer do not agree on the proposed hereof, regardless of any contractual relationship which may classification and wage rate (including the amount be alleged to exist between the contractor and such laborers designated for fringe benefits, where appropriate), the and mechanics. contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the I Contributions made or costs reasonably anticipated for bona contracting officer, to the Wage and Hour Administrator for fide fringe benefits under section 1(b)(2) of the Davis -Bacon determination. The Wage and Hour Administrator, or an Act on behalf of laborers or mechanics are considered wages authorized representative, will issue a determination within paid to such laborers or mechanics, subject to the provisions 30 days of receipt and so advise the contracting officer or 1 I W. Valley Middle School Vicinity Imp. # 2380 155 1 1 will notify the contracting officer within the 30 -day period that Bacon Act, the contractor shall maintain records which show additional time is necessary that the commitment to provide such benefits is enforceable, I that the plan or program is financially responsible, and that the (4) The wage rate (including fringe benefits where plan or program has been communicated in writing to the appropriate) determined pursuant to paragraphs 1.b.(2) or laborers or mechanics affected, and records which show the 1.b (3) of this section, shall be paid to all workers performing costs anticipated or the actual cost incurred in providing such work in the classification under this contract from the first benefits. Contractors employing apprentices or trainees under 1 day on which work is performed in the classification. approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and c. Whenever the minimum wage rate prescribed in the trainees, and the ratios and wage rates prescribed in the 1 contract for a class of laborers or mechanics includes a fringe applicable programs. benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination b (1) The contractor shall submit weekly for each week in or shall pay another bona fide fringe benefit or an hourly cash which any contract work is performed a copy of all payrolls to equivalent thereof the contracting agency The payrolls submitted shall set out 1 accurately and completely all of the information required to be d. If the contractor does not make payments to a trustee or maintained under 29 CFR 5 5(a)(3)(i), except that full social other third person, the contractor may consider as part of the security numbers and home addresses shall not be included wages of any laborer or mechanic the amount of any costs on weekly transmittals. Instead the payrolls shall only need to I reasonably anticipated in providing bona fide fringe benefits include an individually identifying number for each employee ( under a plan or program, Provided, That the Secretary of e.g. , the last four digits of the employee's social security Labor has found, upon the written request of the contractor, number). The required weekly payroll information may be that the applicable standards of the Davis -Bacon Act have submitted in any form desired. Optional Form WH -347 is 1 been met. The Secretary of Labor may require the contractor available for this purpose from the Wage and Hour Division to set aside in a separate account assets for the meeting of Web site at http. / /www dol.gov /esa /whd /forms /wh347instr.htm obligations under the plan or program. or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. 2. Withholding Contractors and subcontractors shall maintain the full social 1 security number and current address of each covered worker, and shall provide them upon request to the contracting agency The contracting agency shall upon its own action or upon for transmission to the State DOT, the FHWA or the Wage and written request of an authorized representative of the Hour Division of the Department of Labor for purposes of an 1 Department of Labor, withhold or cause to be withheld from investigation or audit of compliance with prevailing wage the contractor under this contract, or any other Federal requirements. It is not a violation of this section for a prime contract with the same prime contractor, or any other federally- contractor to require a subcontractor to provide addresses and assisted contract subject to Davis -Bacon prevailing wage social security numbers to the prime contractor for its own requirements, which is held by the same prime contractor, so records, without weekly submission to the contracting agency 1 much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, (2) apprentices, trainees, and helpers, employed by the �) E payroll submitted shall be accompanied by a contractor or any subcontractor the full amount of wages Statement of Compliance," signed by the contractor or required by the contract. In the event of failure to pay any subcontractor or his or her agent who pays or supervises the I laborer or mechanic, including any apprentice, trainee, or payment of the persons employed under the contract and shall helper, employed or working on the site of the work, all or part certify the following: of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as (i) That the payroll for the payroll period contains the 1 may be necessary to cause the suspension of any further information required to be provided under §5.5 (a)(3)(ii) of payment, advance, or guarantee of funds until such violations Regulations, 29 CFR part 5, the appropriate information is have ceased. being maintained under §5 5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and 1 3. Payrolls and basic records complete, a. Payrolls and basic records relating thereto shall be (ii) That each laborer or mechanic (including each maintained by the contractor during the course of the work and helper, apprentice, and trainee) employed on the contract 1 preserved for a period of three years thereafter for all laborers during the payroll period has been paid the full weekly and mechanics working at the site of the work. Such records wages earned, without rebate, either directly or indirectly, shall contain the name, address, and social security number of and that no deductions have been made either directly or each such worker, his or her correct classification, hourly rates indirectly from the full wages earned, other than of wages paid (including rates of contributions or costs permissible deductions as set forth in Regulations, 29 CFR 1 anticipated for bona fide fringe benefits or cash equivalents Part 3; thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, (iii) That each laborer or mechanic has been paid not deductions made and actual wages paid Whenever the less than the applicable wage rates and fringe benefits or 1 Secretary of Labor has found under 29 CFR 5 5(a)(1)(iv) that cash equivalents for the classification of work performed, the wages of any laborer or mechanic include the amount of as specified in the applicable wage determination any costs reasonably anticipated in providing benefits under a incorporated into the contract. plan or program described in section 1(b)(2)(B) of the Davis- 1 W. Valley Middle School Vicinity Imp. # 2380 156 1 1 1 (3) The weekly submission of a properly executed rate specified in the applicable wage determination. certification set forth on the reverse side of Optional Form Apprentices shall be paid fringe benefits in accordance with I WH -347 shall satisfy the requirement for submission of the the provisions of the apprenticeship program If the "Statement of Compliance" required by paragraph 3.b.(2) of apprenticeship program does not specify fringe benefits, this section. apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable I (4) The falsification of any of the above certifications may classification. If the Administrator determines that a different subject the contractor or subcontractor to civil or criminal practice prevails for the applicable apprentice classification, prosecution under section 1001 of title 18 and section 231 of fringes shall be paid in accordance with that determination. title 31 of the United States Code. I c. The contractor or subcontractor shall make the records In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency required under paragraph 3.a. of this section available for recognized by the Office, withdraws approval of an inspection, copying, or transcription by authorized apprenticeship program, the contractor will no longer be representatives of the contracting agency, the State DOT, the permitted to utilize apprentices at less than the applicable FHWA, or the Department of Labor, and shall permit such predetermined rate for the work performed until an acceptable representatives to interview employees during working hours program is approved. on the job If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, b. Trainees (programs of the USDOL). I after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to Except as provided in 29 CFR 5 16, trainees will not be cause the suspension of any further payment, advance, or permitted to work at less than the predetermined rate for the guarantee of funds. Furthermore, failure to submit the required work performed unless they are employed pursuant to and t records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. individually registered in a program which has received prior approval, evidenced by formal certification by the U.S Department of Labor, Employment and Training 4. Apprentices and trainees Administration. I a. Apprentices (programs of the USDOL). The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Apprentices will be permitted to work at less than the Employment and Training Administration. t predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide Every trainee must be paid at not less than the rate specified apprenticeship program registered with the U S. Department of in the approved program for the trainee's level of progress, Labor, Employment and Training Administration, Office of expressed as a percentage of the journeyman hourly rate I Apprenticeship Training, Employer and Labor Services, or with specified in the applicable wage determination. Trainees shall a State Apprenticeship Agency recognized by the Office, or if a be paid fringe benefits in accordance with the provisions of the person is employed in his or her first 90 days of probationary trainee program. If the trainee program does not mention employment as an apprentice in such an apprenticeship fringe benefits, trainees shall be paid the full amount of fringe program, who is not individually registered in the program, but benefits listed on the wage determination unless the t who has been certified by the Office of Apprenticeship Administrator of the Wage and Hour Division determines that Training, Employer and Labor Services or a State there is an apprenticeship program associated with the Apprenticeship Agency (where appropriate) to be eligible for corresponding journeyman wage rate on the wage probationary employment as an apprentice. determination which provides for less than full fringe benefits I The allowable ratio of apprentices to journeymen on the job for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan site in any craft classification shall not be greater than the ratio approved by the Employment and Training Administration shall permitted to the contractor as to the entire work force under be paid not less than the applicable wage rate on the wage determination for the classification the registered program. Any worker listed on a payroll at an fication of work actually performed. apprentice wage rate, who is not registered or otherwise In addition, any trainee performing work on the job site in employed as stated above, shall be paid not less than the excess of the ratio permitted under the registered program applicable wage rate on the wage determination for the shall be paid not less than the applicable wage rate on the classification of work actually performed. In addition, any wage determination for the work actually performed. I apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not In the event the Employment and Training Administration less than the applicable wage rate on the wage determination withdraws approval of a training program, the contractor will no for the work actually performed. Where a contractor is longer be permitted to utilize trainees at Tess than the I performing construction on a project in a locality other than applicable predetermined rate for the work performed until an that in which its program is registered, the ratios and wage acceptable program is approved. rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered c. Equal employment opportunity The utilization of program shall be observed. apprentices, trainees and journeymen under this part shall be I Every apprentice must be paid at not less than the rate in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 specified in the registered program for the apprentice's level of CFR part 30 progress, expressed as a percentage of the journeymen hourly 1 I W. Valley Middle School Vicinity Imp. # 2380 157 1 1 d. Apprentices and Trainees (programs of the U S DOT). Apprentices and trainees working under apprenticeship V. CONTRACT WORK HOURS AND SAFETY 1 A pp g pprenticeship and STANDARDS ACT skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not The following clauses apply to any Federal -aid construction subject to the requirements of paragraph 4 of this Section IV contract in an amount in excess of $100,000 and subject to the The straight time hourly wage rates for apprentices and overtime provisions of the Contract Work Hours and Safety trainees under such programs will be established by the Standards Act. These clauses shall be inserted in addition to particular programs. The ratio of apprentices and trainees to the clauses required by 29 CFR 5.5(a) or 29 CFR 4 6. As journeymen shall not be greater than permitted by the terms of used in this paragraph, the terms laborers and mechanics 1 the particular program include watchmen and guards. 5. Compliance with Copeland Act requirements. The 1 Overtime requirements. No contractor or subcontractor contractor shall comply with the requirements of 29 CFR part contracting for any part of the contract work which may require 1 3, which are incorporated by reference in this contract. or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any 6. Subcontracts. The contractor or subcontractor shall insert workweek in which he or she is employed on such work to Form FHWA -1273 in any subcontracts and also require the work in excess of forty hours in such workweek unless such 1 subcontractors to include Form FHWA -1273 in any lower tier laborer or mechanic receives compensation at a rate not less subcontracts. The prime contractor shall be responsible for the than one and one -half times the basic rate of pay for all hours compliance by any subcontractor or lower tier subcontractor worked in excess of forty hours in such workweek. with all the contract clauses in 29 CFR 5 5 1 2. Violation; liability for unpaid wages; liquidated 7. Contract termination. debarment. A breach of the damages. In the event of any violation of the clause set forth contract clauses in 29 CFR 5 5 may be grounds for termination in paragraph (1) of this section, the contractor and any of the contract, and for debarment as a contractor and a subcontractor responsible therefor shall be liable for the subcontractor as provided in 29 CFR 5 12. unpaid wages. In addition, such contractor and subcontractor 1 shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such 8. Compliance with Davis -Bacon and Related Act District or to such territory), for liquidated damages. Such requirements. All rulings and interpretations of the Davis- liquidated damages shall be computed with respect to each 1 Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 individual laborer or mechanic, including watchmen and are herein incorporated by reference in this contract. guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each 9. Disputes concerning labor standards. Disputes arising calendar day on which such individual was required or out of the labor standards provisions of this contract shall not permitted to work in excess of the standard workweek of forty 1 be subject to the general disputes clause of this contract. Such hours without payment of the overtime wages required by the disputes shall be resolved in accordance with the procedures clause set forth in paragraph (1) of this section. of the Department of Labor set forth in 29 CFR parts 5, 6, and 7 Disputes within the meaning of this clause include disputes 3. Withholding for unpaid wages and liquidated damages. between the contractor (or any of its subcontractors) and the The FHWA or the contacting agency shall upon its own action contracting agency, the U S Department of Labor, or the or upon written request of an authorized representative of the employees or their representatives. Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the 1 10. Certification of eligibility contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to the Contract Work a. By entering into this contract, the contractor certifies that Hours and Safety Standards Act, which is held by the same neither it (nor he or she) nor any person or firm who has an prime contractor, such sums as may be determined to be interest in the contractor's firm is a person or firm ineligible to necessary to satisfy any liabilities of such contractor or be awarded Government contracts by virtue of section 3(a) of subcontractor for unpaid wages and liquidated damages as the Davis -Bacon Act or 29 CFR 5 12(a)(1). provided in the clause set forth in paragraph (2.) of this section. b No part of this contract shall be subcontracted to any person 1 or firm ineligible for award of a Government contract by virtue 4 Subcontracts. The contractor or subcontractor shall insert of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). in any subcontracts the clauses set forth in paragraph (1 ) through (4 ) of this section and also a clause requiring the c. The penalty for making false statements is prescribed in the subcontractors to include these clauses in any lower tier U S Criminal Code, 18 U S C 1001 subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1 ) through (4 ) of this section. 1 W Valley Middle School Vicinity Imp. # 2380 158 1 1 1 evidenced in writing and that it contains all pertinent provisions VI. SUBLETTING OR ASSIGNING THE CONTRACT and requirements of the prime contract. I This provision is applicable to all Federal -aid construction 5. The 30% self - performance requirement of paragraph (1) is contracts on the National Highway System. not applicable to design -build contracts, however, contracting agencies may establish their own self - performance I 1 The contractor shall perform with its own organization requirements. contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items VII. SAFETY ACCIDENT PREVENTION designated by the contracting agency Specialty items may be I performed by subcontract and the amount of any such This p r o v i s i o n i s applicable to all Federal - specialty items performed may be deducted from the total aid construction contracts and to all related subcontracts. original contract price before computing the amount of work required to be performed by the contractor's own organization 1 In the performance of this contract the contractor shall I (23 CFR 635.116). comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The a. The term "perform work with its own organization" refers contractor shall provide all safeguards, safety devices and to workers employed or leased by the prime contractor, and protective equipment and take any other needed actions as it equipment owned or rented by the prime contractor, with or determines, or as the contracting officer may determine, to be I without operators. Such term does not include employees or reasonably necessary to protect the life and health of equipment of a subcontractor or lower tier subcontractor, employees on the job and the safety of the public and to agents of the prime contractor, or any other assignees. The protect property in connection with the performance of the term may include payments for the costs of hiring leased work covered by the contract. I employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased 2. It is a condition of this contract, and shall be made a employees may only be included in this term if the prime condition of each subcontract, which the contractor enters into contractor meets all of the following conditions: pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance I (1) the prime contractor maintains control over the of the contract, to work in surroundings or under conditions supervision of the day -to -day activities of the leased which are unsanitary, hazardous or dangerous to his /her employees, health or safety, as determined under construction safety and (2) the prime contractor remains responsible for the quality health standards (29 CFR 1926) promulgated by the Secretary I of the work of the leased employees; of Labor, in accordance with Section 107 of the Contract Work (3) the prime contractor retains all power to accept or Hours and Safety Standards Act (40 U S C 3704). exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract the payment of predetermined minimum wages, the that the Secretary of Labor or authorized representative I submission of payrolls, statements of compliance and all other Federal regulatory requirements. thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry b. "Specialty Items" shall be construed to be limited to work out the duties of the Secretary under Section 107 of the I that requires highly specialized knowledge, abilities, or Contract Work Hours and Safety Standards Act (40 equipment not ordinarily available in the type of contracting U S C 3704). organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. VIII. FALSE STATEMENTS CONCERNING HIGHWAY I 2. The contract amount upon which the requirements set forth PROJECTS in paragraph (1) of Section VI is computed includes the cost of T h i s p r o v i s i o n i s applicable to all Federal - material and manufactured products which are to be aid construction contracts and to all related subcontracts. I purchased or produced by the contractor under the contract provisions. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high 3. The contractor shall furnish (a) a competent superintendent degree of reliability on statements and representations made or supervisor who is employed by the firm, has full authority to by engineers, contractors, suppliers, and workers on Federal- ' direct performance of the work in accordance with the contract aid highway projects, it is essential that all persons concerned requirements, and is in charge of all construction operations with the project perform their functions as carefully, thoroughly, (regardless of who performs the work) and (b) such other of its and honestly as possible. Willful falsification, distortion, or own organizational resources (supervision, management, and misrepresentation with respect to any facts related to the I engineering services) as the contracting officer determines is project is a violation of Federal law To prevent any necessary to assure the performance of the contract. misunderstanding regarding the seriousness of these and similar acts, Form FHWA -1022 shall be posted on each 4 No portion of the contract shall be sublet, assigned or Federal -aid highway project (23 CFR 635) in one or more otherwise disposed of except with the written consent of the places where it is readily available to all persons concerned I contracting officer, or authorized representative, and such with the project: consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the 18 U S.0 1020 reads as follows: I contracting agency has assured that each subcontract is I W. Valley Middle School Vicinity Imp. # 2380 159 1 1 "Whoever, being an officer, agent, or employee of the United covered transaction. The prospective first tier participant shall States, or of any State or Territory, or whoever, whether a submit an explanation of why it cannot provide the certification I person, association, firm, or corporation, knowingly makes any set out below The certification or explanation wit be false statement, false representation, or false report as to the considered in connection with the department or agency's character, quality, quantity, or cost of the material used or to determination whether to enter into this transaction. However, be used, or the quantity or quality of the work performed or to failure of the prospective first tier participant to furnish a be performed, or the cost thereof in connection with the certification or an explanation shall disqualify such a person I submission of plans, maps, specifications, contracts, or costs from participation in this transaction. of construction on any highway or related project submitted for approval to the Secretary of Transportation; or c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting I Whoever knowingly makes any false statement, false agency determined to enter into this transaction. If it is later representation, false report or false claim with respect to the determined that the prospective participant knowingly rendered character, quality, quantity, or cost of any work performed or to an erroneous certification, in addition to other remedies be performed, or materials furnished or to be furnished, in available to the Federal Government, the contracting agency connection with the construction of any highway or related may terminate this transaction for cause of default. I project approved by the Secretary of Transportation, or d. The prospective first tier participant shall provide Whoever knowingly makes any false statement or false immediate written notice to the contracting agency to whom representation as to material fact in any statement, certificate, this proposal is submitted if any time the prospective first tier I or report submitted pursuant to provisions of the Federal -aid participant learns that its certification was erroneous when Roads Act approved July 1, 1916, (39 Stat. 355), as amended submitted or has become erroneous by reason of changed and supplemented; circumstances. Shall be fined under this title or imprisoned not more than 5 e The terms "covered transaction," "debarred," I years or both." 'suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200 "First Tier Covered IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL Transactions" refers to any covered transaction between a I WATER POLLUTION CONTROL ACT grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered This provision is applicable to all Federal -aid construction Transactions" refers to any covered transaction under a First contracts and to at related subcontracts. Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a ' By submission of this bid /proposal or the execution of this covered transaction with a grantee or subgrantee of Federal contract, or subcontract, as appropriate, the bidder, proposer, funds (such as the prime or general contractor). "Lower Tier Federal -aid construction contractor, or subcontractor, as Participant" refers any participant who has entered into a appropriate, will be deemed to have stipulated as follows. covered transaction with a First Tier Participant or other Lower I Tier Participants (such as subcontractors and suppliers). 1 That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an f The prospective first tier participant agrees by submitting award due to a violation of Section 508 of the Clean Water Act this proposal that, should the proposed covered transaction be or Section 306 of the Clean Air Act. entered into, it shall not knowingly enter into any lower tier I 2. That the contractor agrees to include or cause to be covered transaction with a person who is debarred, included the requirements of paragraph (1) of this Section X in suspended, declared ineligible, or voluntarily excluded from every subcontract, and further agrees to take such action as participation in this covered transaction, unless authorized by the contracting agency may direct as a means of enforcing the department or agency entering into this transaction. such requirements. I g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled X. CERTIFICATION REGARDING DEBARMENT, "Certification Regarding Debarment, Suspension, Ineligibility SUSPENSION, INELIGIBILITY AND VOLUNTARY and Voluntary Exclusion -Lower Tier Covered Transactions," I EXCLUSION provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower This provision is applicable to all Federal -aid construction tier covered transactions and in all solicitations for lower tier contracts, design -build contracts, subcontracts, lower -tier covered transactions exceeding the $25,000 threshold. subcontracts, purchase orders, lease agreements, consultant I contracts or any other covered transaction requiring FHWA h. A participant in a covered transaction may rely upon a approval or that is estimated to cost $25,000 or more — as certification of a prospective participant in a lower tier covered defined in 2 CFR Parts 180 and 1200 transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it t knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, 1. Instructions for Certification — First Tier Participants: debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as a. By signing and submitting this proposal, the prospective the eligibility of any lower tier prospective participants, each I first tier participant is providing the certification set out below participant may, but is not required to, check the Excluded Parties List System website (https. / /www.epls.gov /), which is b The inability of a person to provide the certification set out compiled by the General Services Administration. below will not necessarily result in denial of participation in this I W. Valley Middle School Vicinity Imp. # 2380 160 1 1 i. Nothing contained in the foregoing shall be construed to this transaction originated may pursue available remedies, require the establishment of a system of records in order to including suspension and /or debarment. render in good faith the certification required by this clause. The knowledge and information of the prospective participant c. The prospective lower tier participant shall provide is not required to exceed that which is normally possessed by immediate written notice to the person to which this proposal is a prudent person in the ordinary course of business dealings. submitted if at any time the prospective lower tier participant I j. learns that its certification was erroneous by reason of Except for transactions authorized under paragraph (f) of changed circumstances. these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a d. The terms "covered transaction," "debarred," person who is suspended, debarred, ineligible, or voluntarily "suspended," "ineligible," "participant," "person," "principal," I excluded from participation in this transaction, in addition to and "voluntarily excluded," as used in this clause, are defined other remedies available to the Federal Government, the in 2 CFR Parts 180 and 1200 You may contact the person to department or agency may terminate this transaction for cause which this proposal is submitted for assistance in obtaining a or default. copy of those regulations. "First Tier Covered Transactions" .. it * * refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" 2. Certification Regarding Debarment, Suspension, refers to any covered transaction under a First Tier Covered Ineligibility and Voluntary Exclusion — First Tier Transaction (such as subcontracts). "First Tier Participant" I Participants: refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds a. The prospective first tier participant certifies to the best of (such as the prime or general contractor). "Lower Tier its knowledge and belief, that it and its principals: Participant" refers any participant who has entered into a I (1) covered transaction with a First Tier Participant or other Lower Are not presently debarred, suspended, proposed for Tier Participants (such as subcontractors and suppliers). debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal e. The prospective lower tier participant agrees by department or agency; submitting this proposal that, should the proposed covered I transaction be entered into, it shall not knowingly enter into (2) Have not within a three -year period preceding this any lower tier covered transaction with a person who is proposal been convicted of or had a civil judgment rendered debarred, suspended, declared ineligible, or voluntarily against them for commission of fraud or a criminal offense in excluded from participation in this covered transaction, unless ' connection with obtaining, attempting to obtain, or performing authorized by the department or agency with which this a public (Federal, State or local) transaction or contract under transaction originated. a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, f The prospective lower tier participant further agrees by bribery, falsification or destruction of records, making false submitting this proposal that it will include this clause titled I statements, or receiving stolen property; "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," (3) Are not presently indicted for or otherwise criminally or without modification, in all lower tier covered transactions and civilly charged by a governmental entity (Federal, State or in all solicitations for lower tier covered transactions exceeding I local) with commission of any of the offenses enumerated in the $25,000 threshold. paragraph (a)(2) of this certification; and g. A participant in a covered transaction may rely upon a (4) Have not within a three -year period preceding this certification of a prospective participant in a lower tier covered application /proposal had one or more public transactions transaction that is not debarred, suspended, ineligible, or I (Federal, State or local) terminated for cause or default. voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is b. Where the prospective participant is unable to certify to responsible for ensuring that its principals are not suspended, any of the statements in this certification, such prospective debarred, or otherwise ineligible to participate in covered I participant shall attach an explanation to this proposal. transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each 2. Instructions for Certification - Lower Tier Participants: participant may, but is not required to, check the Excluded Parties List System website (https. / /www.epls.gov /), which is (Applicable to all subcontracts, purchase orders and other compiled by the General Services Administration. lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and h. Nothing contained in the foregoing shall be construed to 1200) require establishment of a system of records in order to render in good faith the certification required by this clause. The I a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction i. Except for transactions authorized under paragraph e of I was entered into. If it is later determined that the prospective these instructions, if a participant in a covered transaction lower tier participant knowingly rendered an erroneous knowingly enters into a lower tier covered transaction with a certification, in addition to other remedies available to the person who is suspended, debarred, ineligible, or voluntarily Federal Government, the department, or agency with which excluded from participation in this transaction, in addition to I other remedies available to the Federal Government, the I W. Valley Middle School Vicinity Imp. # 2380 161 1 1 department or agency with which this transaction originated may pursue available remedies, including suspension and /or debarment. 1 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - -Lower Tier Participants. 1 The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1 The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U S C 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure 3 The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly 1 W. Valley Middle School Vicinity Imp. # 2380 162 ' ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT which is, or reasonably may be, done as on - site work. HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS ' This provision is applicable to all Federal -aid projects funded under the Appalachian Regional Development Act of 1965. ' 1 During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is t situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly ' residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract t work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful ' collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below ' 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees ' required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly t notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State ' Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. ' 4 If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number ' requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. ' 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. ' 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work W. Valley Middle School Vicinity Imp. # 2380 163 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 164 1 1 I CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of 2015, by and between the City I of Yakima, hereinafter called the Owner, and Columbia Asphal & Gravel, Inc. a Washington Corporation, hereinafter called the Contractor WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, I the parties hereto covenant and agree as follows I The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF $ 530 496.50, for West Valley Middle School Vicinity Improvements, City Project No. 2380, all in accordance with, I and as described in the attached plans and specifications and the 2014 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof I Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Fifty (50) working days If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 1 1 th day after the date on which the City issues the Notice to Proceed I If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages I The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima I 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 I attached, at the time and in the manner and upon the conditions provided for in this contract. III INDEMNIFICATION The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses I of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non - performance of the services, duties and obligations required of it under this Agreement. I IV The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor V It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, I except as expressly provided herein IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written I Countersigned CITY OF YAKIMA CONTRACTOR this , day of AL _.iy 2015 I / % Ilk ,y. ,a 1 Corporation 0 /' ontractor 410■ By. 361-e---- �/ / ' Manager c Attes ''■����\ JG L l . glept { /(0: �, 4 (Print Name)) I Cit Clerk ` 2 -/ �`�� ' i 13 4/ V ■ Q 1 ,f' s 1 r' � * C �A� dell y _ y K d (President, Owner, etc.) CITY CONTRACT ' ■• i 0 RESOLUTION N (kj�"�xr. ik 41 .. Bond No 2200769 . , PERFORMANCE BOND ~~ BOND TO CITY OF YAKIMA K>Kvv ALL_ MEN 3/ '+ESE PRESEh - S Thai w"e`eas '�E 1/41‘: � `auna, ���� o'n' 7 as cwsw m oo Columbia Asphalt & Gravel, Inc. (Contractor) h��naherdes�na�d as the ="'`nca/ a /,*ac/'o' *e ,ons""c:^n ')f ire O,a!eo des grated West Valley Middle School Vicinity Improvements, City Project m� No. 238Oaas ant; xadaa oar nereofard whereas said principal is required under the terms of said cantrac to furnsh a bond for pe cero'manceu/ said contract N0V1; THEREFORE we tno arnoom ana. North American Specialty Insurance Company (Surety), a corporation organized and existing Joonrard c' ,'*w of the |awso be Sae af NH duly ou\nnnzed to do business in the State of Washington as sv'my are Jointly ano ee":s'.y °elo and firm./ bound unto the Oty of Yakima Washington, in the penal sum of 530 50 '`otarCoo/mu 4muun.t ronay of tny Jn'!eJ States. me payment of which we|mn8y and severally bind ourselves our heirs, exenuors administrators 3xn assigns and si.ccmsso's and asmSns by these presents THE COmD'TiDu3DP T HIS BOND '/'a' if 're above corded onnooa| shall faithfully perform afl of the provisions of said contract n the manner anJ with/r the time therein set todn womn such extensions of time as may be granted under said contract, and shall pay all laborers N� mechanics yuo~cop,'aum,00rd rnaterialmen *re claims of any person or persons arising under the contract lo the extent such claims are provided for N� /n ROW ]9]8J tn* state with 'oaoao tn taxes 'niponan pursuant wTS}es5O 5' and 82 RCW which may be due: and a persons who shetlsuopiy said onncicat or sun with orovisiors Ord supolies for the carrying on of said work, and shalt hold said Cy of Yakirna, Washington, their ompmyees agents aro elected or ocoo'pod officio's. harmless from any damage occasioned to any person or property by reason of any N� cu oar u/ said :rroi:u. or any suo n the perormance of said work and shall indemnify and hold the City o( N� 'a^ina Washington its emc|oyyes, agents arc elected or aoon/rteo nffina's harmless from any damage or expense by reason of failure, of oeoc'rnaoce as specified p said contract or 'on oe/ecaaop*a^'c or developing in the material or workmanship provided or performed .inUersaid porno: after its acceptance. Nereot by the, City oti Nasningfon anc all claims filed in compliance with Chanter 39 08 ROW are resolved and N� ail taxes pursuant to Titles 50 and 5 and 82 RC.i.iN nave been pact :`en ano in that event N/suol/Oa:oo snao be void: but otherwise it snail oe and mm rer a ir .1 'orce and effect, nniyomtgatIon 's entered into 'o pursuance ofne statutes of Me State of Washington and the Ordinances of the City of Yakima. Washington N� |NYV|TNES2 yVHERE0F the said principal and the said surety have paused this bond mhe signed and seated by their duly authorized officers this -- uay o ' August 2015 N� Columbia Asphalt &Gnsve|. Inc a' (Print Name) � cmwwd osn 1 Tit! -__-__- n �mnew l ark North American Specialty Insurance Company m� — k� A k rYi ) /�l /s "' —' u/»« --f� � -4--- -' �'w �na LoriK4oKimmy �� --- /ptxxivaei - -' Attorney-in-Fact ' r NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY 1 WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY I KNOW ALL MEN BY THESE PRESENTS. THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: I KENNETH J FRICK, LORI McKIMMY and DONNA MARTINEZ JOINTLY OR SEVERALLY I Its true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and decd, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies. as surety, on contracts of suretyship as are or may be required or permitted by law. regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION ($50,000,000 00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of I Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24 of March, 2000' "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, I the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is I FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." a(2"-- xmamumrm' pia —..NA(41(oy y F By �`�. �o Rq , _` g ' SEAL : O y• o _ Steven P Anderson, Senior Vice President of Washington International Insurance Company 2 ' SEAL a' 1973 - m & Senior Vice President of North American S O i Wr W .,A r) z Specialty Insurance Company P Y a rt ' mss,,_ t . David M. Layman, Vice President of Washington International Insurance Company gm�uaN O 11 & Vice President of North American Specialty Insurance Company I IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 17th day of May , 20 12 I North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: I On this 17th day of May , 2012 before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M Layman , I Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn. acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. �} ■ "OFFICIAL SEAL" L., �L/ Zn O ■ DONNA SKLENS Notary Public, ic. State of Illinois I Donna D Sklens, Notary Public t My Commission Expires 10 /06/2015 ' I I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International insurance Company, which is still in full force and effect. I IN WITNESS WHEREOF. I have set my hand and affixed the seals of the Companies this day of August , 20 15 I Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company UA%W CERTIFICATE OF LIABILITY INSURANCE 8/21/2015Y' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS I CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT. If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to I the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Traci Sullivan NAME: Conover Insurance (--C No. Fxt): (509) 965 -2090 FAX C, No (509) 966 -3454 125 N. 50th Ave. E-MAIL tracis @conoverinsurance.com P.O. Box 10088 INSURER(S) AFFORDING COVERAGE NAIC # Yakima WA 98909 -1088 INSURER A :Continental Western ' INSURED INSURER B . Columbia Asphalt & Gravel, Inc. INSURER C . Columbia Ready Mix, Inc. INSURERD. P.O. Box 9337 INSURERE. I Yakima WA 98909 INSURERF. COVERAGES CERTIFICATE NUMBER:14 - 15 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD I INDICATED NOTVNTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER (MM /DD/YYYY) (MM /DDIYYYY) I GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence) $ 300,000 A CLAIMS -MADE X OCCUR CWP6016619 11/1/2014 11/1/2015 MEDEXP(Anyoneperson) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 1 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ 2,000,000 7 POLICY I I FF n LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 A X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED OWP6016619 11/1/2014 11/1/2015 BODILY INJURY (Per accident) $ AUTOS AUTOS NON -OWNED PROPERTY DAMAGE $ I HIRED AUTOS _ AUTOS (Per accident) Medical payments $ 5,000 X UMBRELLA LIAB — OCCUR EACH OCCURRENCE $ 5,000,000 A EXCESS LIAB CLAIMS -MADE CU6016620 AGGREGATE $ 5,000,000 DED X I RETENTION $ 10, 000 11/1/2014 11/1/2015 $ A WORKERS COMPENSATION Work Comp - Statutory WCSTATU- OTH- AND EMPLOYERS' LIABILITY TORY LIMITS ER Y / N ANY PROPRIETOR /PARTNER /EXECUTIVE CWP6016619 E L EACH ACCIDENT $ 1,000,000 OFFICER /MEMBER EXCLUDED'? N / A 11/1/2014 11/1/2015 U (Mandatory in NH) E L DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under Employers Liab ( (Stop Gap) DESCRIPTION OF OPERATIONS below E L. DISEASE - POLICY LIMIT $ 1,000,000 I DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Re: West Valley Middle School Vicinity Improvements - City Project No. 2380 - City of Yakima, their agents, employees, and elected and appointed officials are named as Additional Insured per form CL CG 00 I 13 08 13 attached which includes Per Project Agregate. CERTIFICATE HOLDER CANCELLATION I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Yakima ACCORDANCE WITH THE POLICY PROVISIONS. 129 North 2nd Street 1 Yakima, WA 98 901 AUTHORIZED REPRESENTATIVE Traci Sullivan /TRACIS '~`_J(& e.-r �_ -D,-.L 6., �' - r-_ I ACORD 25 (2010/05) © 1988 -2010 ACORD CORPORATION. All rights reserved. INS025 (201005).01 The ACORD name and logo are registered marks of ACORD 1 ' COMMERCIAL GENERAL LIABILITY CL CG 00 13 08 13 ' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY PLATINUM ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1 A. MEDICAL PAYMENTS If SECTION 1 - COVERAGE C MEDICAL PAYMENTS is not otherwise excluded from this Coverage Part: ' 1. The Medical Expense Limit provided by this policy, subject to the terms of SECTION I11 - LIMITS OF INSURANCE, shall be the greater of: a. $10,000; or b. The Medical Expense Limit shown in the Declarations of this Coverage Part. B. FIRE, LIGHTNING, EXPLOSION, SMOKE AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT 1 If damage to premises rented to you under Coverage A. is not otherwise excluded from this policy, the following applies: ' 1. The last paragraph of SECTION! - COVERAGE A.2. Exclusions is deleted and replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the ' owner A separate limit of insurance applies to this coverage as described in SECTION III - LIMITS OF INSURANCE. 2. Paragraph 6. of SECTION III - LIMITS OF INSURANCE is deleted and replaced by the ' following 6. Subject to Paragraph 5. above, the greater of a. $300,000; or ' b. the Damage To Premises Rented To You Limit shown in the Declarations; is the most we will pay under COVERAGE A for damages because of "property damage" to any one premises, while rented to you or temporarily occupied by you with the permission of ' the owner 3. Paragraph 4.b.(1)(a)(ii) Other Insurance of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is deleted and replaced by the following ' (i That is Fire, Lightning, Explosion, Smoke or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the permission of the owner; 4. Paragraph 9.a. of SECTION V - DEFINITIONS is deleted and replaced by the following: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 1 of 6 Office, Inc. with its permission 1 C. LIMITED NON -OWNED WATERCRAFT 1. Paragraph g.(2) of SECTION I - COVERAGE A.2. Exclusions is deleted and replaced by the ' following: A watercraft you do not own that is a. Less than 51 feet long; and ' b. Not used to carry persons or property for a charge. D. SUPPLEMENTARY PAYMENTS SECTION I - SUPPLEMENTARY PAYMENTS - COVERAGES A AND B is amended as follows: 1 1. The limit of insurance in paragraph 1.b. is increased from $250 to $2,500; and 2. The limit of insurance in paragraph 1.d. is increased from $250 to $500. ' E. AUTOMATIC ADDITIONAL INSURED - SPECIFIED RELATIONSHIPS - PRIMARY NON - CONTRIBUTORY The following is added to Paragraph 2. of SECTION II - WHO IS AN INSURED' e. Any person or organization described below, when you are obligated by virtue of a written contract or agreement that such person be added as an additional insured on your policy When required by virtue of a written contract or agreement, coverage provided to any ' additional insured will be on a primary basis and will not seek contribution from the additional insured's policy Only the following persons or organizations are additional insureds under this endorsement: ' (1) Managers Or Lessors Of Premises. The manager or lessor of a premise leased to you, but only with respect to liability arising from the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: ' This insurance does not apply to (a) Any "occurrence" which takes place after you cease to be a tenant of that premises. (b) Structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor. (2) Lessor Of Leased Equipment. Any person or organization from whom you lease equipment, but only with respect to liability for "bodily injury", "property damage" or " personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization(s). However, this insurance does not apply to any "occurrence which takes place after the ' equipment lease expires. (3) Vendors. Any person or organization, but only with respect to "bodily injury" or "property damage" arising out of your products" shown in the Schedule which are distributed or sold in the regular course of the vendor's business, subject to the following ' additional exclusions a. The insurance afforded the vendor does not apply to 1 "Bodily injury" or "property damage" for which the vendor is obligated to pay ' damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; ' 2. Any express warranty unauthorized by you; 3. Any physical or chemical change in the product made intentionally by the vendor; ' CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 2 of 6 Office, inc. with Us permission 1 1 4. Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; ' 5. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; ' 6. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; ' 7. Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. b. This insurance does not apply to any insured person or organization, from whom ' you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. (4) State Or Political Subdivision - Permits Or Authorizations Relating To Premises. ' Any state or political subdivision, subject to the following additional provision: This insurance applies only with respect to the following hazards for which the state or political subdivision has issued a permit in connection with premises you own, rent, or control and to which this insurance applies' (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and ' similar exposures; or (b) The construction, erection, or removal of elevators, or (c) The ownership, maintenance, or use of any elevators covered by this insurance. ' Limits of insurance for such additional insured are the limits in this coverage form or the limits you and such additional insured agreed to by virtue of a contract or agreement, whichever is less These limits are inclusive of and are not in addition to the Limits Of Insurance shown in the Declarations. ' When required by virtue of a written contract or agreement, coverage provided to any additional insured AUTOMATIC ADDITIONAL INSURED - SPECIFIED RELATIONSHIPS - PRIMARY NON - CONTRIBUTORY will be on a primary basis and will not seek contribution from the additional insured's policy F. BROADENED NAMED INSURED - NEWLY ACQUIRED 180 DAYS Paragraph 3. of SECTION II - WHO IS AN INSURED is deleted and replaced by the following: ' Any organization you newly acquire or form, other than a joint venture, and over which you maintain ownership or majority interest of more than 50% will be a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form t the organization or the end of the policy period, whichever is earlier. b. COVERAGE A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization. c. COVERAGE B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. G. AGGREGATE LIMITS OF INSURANCE ' The General Aggregate Limit under SECTION Ill - LIMITS OF INSURANCE applies separately to each of your: CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 3 of 6 Office, Inc. with its permission 1 1 1. Projects away from premises owned by or rented to you. 2. "Locations" owned by or rented to you. ' "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. When paragraph B. Construction Project General Aggregate Limit on form CL CG 00 20 is a ' part of this policy, then paragraph G. Aggregate Limits of Insurance of this endorsement does not apply H. KNOWLEDGE OF OCCURRENCE t The following is added to paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: e. A report of an "occurrence, offense, claim or "suit" to: (1) You, if you are an individual, (2) A partner, if you are a partnership, (3) An executive officer, if you are a corporation, or 1 (4) A manager, if you are a limited liability company; is considered knowledge and requires you to notify us of the "occurrence ", offense, claim, or "suit" as soon as practicable. ' f. We are considered on notice of an "occurrence ", offense, claim or "suit" that is reported to your Workers' Compensation insurer for an event which later develops into an "occurrence", offense, claim or "suit" for which there is coverage under this policy. However, we will only ' be considered on notice if you notify us as soon as you know the claim should be addressed by this policy rather than your Workers' Compensation policy L UNINTENTIONAL OMISSIONS ' The following is added to paragraph 6. Representations of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: d. If you unintentionally fail to disclose any exposures existing at the inception date of your policy, we will not deny coverage under this Coverage Part solely because of such failure to ' disclose. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non - renewal. This provision does not apply to any known injury or damage which is excluded under any ' other provision of this policy. J. MENTAL ANGUISH Paragraph 3. of SECTION V - DEFINITIONS is deleted and 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 K. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of SECTION 1V - COMMERCIAL GENERAL LIABILITY CONDITIONS is amended by the addition of the following: We waive any right of recovery we may have because of payments we make for "bodily injury" or U "property damage" arising out of your ongoing operations or your work" done under a contract requiring such waiver with that person or organization and included in the "products- completed operations hazard ". ' However, our rights may only be waived prior to the "occurrence" giving rise to the injury or damage for which we make payment under this Coverage Part. The insured must do nothing after a loss to impair our rights At our request, the insured will bring "suit" or transfer those rights to us and help us enforce those rights. CL CG 0013 08 13 includes copyrighted material of insurance Services Page 4 of 6 Office, Inc. with its permission i 1 ` ' Paragraph K. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS does not apply if another waiver of transfer of rights of recovery against others is endorsed separately to this policy. 1 L. OTHER INSURANCE When Coverage applies in this General Liability Enhancement Endorsement, no other coverage or ' limit of insurance in the policy applies to loss or damage insured by this coverage. M. NON - EMPLOYMENT DISCRIMINATION LIABILITY (DEFENSE WITHIN LIMITS) The following is added to paragraph 14. "Personal and advertising injury" SECTION V - I DEFINITIONS of COMMERCIAL GENERAL LIABILITY COVERAGE FORM: h. Non - employment discrimination. Non - employment discrimination means violation of a person's civil rights with respect to such ' person's race, color, national origin, religion, gender, marital status, age, sexual orientation or preference, physical or mental condition, or any other protected class or characteristic established by any federal, state or focal statutes, rules or regulations Non - employment discrimination does not include violation of civil rights arising out of past, present or prospective employment. ' Our obligation under the Personal and Advertising Injury Liability Coverage to pay non- employment discrimination liability damages on your behalf applies only to the amount of damages in excess of $5,000 deductible as the result of any one offense regardless of the number of persons or ' organizations who sustain damages because of the offense. The most we will pay for ail damages for non - employment discrimination is $15,000 annual aggregate. No other liability to pay sums or perform acts or services is covered. ' Supplemental Payments - Coverages A and B do not apply to non - employment discrimination coverage, N. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS OR OTHERS- AUTOMATIC, INCLUDING PRIMARY NON - CONTRIBUTORY 1 1. SECTION II - WHO IS AN INSURED is amended to include as an additional insured any person or organization for whom you are performing operations when you are obligated by virtue of a written contract or agreement that such person or organization be added as an additional ' insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused by your ongoing operations for the additional insured and only to the extent that such "bodily injury ", "property damage" or "personal and advertising injury" is caused by your negligence or the ' negligence of those performing operations on your behalf. This insurance does not apply to "bodily injury", "property damage ", "personal and advertising injury" included within the "products- completed operations hazard ". ' This insurance does not apply to any additional insured scheduled on your policy by separate endorsement 2. Limits of Insurance ' Limits of insurance for such additional insured are the limits in this coverage form or the limits you and such additional insured agreed to by virtue of a contract or agreement, whichever is less. These limits are inclusive of and are not in addition to the Limits Of Insurance shown in the Dectaratio ns. 1 3. Exclusions A. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply to "bodily injury", "property damage" or "personal and advertising injury" ' arising out of: 1. The rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 5 of 6 Office, Inc with its permission 1 1 a. Providing engineering, architectural or surveying services to others in your capacity as an engineer, architect or surveyor; and ' b. Providing, or hiring independent professionals to provide, engineering, architectural or surveying services in connection with construction work you perform. 2. Subject to Paragraph 3 below, professional services include. a. Preparing. approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; and b. Supervisory or inspection activities performed as part of any related architectural or ' engineering activities. 3. Professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you or performed by or for the construction manager, its employees or its subcontractors in connection with your ongoing operations. 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) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has 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 subcontractor engaged in performing operations for a principal as a part of the same 1 project. 4. Primary Non - Contributory When required by virtue of a written contract or agreement, coverage provided to any additional I insured by ADDITIONAL INSURED - OWNERS, LESSEES, CONTRACTORS OR OTHERS - ONGOING OPERATIONS - AUTOMATIC, INCLUDING PRIMARY NON CONTRIBUTORY will be on a primary basis and will not seek contribution from the additional insured's policy. 1 1 1 1 1 1 1 CL CG 00 13 08 13 includes copyrighted material of Insurance Services Page 6 of 6 Office. Inc. with its permission 1 1 1 1 MINIMUM WAGE AFFIDAVIT 1 STATE OF WASHINGTON ) I COUNTY OF YAKIMA ) ss ) I I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now 1 referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work, and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, I know the contents thereof and the substance as set forth therein is true to my knowledge and belief 1 Contractor 111 Subscribed and sworn to before me on this day of , 201 1 I Notary Public in and for the State of Washington residing at 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 1 173 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W Valley Middle School Vicinity Imp. # 2380 1 174 1 PREVAILING WAGE RATES 1 The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39 12 RCW, as amended The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein The current schedule of prevailing wage rates for the locality or localities where this contract will be ' performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is ' imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39 12.060 ' as amended Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to ' Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504 -4540 Telephone 360- 902 -5335 1 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 1 175 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 176 II i P age 11 General Decision Number: WA150001 07/10/2015 WA1 II Superseded General Decision Number: WA20140001 State: Washington II Construction Type: Highway Counties: Washington Statewide. I HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) I Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis -Bacon Act for which the solicitation is issued on I or after January 1, 2015. If this contract is covered by the SO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it II is higher) for all hours spent performing on the contract. The FO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the SO is available at www.dol.gov /whd /govcontracts. II Modification Number Publication Date 0 01/02/2015 II 1 01/09/2015 2 01/23/2015 3 02/27/2015 I 4 03/20/2015 5 04/03/2015 6 05/22/2015 7 05/29/2015 I 8 9 06/12/2015 07/03/2015 10 07/10/2015 I CARP0001 -008 06/01/2013 Rates Fringes CARPENTER II COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA,DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN, (EAST OF THE 120 MERIDIAN) AND WALLA WALLA I COUNTIES GROUP 1• $ 30.66 12.87 GROUP 2• $ 31.56 12.87 GROUP 3• $ 31.64 12.87 I GROUP 4 $ 31.64 12.87 GROUP 5 $ 62.58 12.87 GROUP 6 $ 30.29 12.87 GROUP 7 $ 31.29 12.87 I GROUP 8 $ 28.54 12.87 GROUP 9 $ 30.29 12.87 II WA150001 Modification 10 Federal Wage Determinations for Highway Construction II P a g e 12 ' SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1• $ 30.66 12.87 GROUP 2• $ 31.56 12.87 GROUP 3• $ 31.64 12.87 GROUP 4• $ 31.64 12.87 GROUP 5• $ 70.78 12.87 GROUP 6• $ 32.64 12.87 GROUP 7 $ 35.39 12.87 GROUP 8 $ 34.39 12.87 GROUP 9 $ 34.39 12.87 CARPENTER S DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby, Bell /Vehicle or Submersible operator Not Under Pressure GROUP 8: Assistant Tender, ROV Tender /Technician GROUP 9: Manifold Operator -Mixed Gas ZONE PAY: ZONE 1 0 -40 MILES FREE ZONE 2 41 -65 MILES $2.25 /PER HOUR ZONE 3 66 -100 MILES $3.25 /PER HOUR ZONE 4 OVER 100 MILES $4.75 /PER HOUR DISPATCH POINTS: CARPENTERS /MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS /PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). WA150001 Modification 10 ' Federal Wage Determinations for Highway Construction 1 1 Page 13 DEPTH PAY FOR DIVERS BELOW WATER SURFACE: ' 50 -100 feet $2.00 per foot 101 -150 feet $3.00 per foot 151 -220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0 -25 feet Free 26 -300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The ' saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift ' are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: ' Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a ' premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of ' protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying ' respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit ". LEVEL A +$1.00 per hour - This level utilizes a fully ' encapsulated suit with a self- contained breathing apparatus or a supplied air line. 1 1 1 1 WA15OOO1 Modification 10 Federal Wage Determinations for Highway Construction 1 Page 14 CARP0003 -006 10/01/2011 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: ' Rates Fringes Carpenters: CARPENTERS $ 32.04 14.18 DIVERS TENDERS $ 36.34 14.18 DIVERS $ 77.08 14.18 DRYWALL $ 27.56 14.18 MILLWRIGHTS $ 32.19 14.18 PILEDRIVERS $ 33.04 14.18 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected I/ city of the above mentioned cities L WA150001 Modification 10 ' Federal Wage Determinations for Highway Construction II II Page 15 CARP0770 -003 07/01/2014 II Rates Fringes CARPENTER I CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST I OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE MATERIAL $ 38.78 13.64 II CARPENTERS $ 38.68 13.64 DIVERS TENDER $ 39.15 13.64 DIVERS $ 87.20 13.64 II MILLWRIGHT AND MACHINE ERECTORS $ 39.78 13.64 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING 1 COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 38.93 13.64 I (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the I free zone computed from the city center of the following listed cities: II Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen- Hoquiam Tacoma Wenatchee 1 Ellensburg Centralia Everett Port Angeles Mount Vernon Sunnyside Chelan Pt. Townsend I Zone Pay: 0 -25 radius miles Free 26 -35 radius miles $1.00 /hour 36 -45 radius miles $1.15 /hour II 46 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour I (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, 1 Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free I 26 -45 radius miles $ .70 /hour Over 45 radius miles $1.50 /hour II WA150001 Modification 10 Federal Wage Determinations for Highway Construction II P a gs 1 6 ' CARP0770 -006 06/01/2014 Rates Fringes CARPENTER WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES BRIDGE CARPENTERS $ 38.68 13.64 CARPENTERS ON CREOSOTE MATERIAL $ 38.78 13.64 CARPENTERS $ 38.68 13.64 DIVERS TENDER $ 39.15 13.64 DIVERS $ 87.20 13.64 MILLWRIGHT AND MACHINE ERECTORS $ 39.78 13.64 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 38.93 13.64 ' (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen- Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26 -35 radius miles $1.00 /hour 36 -45 radius miles $1.15 /hour 46 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26 -45 radius miles $ .70 /hour Over 45 radius miles $1.50 /hour WA150001 Modification 10 Federal Wage Determinations for Highway Construction Page 17 ' ELEC0046 -001 02/04/2013 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES ' Rates Fringes CABLE SPLICER $ 46.87 3%+15.96 ELECTRICIAN $ 42.61 3%+15.96 ' ELEC0048 -003 01/01/2015 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes ' CABLE SPLICER $ 44.22 21.50 ELECTRICIAN $ 40.20 21.50 HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria ' Zone Pay: Zone 1: 31 -50 miles $1.50 /hour Zone 2: 51 -70 miles $3.50 /hour Zone 3: 71 -90 miles $5.50 /hour Zone 4: Beyond 90 miles $9.00 /hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. ' ELEC0048 -029 01/01/2015 COWLITZ AND WAHKIAKUM COUNTY ' Rates Fringes CABLE SPLICER $ 44.22 21.50 ELECTRICIAN $ 40.20 21.50 1 I WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 '" ale 18 II * ELEC0073 -001 07/01/2015 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN II COUNTIES Rates Fringes 1 CABLE SPLICER $ 34.10 16.68 ELECTRICIAN $ 31.00 16.68 1 ELEC0076- 002 09/01/2014 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON II COUNTIES Rates Fringes II CABLE SPLICER $ 37.94 23.36 ELECTRICIAN $ 34.49 23.36 II * ELEC0112 -005 06/01/2015 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES II Rates Fringes II CABLE SPLICER $ 40.74 18.65 ELECTRICIAN $ 38.80 18.59 ELEC0191 -003 06/01/2014 II ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES II Rates Fringes CABLE SPLICER $ 44.23 17.73 II ELECTRICIAN $ 40.21 17.73 ELEC0191 -004 06/01/2014 II CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER $ 40.82 17.63 II ELECTRICIAN $ 37.11 17.63 II II WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 Page ENGI0302 -003 06/01/2014 I CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS ' SHOWN BELOW) Zone 1 (0 -25 radius miles): 1 Power equipment operators: Rates Fringes Group lA $ 38.39 17.39 ' Group IAA $ 38.96 17.39 Group 1AAA $ 39.52 17.39 Group 1 $ 37.84 17.39 Group 2 $ 37.35 17.39 Group 3 $ 36.93 17.39 Group 4 $ 34.57 17.39 ' Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima ' POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft ' in height, base to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments 1 GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill ' and /or shield; Quad 9, HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type ' WA1S0001 Modification 10 Federal Wage Determinations for Highway Construction 1 Pa ge 110 GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer /Deck Winches (power); Drilling machine; Excavator, shovel, backhoe- 3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal /directional drill operator; Loaders- overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers - asphalt plant; Motor patrol graders- finishing; Piledriver (other than crane mount); Roto - mill,roto - grinder; Screedman, spreader, topside operator -Slaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off -road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes -over 75 hp; 11 Transfer material service machine - shuttle buggy, blaw knox - roadtec; Truck crane oiler /driver -100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes -thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D -9 and under; Forklift -3000 lbs. and over with attachments; Horizontal /directional drill locator; Outside hoists - (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loader - elevating type, belt; Motor patrol grader - nonfinishing; Plant oiler- asphalt, crusher; Pumps- concrete; Roller, plant mix or multi -lift materials; Saws- concrete; Scrpers- concrete and carry -all; Service engineer- equipment; Trenching machines; Truck Crane Oiler /Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine -laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift - permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator 1 WA150001 Modification 10 Federal Wage Determinations for Highway Construction ' Page 1 11 Category B Projects: 95% of the basic hourly reate for each ' group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. ' 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not ' outfitted with protective clothing H -2 Class "C" Suit - Base wage rate plus $ .25 per hour. ' H -3 Class "B" Suit - Base wage rate plus $ .50 per hour. H -4 Class "A" Suit - Base wage rate plus $ .75 per hour. Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima 1 11 1 ' WA150001 Modification 10 Federal Wage Determinations for Highway Construction Page 1 12 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane - overhead, 11 bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter, Cranes, 20 tons thru 44 tons with attachments; Crane - overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer /Deck Winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal /directional drill operator; Loaders - overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers - asphalt plant; Motor patrol graders- finishing; Piledriver (other than crane mount); Roto- mill,roto- grinder; Screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off -road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes -over 75 hp; Transfer material service machine - shuttle buggy, blaw knox - roadtec; Truck crane oiler /driver -100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer 1 1 1 WA1S0001 Modification 10 Federal Wage Determinations for Highway Construction 1 1 Page 1 13 GROUP 3 - Conveyors; Cranes -thru 19 tons with attachments; ' A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D -9 and under; Forklift -3000 lbs. and over with attachments; Horizontal /directional drill locator; Outside hoists - (elevators and manlifts), air tuggers, strato ' tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loader - elevating type, belt; Motor patrol grader- nonfinishing; Plant oiler- asphalt, crusher; Pumps- concrete; Roller, plant mix or multi -lift materials; ' Saws- concrete; Scrpers- concrete and carry -all; Service engineer- equipment; Trenching machines; Truck Crane Oiler /Driver under 100 tons; Tractors, backhoe 75 hp and under ' GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine -laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift- permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; ' Pumps, water; Rigger and Gellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator ' CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES MAY BE PAID ON THE FOLLOWING: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 ' million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving including, but utilities excluded. 3. Marine projects (docks, wharfs, ect.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft 1 classifications subject to working inside a federally designed hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing. H -2 Class "C" Suit - Base wage rate plus $.25 per hour. H -3 Class "B" Suit - Base wage rate plus $.50 per hour. H -4 Class "A" Suit - Base wage rate plus $.75 per hour. 1 1 1 WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 1 Pa4e 114 1 ENGI0370 -002 06/01/2015 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: 1 Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1 $ 26.16 13.55 GROUP 2 $ 26.48 13.55 GROUP 3 $ 27.09 13.55 11 GROUP 4 $ 27.25 13.55 GROUP 5 $ 27.41 13.55 GROUP 6 $ 27.69 13.55 GROUP 7 $ 27.96 13.55 GROUP 8 $ 29.06 13.55 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Fireman & Heater Tender; Hydro- seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler- Driver (CLD required) & Cable Tender, Mucking Machine 1 1 1 1 WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 ' Page 1 15 GROUP 2: A -frame Truck (single drum); Assistant Refrigeration ' Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or 1 electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); ' Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable- concrete); Pavement Breaker, Hydra- Hammer & similar; Power Broom; ' Railroad Ballast Regulation Operator (self - propelled); Railroad Power Tamper Operator (self - propelled); Railroad Tamper Jack Operator (self - propelled; Spray Curing Machine (concrete); Spreader Box (self - propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or ' similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer /Tractor (up to D -6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator ' GROUP 4: Concrete Pumps (squeeze - crete, flow - crete, pump - crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); ' Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front -end, under 4 yds. R /T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R /T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re- screening); Vacuum Drill (reverse circulation drill under 8 inch bit) ' WA150001 Modification 10 Federal Wage Determinations for Highway Construction i Page 116 ' GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 vd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self - propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self - propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill ' Doctor; Loader Operator (front -end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber - tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator ( Recycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning /Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator, Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front -end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator 1 WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 1 II Page 1 17 GROUP 8: Cranes (85 tons and over, and all climbing, II overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front -end, 10 yards and over); Helicopter Pilot I BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale I NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. II HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENGI0612 -012 06/01/2014 II LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES I ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. t Zone 1 (0 -25 radius miles): II Rates Fringes POWER EQUIPMENT OPERATOR I GROUP lA $ 38.39 17.40 GROUP IAA $ 38.96 17.40 GROUP lAAA $ 39.52 17.40 GROUP 1 $ 37.84 17.40 II GROUP 2 $ 37.35 17.40 GROUP 3 $ 36.93 17.40 GROUP 4 $ 34.57 17.40 I Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) = $1.00 Zone 3 (Over 45 radius miles) - $1.30 II BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA II II II WA150001 Modification 10 Federal Wage Determinations for Highway Construction Page 1 18 i POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane- overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders- overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9 HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self- propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator- concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer /deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto- grinder; Screedman, spreader, topside operator -Slaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off -road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine - shuttle buggy, B1aw Knox- Roadtec; Truck Crane oiler /driver -100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay WA150001 Modification 10 Federal Wage Determinations for Highway Construction Page 1 19 GROUP 3 - Conveyors; Cranes through 19 tons with attachments; ' Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D -9 and under; Forklift -3000 lbs. and over with attachments; Horizontal /directional drill locator; Outside Hoists - (elevators and manlifts), air ' tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loaders - elevating type, belt; Motor patrol grader- nonfinishing; Plant oiler- asphalt, crusher; Pump- Concrete; Roller, plant mix or multi -lfit materials; Saws- concrete; Scrapers, concrete and carry all; Service engineers- equipment; Trenching machines; Truck crane oiler /driver under 100 tons; Tractors, backhoe under 75 hp ' GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole ' digger- mechanical; Power plant; Pumps - water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as ' outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class "D" Suit - Base wage rate plus $ .50 per hour. H -2 Class "C" Suit - Base wage rate plus $1.00 per hour. H -3 Class "B" Suit - Base wage rate plus $1.50 per hour. H -4 Class "A" Suit - Base wage rate plus $2.00 per hour. WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 Pa ge 1 1 ENGI0701 -002 01/01/2015 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND 1 WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 1 Rates Fringes POWER EQUIPMENT OPERATOR 1 GROUP 1 $ 39.47 14.10 GROUP 1A $ 41.44 14.10 GROUP 1B $ 43.42 14.10 GROUP 2 $ 37.58 14.10 GROUP 3 $ 36.44 14.10 GROUP 4 $ 35.36 14.10 GROUP 5 $ 34.13 14.10 GROUP 6 $ 30.94 14.10 Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00 1 1 1 1 1 1 1 1 1 WA150001 Modification 10 111 Federal Wage Determinations for Highway Construction 1 1 1 Page 121 For the following metropolitan counties: MULTNOMAH; ' CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: 1 All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. ' All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. ' For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. 1 1 1 1 1 WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 1 Page X22 POWER EQUIPMENT OPERATORS CLASSIFICATIONS Group 1 Concrete Batch Plan and or Wet mix three (3) units or more, Crane, Floating one hundred and fifty (150) ton but less than two hundred and fifty (250) ton; Crane, two hundred (200) ton through two hundred ninety nine (299) ton with two hundred foot (200') boom or less (including jib, inserts and /or attachments); Crane, ninety (90) ton through one hundred ninety nine (199) ton with over two hundred (200') boom Including jib, inserts and /or attachments); Crane, Tower Crane with one hundred seventy five foot (175') tower or less and with less than two hundred foot (200') jib; Crane, Whirley ninety (90) ton and over; Helicopter when used in erecting work Group lA Crane, floating two hundred fifty (250) ton and over; Crane, two hundred (200) ton through two hundred ninety nine (299) ton, with over two hundred foot (200') boom (including jib, inserts and /or attachments); Crane, three hundred (300) ton through three hundred ninety nine (399) ton; Crane, Tower Crane with over one hundred seventy five foot (175') tower or over two hundred foot (200') jib; Crane, tower Crane on rail system or 2nd tower or more in work radius Group 1B Crane, three hundred (300) ton through three hundred ninety nine (399) ton, with over two hundred foot (200') boom (including jib, inserts and /or attachments); Floating crane, three hundred fifty (350) ton and over; Crane, four hundred (400) ton and over Group 2 Asphalt Plant (any type), Asphalt Roto -Mill, pavement profiler eight foot (8') lateral cut and over; Auto Grader or "Trimmer "; Blade, Robotic; Bulldozer, Robotic Equipment (any type); Bulldozer, over one hundred twenty thousand (120,000) lbs. and above; Concrete Batch Plant and /or Wet Mix one (1) and two (2) drum; Concrete Diamond Head Profiler; Canal Trimmer; Concrete, Automatic Slip Form Paver (Assistant to the Operator required); Crane, Boom Truck fifty (50) ton and with over one hundred fifty foot (150') boom and over; Crane, Floating (derrick barge) thirty (30) ton but less than one hundred fifty (150) ton; Crane, Cableway twenty -five (25) ton and over; Crane, Floating Clamshell three (3) cu. Yds. And over; Crane, ninety (90) ton through one hundred ninety nine (199) ton up to and including two hundred foot (200') of boom (including jib inserts and /or attachments); Crane, fifty 11 (50) ton through eighty nine (89) ton with over one hundred fifty foot (150') boom (including jib inserts and /or attachments); Crane, Whirlev under ninety (90) ton; Crusher Plant; Excavator over one hundred thirty thousand (130,000) lbs.; Loader one hundred twenty thousand (120,000) lbs. and above; Remote Controlled Earth Moving Equipment Shovel, Dragline, Clamshell, five (5) cu. Yds. And over; Underwater Equipment remote or otherwise, when used in construction work; Wheel Excavator any size WA150001 Modification 10 Federal Wage Determinations for Highway Construction ' Page 1 23 Group 3 Bulldozer, over seventy thousand (70,000) lbs. up to and ' including one hundred twenty thousand (120,000) lbs.; Crane, Boom Truck fifty (50) ton and over with less than one hundred fifty foot (150') boom; Crane, fifty (50) ton through eighty nine (89) ton with one hundred fifty foot ' (150') boom or less (including jib inserts and /or attachments); Crane, Shovel, Dragline or Clamshell three (3) cu. yds. but less than five (5) cu. Yds.; Excavator over eighty thousand (80,000) lbs. through one hundred ' thirty thousand (130,000) lbs.; Loader sixty thousand (60,000) lbs. and less than one hundred twenty thousand (120,000) lbs. ' Group 4 Asphalt, Screed; Asphalt Paver; Asphalt Roto -Mill, pavement profiler, under eight foot (8') lateral cut; Asphalt, Material Transfer Vehicle Operator; Back Filling Machine; ' Backhoe, Robotic, track and wheel type up to and including twenty thousand (20,000) lbs. with any attachments; Blade (any type); Boatman; Boring Machine; Bulldozer over twenty thousand (20,000) lbs. and more than one hundred (100) ' horse up to seventy thousand (70,000) lbs.; Cable -Plow (any type); Cableway up to twenty five (25) ton; Cat Drill (John Henry); Chippers; Compactor, multi - engine; Compactor, Robotic; Compactor with blade self - propelled; Concrete, ' Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile; Concrete, Paving Road Mixer; Concrete, Reinforced Tank Banding Machine; Crane, Boom Truck twenty (20) ton and ' under fifty (50) ton; Crane, Bridge Locomotive, Gantry and Overhead; Crane, Carry Deck; Crane, Chicago Boom and similar types; Crane, Derrick Operator, under one hundred (100) ton; Crane, Floating Clamshell, Dragline, etc. ' Operator, under three (3) cu. yds. Or less than thirty (30) ton; Crane, under fifty (50) ton; Crane, Quick Tower under one hundred foot (100') in height and less than one hundred fifty foot (150') jib (on rail included); Diesel - Electric ' Engineer (Plant or Floating); Directional Drill over twenty thousand (20,000) lbs. pullback; Drill Cat Operator; Drill Doctor and /or Bit Grinder; Driller, Percussion, Diamond, Core, Cable, Rotary and similar type; Excavator Operator t over twenty thousand (20,000) lbs. through eighty thousand (80,000) lbs.; Generator Operator; Grade -all; Guardrail Machines, i.e. punch, auger, etc.; Hammer Operator ' (Piledriver); Hoist, stiff leg, guy derrick or similar type, fifty (50) ton and over; Hoist, two (2) drums or more; Hydro Axe (loader mounted or similar type); Jack Operator, Elevating Barges, Barge Operator, self- unloading; ' Loader Operator, front end and overhead, twenty five thousand (25,000) lbs. and less than sixty thousand (60,000) lbs.; Log Skidders; Piledriver Operator (not crane type); Pipe, Bending, Cleaning, Doping and Wrapping ' Machines; Rail, Ballast Tamper Multi - Purpose; Rubber -tired Dozers and Pushers; Scraper, all types; Side -Boom; Skip Loader, Drag Box; Strump Grinder (loader mounted or similar ' type); Surface Heater and Planer; Tractor, rubber - tired, over fifty (50) HP Flywheel; Trenching Machine three foot (3') depth and deeper; Tub Grinder (used for wood debris); Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine; ' WA150001 Modification 10 Federal Wage Determinations for Highway Construction Page 124 Ultra High Pressure Water Jet Cutting Tool System Operator; Vacuum Blasting Machine Operator; Water pulls, Water wagons Group 5 Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt mix); Asphalt, Roto -Mill pavement profiler ground man; Bulldozer, twenty thousand (20,000) lbs. or less, or one hundred (100) horse or less; Cement Pump; Chip Spreading Machine; Churn Drill and Earth Boring Machine; Compactor, self - propelled without blade; Compressor, (any power) one thousand two hundred fifty (1,250) cu. ft. and over, total capacity; Concrete, Batch Plant Quality control; Concrete, Combination Mixer and compressor operator, gunite work; Concrete, Curb Machine, Mechanical Berm, Curb and /or Curb and Gutter; Concrete, Finishing Machine; Concrete, Grouting Machine; Concrete, Internal Full Slab Vibrator Operator; Concrete, Joint Machine; Concrete, Mixer single drum, any capacity; Concrete, Paving Machine eight foot (8') or less; Concrete, Planer; Concrete, Pump; Concrete, Pump Truck; Concrete, Pumperete Operator (any type); Concrete, Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Convevored Material Hauler; Crane, Boom Truck under twenty (20) tons; Crane, Boom Type lifting device, five (5) ton capacity or less; Drill, Directional type less than twenty thousand (20,000) lbs. pullback; Fork Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist Operator, single drum; Hydraulic Backhoe track type up to and including twenty thousand (20,000) lbs.; Hydraulic Backhoe wheel type (any make); Laser Screed; Loaders, rubber -tired type, less than twenty five thousand (25,000) lbs.; Pavement Grinder and /or Grooving Machine (riding type); Pipe, cast in place Pipe Laying Machine; Pulva -Mixer or similar types; Pump Operator, more than five (5) pumps (any size); Rail, Ballast Compactor, Regulator, or Tamper machines; Service Oiler (Greaser); Sweeper Self- Propelled; Tractor, Rubber - Tired, fifty (50) HP flywheel and under; Trenching Machine Operator, maximum digging capacity three foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power Jumbo setting slip forms, etc. Group 6 Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck Mounted Asphalt Spreader, with Screed; Auger Oiler; Boatman; Bobcat, skid steed (less than one (1) yard); Broom, self- propelled; Compressor Operator (any power) under 1,250 cu. ft. total capacity; Concrete Curing Machine (riding type); Concrete Saw; Conveyor Operator or Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler; Deckhand; Drill, Directional Locator; Fork Lift; Grade Checker; Guardrail Punch Oiler; Hvdrographic Seeder Machine, straw, pulp or seed; Hydrostatic Pump Operator; Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump (any power); Rail, Brakeman, Switchman, Motorman; Rail, Tamping Machine, mechanical, self - propelled; Rigger; Roller grading (not asphalt); Truck, Crane Oiler- Driver WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 Page X25 IRON0014 -005 07/01/2015 1 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES 1 Rates Fringes 1 IRONWORKER $ 32.76 23.19 IRON0029 -002 07/01/2015 1 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES 1 Rates Fringes IRONWORKER $ 34.12 23.04 1 IRON0086 -002 07/01/2015 YAKIMA, KITTITAS AND CHELAN COUNTIES 1 Rates Fringes 1 IRONWORKER $ 32.76 23.19 IRON0086 -004 07/01/2015 1 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES 1 Rates Fringes IRONWORKER $ 40.04 23.19 1 1 1 1 1 1 WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 1 Page 126 1 LAB00001 -002 06/01/2014 ZONE 1: 1 Rates Fringes Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN,SKAGIT, SNOHOMISH,THURSTON AND WHATCOM COUNTIES GROUP 1 $ 22.49 10.30 GROUP 2 $ 25.79 10.30 GROUP 3 $ 32.29 10.30 GROUP 4 $ 33.08 10.30 GROUP 5 $ 33.62 10.30 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1 $ 18.95 10.30 1 GROUP 2 $ 21.76 10.30 GROUP 3 $ 23.85 10.30 GROUP 4 $ 24.43 10.30 GROUP 5 $ 24.85 10.30 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 1 WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 ' Page 127 LABORERS CLASSIFICATIONS ' GROUP 1: Landscaping and Planting; Watchman; Window Washer /Cleaner (detail clean -up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to ' final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car ' GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator ' Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 1bs.); Choker Setter; Chuck Tender; Clean -up Laborer; Concrete Form Stripper; Curing Laborer; ' Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous ' Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper - Tailer; Track Laborer; Truck Spotter; Vinyl Seamer ' GROUP 4: Cement Dumper- Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper /Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and ' Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit "); ' High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder - Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water ' blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power; ' Raker - Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; ' Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re- Timberman; Hazardous Waste Worker (Level A: ' utilizes a fully encapsulated suit with a self - contained breathing apparatus or a supplied air line). ' WA15OOO1 Modification 10 Federal Wage Determinations for Highway Construction 1 Page X28 LAB00238 -004 06/01/2014 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes 1 LABORER (PASCO) GROUP 1 $ 22.25 10.95 GROUP 2 $ 24.35 10.95 GROUP 3 $ 24.62 10.95 GROUP 4 $ 24.89 10.95 GROUP 5 $ 25.17 10.95 LABORER (SPOKANE) GROUP 1 $ 21.95 10.95 GROUP 2 $ 24.05 10.95 GROUP 3 $ 24.32 10.95 GROUP 4 $ 24.59 10.95 GROUP 5 $ 24.87 10.95 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. 1 1 1 1 1 1 1 WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 1 1 Page I 29 LABORERS CLASSIFICATIONS ' GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); ' Window Washer /Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) ' GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean -up Laborer; Concrete Crewman (to include stripping of forms, hand ' operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete ' Signalman; Crusher Feeder; Demolition (to include clean -up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header ' Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right -of -way markers); Hazardous Waste Worker, Level D (no respirator is used and ' skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; ' Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer ' GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non - mechanical; Driller Tender (when required to move and ' position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, ' vibrator, form setter); Nozzleman (to include squeeze and flo -crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation ' of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) 1 1 WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 1 Pag= X30 ' GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit "); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (a11) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self - contained breathing apparatus or a supplied air line); Miner Class "0 ", (to include raise and shaft miner, laser beam operator on riases and shafts) LAB00238 -006 06/01/2014 ' COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier $ 24.32 10.95 LAB00335 -001 06/01/2013 ' CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 $ 28.65 10.05 GROUP 2 $ 29.25 10.05 GROUP 3 $ 29.69 10.05 GROUP 4 $ 30.07 10.05 GROUP 5 $ 26.15 10.05 GROUP 6 $ 23.73 10.05 GROUP 7 $ 20.53 10.05 WA150001 Modification 10 ' Federal Wage Determinations for Highway Construction 1 Page 131 1 Zone Differential (Add to Zone 1 rates): ' Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ' ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS ' GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean -up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; ' Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility ' lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman -Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; ' Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); ' Stake - Setter; Tunnel - Muckers, Brakemen, Concrete Crew, Bullgang (underground) ' WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 Page 132 GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber - mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, ' blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)- applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive - Tunnel; Powderman- Tunnel; Shield Operator- Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LAB00335 -019 09/01/2013 Rates Fringes Hod Carrier $ 30.47 10.05 PAIN0005 -002 07/01/2014 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS $ 28.50 14.61 PAIN0005 -004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER $ 20.82 7.44 WA1S0001 Modification 10 Federal Wage Determinations for Highway Construction 1 1 Page 133 PAIN0005 -006 07/01/2014 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes 1 PAINTER Application of Cold Tar ' Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting $ 26.65 10.48 Over 30' /Swing Stage Work $ 22.20 7.98 Brush, Roller, Striping, Steam - cleaning and Spray $ 21.55 10.48 Lead Abatement, Asbestos ' Abatement $ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. PAIN0055 -003 04/01/2015 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes 1 PAINTER Brush & Roller $ 22.47 9.60 High work - All work 60 ft. or higher $ 23.22 9.60 Spray and Sandblasting $ 23.07 9.60 PAIN0055 -006 11/01/2014 1 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER $ 33.43 11.08 1 1 1 WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 Page 134 PLAS0072- 004 06/01/2014 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes CEMENT MASON /CONCRETE FINISHER ZONE 1 $ 26.41 12.44 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office PLAS0528 -001 06/01/2015 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes CEMENT MASON CEMENT MASON $ 38.52 15.43 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE $ 39.02 15.43 TROWLING MACHINE OPERATOR ON COMPOSITION $ 39.02 15.43 PLAS0555 -002 06/01/2015 CLARK, KLICKITAT AND SKAMANIA COUNTIES 1 ZONE 1: Rates Fringes CEMENT MASON CEMENT MASONS DOING BOTH COMPOSITION /POWER MACHINERY AND SUSPENDED /HANGING SCAFFOLD $ 30.58 18.18 CEMENT MASONS ON SUSPENDED, SWINGING AND /OR HANGING SCAFFOLD $ 30.58 18.18 CEMENT MASONS $ 29.98 18.18 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS $ 31.18 18.18 WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 ' Page 135 Zone Differential (Add To Zone 1 Rates): ' Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 ' BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ' ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ' ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall TEAM0037 -002 06/01/2014 ' CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes ' Truck drivers: ZONE 1 GROUP 1 $ 26.90 14.37 ' GROUP 2 $ 27.02 14.37 GROUP 3 $ 27.15 14.37 GROUP 4 $ 27.41 14.37 GROUP 5 $ 27.63 14.37 ' GROUP 6 $ 27.79 14.37 GROUP 7 $ 27.99 14.37 Zone Differential (Add to Zone 1 Rates): ' Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ' ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ' ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. ' WA150001 Modification 10 Federal Wage Determinations for Highway Construction Page 136 TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w /load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and /or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0 -10 tons; Truck Tender; Truck Mechanic Tender, Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom Truck /Hydra -lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks /Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi - trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver - Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck /Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self - Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic - Welder -Body Repairman; Utility and Clean -up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi - Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck WA150001 Modification 10 Federal Wage Determinations for Highway Construction II II P a g e 1 37 I GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) I TEAM0174 -001 01/01/2014 I CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND I WHATCOM COUNTIES Rates Fringes I Truck drivers: ZONE A: GROUP 1• $ 32.18 16.69 I GROUP 2 $ 31.34 16.69 GROUP 3 $ 28.53 16.69 GROUP 4• $ 23.56 16.69 GROUP 5• $ 31.73 16.69 II ZONE B (25 -45 miles from center of listed cities *): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities *): Add II $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the I following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE U SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS I GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or " Hydralift" and Boom II truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid I Two and Four - Wheeled power tractor with trailer and similar top - loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with 16 yards to 30 yards capacity: I Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil II Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity II WA150001 Modification 10 Federal Wage Determinations for Highway Construction II 1 Page X GROUP 2 - Bull lifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four- wheeled power tractor with trailer and similar top - loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with less than 15 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and /or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno -Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber - tired) (when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self - contained breathing apparatus or a supplied air line. 1 1 1 1 WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 i Page 1 39 TEAM0690 -004 01/01/2014 I ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA II COUNTIES Rates Fringes I Truck drivers: (AREA 1: SPOKANE ZONE CENTER: Adams,Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Spokane, Stevens, and Whitman II Counties AREA 1: LEWISTON ZONE CENTER: I Asotin, Columbia, and Garfield Counties AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) II AREA 1: GROUP 1 $ 20.17 15.19 GROUP 2 $ 22.44 15.19 I GROUP 3 $ 22.94 15.19 GROUP 4 $ 23.27 15.19 GROUP 5 $ 23.38 15.19 GROUP 6 $ 23.55 15.19 II GROUP 7 $ 24.08 15.19 GROUP 8 $ 24.44 15.19 AREA 2 I GROUP 1 $ 21.77 15.19 GROUP 2 $ 24.31 15.19 GROUP 3 $ 24.42 15.19 GROUP 4 $ 24.75 15.19 I GROUP 5 $ 24.86 15.19 GROUP 6 $ 25.02 15.19 GROUP 7 $ 25.56 15.19 GROUP 8 $ 25.88 15.19 I Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00) BASE POINTS: Spokane, Pasco, Lewiston II Zone 1: 0 -45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office II TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power I Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer I Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber - tired, pulling trailer or similar equipment) II WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 Page 140 ' GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001 16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A- Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0 -8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck - Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 ' Page 141 LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction ' with a chemical spash suit or fully encapsulated suit with a self- contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) ' and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15 /hour over applicable truck rate ' WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. 1 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). 1 ' The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage ' determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers t A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were ' prevailing for that classification in the survey. Example: PLUM0198 -005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 ' indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the ' most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate ' changes in the collective bargaining agreement (CBA) governing this classification and rate. 1 WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 1 Page 142 ' Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non -union rates. Example: SULA2012 -007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG -OH -0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated /CBA rate of the union locals from which the rate is based. 1 1 1 1 1 WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 1 1 Page 143 WAGE DETERMINATION APPEALS PROCESS 1 1.) Has there been an initial decision in the matter? This can be: 1 * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests ' for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: 1 Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. 1 Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request 1 review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator ' U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 1 1 1 1 1 1 WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 Page X44 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION WA150001 Modification 10 Federal Wage Determinations for Highway Construction 1 Page 1 of 14 I State of Washington Department of Labor & Industries I Prevailing Wage Section - Telephone 360 - 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 1 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of I fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. 1 Journey Level Prevailing Wage Rates for the Effective Date: 6/10/2015 I , County - .. �,,.... - job' Trade _ Job Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Level $17.83 1 'Yakima Boilermakers Journey Level $64.29 5N 1C I 'Yakima Brick Mason Journey Level $43.34 5A 1M 'Yakima Building Service Employees Janitor $9.47 1 ;Yakima Building Service Employees Shampooer $11.14 1 I 'Yakima Building Service Employees Waxer $9.47 1 'Yakima Building Service Employees Window Cleaner $9.47 1 I Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 'Yakima Carpenters Journey Level $29.72 1 'Yakima Cement Masons Journey Level $38.85 7B 1N I 'Yakima Divers a Tenders Diver $105.37 5D 4C 8A 'Yakima Divers & Tenders Diver On Standby $59.50 5D 4C 'Yakima Divers & Tenders Diver Tender $54.82 5D 4C I 'Yakima Divers a Tenders Surface Rcv & Rov Operator $54.82 5D 4C 'Yakima Divers Et Tenders Surface Rcv & Rov Operator $51.07 5A 4C 1 Tender I 'Yakima Dredge Workers Assistant Engineer $54.75 5D 3F 'Yakima Dredge Workers Assistant Mate (Deckhand) $54.33 5D 3F 'Yakima Dredge Workers Boatmen $54.75 5D 3F I 'Yakima Dredge Workers Engineer Welder $55.79 5D 3F 'Yakima Dredge Workers Leverman, Hydraulic $56.92 5D 3F 'Yakima Dredge Workers Mates $54.75 5D 3F 1 'Yakima Dredge Workers Oiler $54.33 5D 3F 'Yakima Drywall Applicator Journey Level $40.13 5D 4C Yakima Drywall Tapers Journey Level $35.00 7E 1P I 'Yakima Electrical Fixture Maintenance Journey Level $43.32 1 1 Workers I jYakima Electricians - Inside Cable Splicer $57.94 5A 1E 'Yakima Electricians - Inside Journey Level $55.98 5A 1E 'Yakima Electricians - Inside Welder $59.91 5A 1E I 'Yakima Electricians - Motor Shop Craftsman $15.37 1 'Yakima Electricians - Motor Shop Journey Level $14.69 1 'Yakima Cable Splicer $69.95 5A 4D 1 Wednesday, June 10, 2015 6/10/2015 Page 2 of 14 1 Electricians - Powerline Construction I Yakima Electricians - Powerline Certified Line Welder $63.97 5A 4D Construction Yakima Electricians - Powerline Groundperson $43.62 5A 4D 1 Construction Yakima Electricians - Powerline Heavy Line Equipment Operator $63.97 5A 4D Construction Yakima Electricians - Powerline Journey Level Lineperson $63.97 5A 4D Construction ;Yakima Electricians - Powerline Line Equipment Operator $53.81 5A 4D Construction - Yakima Electricians - Powerline Pole • $63.97 5A 4D Construction — — 111 - Yakima Electricians - Powerline • • - . - • $47.55 5A 4D Construction ;Yakima Electronic Technicians Journey Level $23.40 1 'Yakima Elevator Constructors Mechanic $82.67 7D 4A I Yakima Elevator Constructors Mechanic In Charge $89.40 7D 4A ; Yakima Fabricated Precast Concrete • • • $9.47 1 I Products Yakima Fabricated Precast Concrete Journey Level • • $9.47 1 Products • :Yakima Fence Erectors Fence Erector $13.79 1 1 Yakima Flaggers Journey Level $24.62 1 .Yakima Glaziers Journey Level $22.43 61 1B _Yakima Heat Et Frost Insulators And Journey Level $25.32 1 Asbestos Workers Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima Hod Carriers Er Mason Tenders Journey Level $35.23 7A 31 Yakima Industrial Power Vacuum Cleaner Journey Level $9.47 1 ,Yakima Inland Boatmen Journey Level $9.47 1 1 Yakima Inspection /Cleaning /Sealing Of Cleaner Operator, •. - $9.73 1 Sewer Et Water Systems By •.- • Remote Control 1 Yakima Inspection /Cleaning /Sealing Of Grout Truck Operator ; 1 Sewer & Water Systems By Remote Control ;Yakima Inspection /Cleaning /Sealing Of Head •.- . ; 1 Sewer & Water Systems By Remote Control 'Yakima Inspection /Cleaning /Seating Of Technician $9.47 1 Sewer Et Water Systems By Remote Control - Yakima Inspection /Cleaning /Sealing Of Tv Truck Operator $10.53 1 1 , Sewer & Water Systems By Remote Control Yakima Insulation Applicators Journey Level $40.13 5D 4C 1 Yakima Ironworkers Journeyman $54.69 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating $34.07 7A 31 . Screed 1 ,Yakima Laborers Airtrac Drill Operator $35.23 7A 31 ' Yakima Laborers Ballast Regular Machine $34.07 7A 31 — — t Wednesday, June 10, 2015 6/10/2015 I Page 3 of 14 Yakima Laborers Batch Weighman $32.14 7A 31 I Yakima Laborers Brick Pavers $34.07 7A 31 Yakima Laborers Brush Cutter $34.07 7A 31 I Yakima Laborers Brush Hog Feeder $34.07 7A 31 Yakima Laborers Burner $34.07 7A 31 Yakima Laborers Caisson Worker $35.23 7A 31 I Yakima Laborers Carpenter Tender $34.07 7A 31 Yakima Laborers Cement Dumper paving $34.81 7A 31 Yakima Laborers Cement Finisher Tender $34.07 7A 31 Yakima Laborers Change House Or Dry Shack $34.07 7A 31 Yakima Laborers Chipping Gun (under 30 Lbs.) $34.07 7A 31 Yakima Laborers Chipping Gun(30 Lbs. And Over) $34.81 7A 31 U Yakima Laborers Choker Setter $34.07 7A 31 Yakima Laborers Chuck Tender $34.07 7A 31 I Yakima Laborers Clary Power Spreader $34.81 7A 31 Yakima Laborers Clean-up Laborer $34.07 7A 31 Yakima Laborers Concrete Dumper /chute $34.81 7A 31 II Operator Yakima Laborers Concrete Form Stripper $34.07 7A 31 'Yakima Laborers Concrete Placement Crew $34.81 7A 31 I Yakima Laborers Concrete Saw Operator /core $34.81 7A 31 Driller 'Yakima Laborers Crusher Feeder $32.14 7A 31 I 'Yakima Laborers Curing Laborer $34.07 7A 31 Yakima Laborers Demolition: Wrecking a Moving $34.07 7A 31 (incl. Charred Material) I 'Yakima Laborers Ditch Digger $34.07 7A 31 'Yakima Laborers Diver $35.23 7A 31 'Yakima Laborers Drill Operator $34.81 7A 31 I (hydraulic,diamond) Yakima Laborers Dry Stack Walls $34.07 7A 31 'Yakima Laborers Dump Person $34.07 7A 31 I Yakima Laborers Epoxy Technician $34.07 7A 31 Yakima Laborers Erosion Control Worker $34.07 7A 31 'Yakima Laborers Faller a Bucker Chain Saw $34.81 7A 31 I 'Yakima Laborers Fine Graders $34.07 7A 31 'Yakima Laborers Firewatch $32.14 7A 31 1 Yakima Laborers Form Setter $34.07 7A 31 (Yakima Laborers Gabian Basket Builders $34.07 7A 31 'Yakima Laborers General Laborer $34.07 7A 31 I !Yakima Laborers Grade Checker a Transit Person $35.23 (Yakima Laborers Grinders $34.07 7A 31 'Yakima Laborers Grout Machine Tender $34.07 7A 31 I Yakima Laborers Groutmen (pressure)including $34.81 7A 31 Post Tension Beams 'Yakima Laborers Guage and Lock Tender $35.33 7A 31 I 'Yakima Laborers Guardrail Erector $34.07 7A 31 Yakima Laborers Hazardous Waste Worker (level $35.23 7A 31 A) Wednesday, June 10, 2015 6/10/2015 Page 4 of 14 1 Yakima 'Laborers Hazardous Waste Worker (level $34.81 7A 31 B) 1 Yakima Laborers Hazardous Waste Worker (level $34.07 7A 31 C) 'Yakima Laborers High Scaler $35.23 7A 31 1 Yakima Laborers Jackhammer $34.81 7A 31 :Yakima Laborers Laserbeam Operator $34.81 7A 31 Yakima Laborers Maintenance Person $34.07 7A 31 Yakima Laborers Manhole Builder - mudman $34.81 7A 31 ;Yakima Laborers Material Yard Person $34.07 7A 31 ,Yakima Laborers Motorman -dinky Locomotive $34.81 7A 31 1 Yakima Laborers Nozzleman (concrete Pump, $34.81 7A 31 Green Cutter When Using I Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, , Water Bla I Yakima Laborers Pavement Breaker $34.81 7A 31 Yakima Laborers Pilot Car $32.14 7A 31 Yakima Laborers Pipe Layer(lead) $35.23 7A 31 1 Yakima Laborers Pipe Layer /tailor $34.81 7A 31 Yakima Laborers Pipe Pot Tender $34.81 7A 31 ,Yakima Laborers Pipe Reliner $34.81 7A 31 Yakima Laborers Pipe Wrapper $34.81 7A 31 ;Yakima Laborers Pot Tender $34.07 7A 31 Yakima Laborers Powderman $35.23 7A 31 1 'Yakima Laborers Powderman's Helper $34.07 7A 31 Yakima Laborers Power Jacks $34.81 7A 31 Yakima Laborers Railroad Spike Puller - Power $34.81 7A 31 `Yakima Laborers Raker - Asphalt $35.23 7A 31 Yakima Laborers Re- timberman $35.23 7A 31 1 .Yakima Laborers Remote Equipment Operator $34.81 7A 31 Yakima Laborers Rigger /signal Person $34.81 7A 31 'Yakima Laborers Rip Rap Person $34.07 7A 31 I =Yakima Laborers Rivet Buster $34.81 7A 31 ',Yakima Laborers Rodder $34.81 7A 31 ;Yakima Laborers Scaffold Erector $34.07 7A 31 1 ;Yakima Laborers Scale Person $34.07 7A 31 ;Yakima Laborers Sloper (over 20 ") $34.81 7A 31 Yakima Laborers Sloper Sprayer $34.07 7A 31 ;Yakima Laborers Spreader (concrete) $34.81 7A 31 .Yakima Laborers Stake Hopper $34.07 7A 31 I Yakima Laborers Stock Piler $34.07 7A 31 ,Yakima Laborers Tamper Et Similar Electric, Air & $34.81 7A 31 Gas Operated Tools ,Yakima Laborers Tamper (multiple Et Self- $34.81 7A 31 propelled) ;Yakima Laborers Timber Person - Sewer (lagger, $34.81 7A 31 I Shorer Et Cribber) ,Yakima Laborers Toolroom Person (at Jobsite) $34.07 7A 31 1 Wednesday, June 10, 2015 6/10/2015 1 Page 5 of 14 ;Yakima Laborers Topper $34.07 7A 31 I i {Yakima Laborers Track Laborer $34.07 7A 31 I I Yakima Laborers Track Liner (power) $34.81 7A 31 ;Yakima Laborers Traffic Control Laborer $34.07 7A 31 8R !Yakima Laborers Traffic Control Supervisor $34.07 7A 31 8R s 'Yakima Laborers Truck Spotter $34.07 7A 31 I 'Yakima Laborers Tugger Operator $34.81 7A 31 'Yakima Laborers Tunnel Work Miner $35.33 7A 31 8g I IYakima Laborers Vibrator $34.81 7A 31 1 U !Yakima Laborers Vinyl Seamer $34.07 7A 31 (Yakima Laborers Watchman $29.33 7A 31 'Yakima Laborers Welder $34.81 7A 31 I I 'Yakima Laborers Well Point Laborer $34.81 7A 31 'Yakima Laborers Window Washer /cleaner $29.33 7A 31 1 Yakima Laborers - Underground Sewer & General Laborer Et Topman $34.07 7A 31 Water 'Yakima Laborers - Underground Sewer & Pipe Layer $34.81 7A 31 Water ;Yakima Landscape Construction Irrigation Or Lawn Sprinkler $9.47 1 I Installers I !Yakima Landscape Construction Landscape Equipment Operators $15.45 1 I 1 Or Truck Drivers ) ;Yakima Landscape Construction Landscaping Or Planting Laborers $9.47 1 'Yakima Lathers Journey Level $40.13 5D 4C I I 'Yakima Marble Setters Journey Level $43.34 5A 1M 'Yakima Metal Fabrication (In Shop) Fitter $12.00 1 'Yakima Metal Fabrication (In Shop) Laborer $10.31 1 1 I 'Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 1 'Yakima Metal Fabrication (In Shop) Painter $12.00 1 1 ' IYakima Metal Fabrication (In Shop) Welder $11.32 1 'Yakima Millwright Journey Level $26.05 1 € 'Yakima Modular Buildings Journey Level $14.11 1 IYakima Painters Journey Level $29.97 6Z 1W 1 IYakima Pile Driver Journey Level $52.03 5D 4C € 'Yakima Plasterers Journey Level $50.42 7S 1R IYakima Playground & Park Equipment Journey Level $9.47 1 I Installers E 'Yakima Plumbers & Pipefitters Journey Level $76.31 6Z 1 'Yakima Power Equipment Operators Asphalt Plant Operators $55.24 7A 3C 8P 1 'Yakima Power Equipment Operators Assistant Engineer $51.97 7A 3C 8P 1 ;Yakima Power Equipment Operators Barrier Machine (zipper) $54.75 7A 3C 8P I 1 'Yakima Power Equipment Operators Batch Plant Operator, Concrete $54.75 7A 3C 8P g IYakima Power Equipment Operators Bobcat $51.97 7A 3C 8P 1 ° Yakima Power Equipment Operators Brokk - Remote Demolition $51.97 7A 3C 8P I Equipment IYakima Power Equipment Operators Brooms $51.97 7A 3C 8P 1 r Yakima Power Equipment Operators Bump Cutter $54.75 7A 3C 8P 'Yakima Power Equipment Operators Cableways $55.24 7A 3C 8P I 'Yakima Power Equipment Operators Chipper $54.75 7A 3C 8P I t i Wednesday, June 10, 2015 6/10/2015 Page 6 of 14 1 Yakima Power Equipment Operators Compressor $51.97 7A 3C 8P : Yakima Power Equipment Operators Concrete Pump: Truck Mount $55.24 7A 3C 8P I With Boom Attachment Over 42 M Yakima Power Equipment Operators Concrete Finish Machine -laser $51.97 7A 3C 8P Screed I Yakima Power Equipment Operators Concrete Pump - Mounted Or $54.33 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. Yakima Power Equipment Operators Concrete Pump: Truck Mount $54.75 7A 3C 8P With Boom Attachment Up To 42 m I Yakima Power Equipment Operators Conveyors $54.33 7A 3C 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons $54.75 7A 3C 8P With Attachments ; Yakima Power Equipment Operators Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) I ;Yakima Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or $56.36 7A 3C 8P 250' Of Boom (including Jib With Attachments) Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $55.24 7A 3C 8P Under 150' Of Boom (including Jib With Attachments) Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And $51.97 7A 3C 8P t Under Yakima Power Equipment Operators Cranes: Friction 100 Tons $56.36 7A 3C 8P Through 199 Tons I 'Yakima Power Equipment Operators Cranes: Friction Over 200 Tons $56.92 7A 3C 8P ;Yakima Power Equipment Operators Cranes: Over 300 Tons Or 300' Of $56.92 7A 3C 8P Boom (including Jib With Attachments) Yakima Power Equipment Operators Cranes: Through 19 Tons With $54.33 7A 3C 8P , Attachments A -frame Over 10 I Tons , Yakima Power Equipment Operators Crusher $54.75 7A 3C 8P Yakima Power Equipment Operators Deck Engineer /deck Winches $54.75 7A 3C 8P (power) — — — Yakima Power Equipment Operators Derricks, On Building Work $55.24 7A 3C 8P Yakima Power Equipment Operators Dozers D -9 Et Under $54.33 7A 3C 8P 'Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or $54.33 7A 3C 8P I Crane Mount Yakima Power Equipment Operators Drilling Machine $54.75 7A 3C 8P Yakima Power Equipment Operators Elevator And Man -lift: Permanent $51.97 7A 3C 8P And Shaft Type Yakima Power Equipment Operators Finishing Machine, Bidwell And $54.75 7A 3C 8P Gamaco Et Similar Equipment Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With $54.33 7A 3C 8P Attachments 'Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With $51.97 7A 3C 8P t Attachments ;Yakima Power Equipment Operators Grade Engineer: Using Blue $54.75 7A 3C 8P Prints, Cut Sheets, Etc 1 Yakima Power Equipment Operators Gradechecker /stakeman $51.97 7A 3C 8P ;Yakima Power Equipment Operators Guardrail Punch $54.75 7A 3C 8P Wednesday, June 10, 2015 6/10/2015 1 Page 7of14 'Yakima Power Equipment Operators Hard Tail End Dump Articulating $55.24 7A 3C 8P 1 Off- Road Equipment 45 Yards. Et # Over 'Yakima Power Equipment Operators Hard Tail End Dump Articulating $54.75 7A 3C 8P I i Off -road Equipment Under 45 Yards ( !Yakima Power Equipment Operators Horizontal /directional Drill $54.33 7A 3C 8P I i Locator 'Yakima Power Equipment Operators Horizontal /directional Drill $54.75 7A 3C 8P Operator I Yakima Power Equipment Operators Hydralifts /boom Trucks Over 10 $54.33 7A 3C 8P Tons Yakima Power Equipment Operators Hydralifts /boom Trucks, 10 Tons $51.97 7A 3C 813 1 And Under I 'Yakima Power Equipment Operators Loader, Overhead 8 Yards. Et $55.79 7A 3C 8P Over i Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But $55.24 7A 3C 8P I Not Including 8 Yards 'Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $54.75 7A 3C 8P Yakima Power Equipment Operators Loaders, Plant Feed $54.75 7A 3C 8P !Yakima Power Equipment Operators Loaders: Elevating Type Belt $54.33 7A 3C 813 1 'Yakima Power Equipment Operators Locomotives, Alt $54.75 7A 3C 8P ' 'Yakima Power Equipment Operators Material Transfer Device $54.75 7A 3C 8P Yakima Power Equipment Operators Mechanics, All (leadmen $0.50 $55.79 7A 3C 8P s Per Hour Over Mechanic) 1 Yakima Power Equipment Operators Motor Patrol Grader - Non- $54.33 7A 3C 8 finishing 'Yakima Power Equipment Operators Motor Patrol Graders, Finishing $55.24 7A 3C 81 I I : Yakima Power Equipment Operators Mucking Machine, Mote, Tunnel $55.24 7A 3C 8P t Drill, Boring, Road Header And /or Shield Yakima Power Equipment Operators Oil Distributors, Blower $51.97 7A 3C 8P I Distribution Et Mulch Seeding Operator !Yakima Power Equipment Operators Outside Hoists (elevators And $54.33 7A 3C 813 i Manlifts), Air Tuggers,strato a Yakima Power Equipment Operators Overhead, Bridge Type Crane: 20 $54.75 7A 3C 8P I € Tons Through 44 Tons I Yakima Power Equipment Operators Overhead, Bridge Type: 100 Tons $55.79 7A 3C 8P And Over 1 'Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons $55.24 7A 3C 8P 1 Through 99 Tons i 'Yakima Power Equipment Operators Pavement Breaker $51.97 7A 3C 8P 1 'Yakima Power Equipment Operators Pile Driver (other Than Crane $54.75 7A 3C 8P 4 I Mount) i Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P 1 'Yakima Power Equipment Operators Posthole Digger, Mechanical $51.97 7A 3C 8P $ I 'Yakima Power Equipment Operators Power Plant $51.97 7A 3C 8P 'Yakima Power Equipment Operators Pumps Water $51.97 7A 3C 8P ' 'Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P 1 'Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 $51.97 7A 3C 81 i Feet In Height Based To Boom ' Wednesday, June 10, 2015 6/10/2015 Page 8of14 1 Yakima Power Equipment Operators Remote Control Operator On $55.24 7A 3C 8P Rubber Tired Earth Moving 1 Equipment Yakima Power Equipment Operators Rigger And Bellman $51.97 7A 3C 8P Yakima Power Equipment Operators Rollagon $55.24 7A 3C 8P 1 Yakima Power Equipment Operators Roller, Other Than Plant Mix $51.97 7A 3C 8P - Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift $54.33 7A 3C 8P Materials ;Yakima Power Equipment Operators Roto -mill, Roto - grinder $54.75 7A 3C 8P ; Yakima Power Equipment Operators Saws - Concrete $54.33 7A 3C 8P :Yakima Power Equipment Operators Scraper, Self Propelled Under 45 $54.75 7A 3C 8P ' ' Yards Yakima Power Equipment Operators Scrapers - Concrete & Carry All $54.33 7A 3C 8P Yakima Power Equipment Operators Scrapers, Self- propelled: 45 $55.24 7A 3C 8P I Yards And Over Yakima Power Equipment Operators Service Engineers - Equipment $54.33 7A 3C 8P ;Yakima Power Equipment Operators Shotcrete /gunite Equipment $51.97 7A 3C 8P I 'Yakima Power Equipment Operators Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Tractors Under 15 Metric Tons. Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over $55.24 7A 3C 8P 30 Metric Tons To 50 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Tractors: 15 To 30 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes: $55.79 7A 3C 8P - Over 50 Metric Tons To 90 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Over 90 Metric Tons Yakima Power Equipment Operators Slipform Pavers $55.24 7A 3C 8P ,Yakima Power Equipment Operators Spreader, Topsider & Screedman $55.24 7A 3C 8P Yakima Power Equipment Operators Subgrader Trimmer $54.75 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $54.33 7A 3C 8P 1 'Yakima Power Equipment Operators Tower Crane Over 175'in Height, $56.36 7A 3C 8P Base To Boom Yakima Power Equipment Operators Tower Crane Up To 175' In Height $55.79 7A 3C 8P 1 Base To Boom Yakima Power Equipment Operators Transporters, All Track Or Truck $55.24 7A 3C 8P Type I Yakima Power Equipment Operators Trenching Machines $54.33 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler /driver - 100 $54.75 7A 3C 8P Tons And Over I Yakima Power Equipment Operators Truck Crane Oiler /driver Under $54.33 7A 3C 8P 100 Tons Yakima Power Equipment Operators Truck Mount Portable Conveyor $54.75 7A 3C 8P I 'Yakima Power Equipment Operators Welder $55.24 7A 3C 8P Yakima Power Equipment Operators Wheel Tractors, Farman Type $51.97 7A 3C 8P 'Yakima Power Equipment Operators Yo Yo Pay Dozer $54.75 7A 3C 8P 1 Yakima Power Equipment Operators- Asphalt Plant Operators $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Assistant Engineer $51.97 7A 3C 8P I Underground Sewer & Water 'Yakima Barrier Machine (zipper) $54.75 7A 3C 8P Wednesday, June 10, 2015 6/10/2015 1 Page 9 of 14 Pow Equipment Operators 1 Underground er Sewer & Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $54.75 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Bobcat $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Brokk - Remote Demolition $51.97 7A 3C 8P I Underground Sewer & Water Equipment Yakima Power Equipment Operators- Brooms $51.97 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Bump Cutter $54.75 7A 3C 8P I Underground Sewer & Water I Yakima Power Equipment Operators- Cableways $55.24 7A 3C 8P 8P Underground Sewer & Water Yakima Power Equipment Operators Chipper $54.75 7A 3C 1 Underground Sewer & Water I Yakima Power Equipment Operators- Compressor $51.97 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount $55.24 7A 3C 8P Underground Sewer & Water With Boom Attachment Over 42 M I Yakima Power Equipment Operators- Concrete Finish Machine -laser $51.97 7A 3C 8P Underground Sewer & Water Screed Yakima Power Equipment Operators- Concrete Pump - Mounted Or $54.33 7A 3C 8P I Underground Sewer & Water Trailer High Pressure Line Pump, Pump High Pressure. Yakima Power Equipment Operators- Concrete Pump: Truck Mount $54.75 7A 3C 8P I Underground Sewer & Water With Boom Attachment Up To 42m Yakima Power Equipment Operators- Conveyors $54.33 7A 3C 8P I Underground Sewer & Water !Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $54.75 7A 3C 8P I Underground Sewer & Water With Attachments I Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Underground Sewer & Water Tons, Or 150' Of Boom (Including Jib With Attachments) I Yakima Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or $56.36 7A 3C 8P Underground Sewer & Water 250' Of Boom (including Jib With Attachments) Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $55.24 7A 3C 8P I Underground Sewer & Water Under 150' Of Boom (including Jib With Attachments) Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And $51.97 7A 3C 8P I Underground Sewer & Water Under Yakima Power Equipment Operators- Cranes: Friction 100 Tons $56.36 7A 3C 8P Underground Sewer & Water Through 199 Tons I Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of $56.92 7A 3C 8P 1 Underground Sewer & Water Boom (including Jib With Attachments) Yakima Power Equipment Operators- Cranes: Through 19 Tons With $54.33 7A 3C 8P Underground Sewer & Water Attachments A -frame Over 10 l Tons Yakima Power Equipment Operators- Crusher $54.75 7A 3C 8P Underground Sewer Et Water 1 Wednesday, June 10, 2015 6/10/2015 Page 10 of 14 1 Yakima Power Equipment Operators- Deck Engineer /deck Winches $54.75 7A 3C 8P Underground Sewer Et Water (power) Yakima Power Equipment Operators- Derricks, On Building Work $55.24 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Dozers D -9 Et Under $54.33 7A 3C 8P I Underground Sewer Et Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $54.33 7A 3C 8P Underground Sewer Et Water Crane Mount I • ;Yakima Power Equipment Operators- Drilling Machine $54.75 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Elevator And Man -lift: Permanent $51.97 7A 3C 8P Underground Sewer Et Water And Shaft Type ;Yakima Power Equipment Operators- Finishing Machine, Bidwell And $54.75 7A 3C 8P Underground Sewer Et Water Gamaco Et Similar Equipment :Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With $54.33 7A 3C 8P ' I Underground Sewer Et Water Attachments jYakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With $51.97 7A 3C 8P j Underground Sewer Et Water Attachments ;Yakima Power Equipment Operators- Grade Engineer: Using Blue $54.75 7A 3C 8P ? Underground Sewer Et Water Prints, Cut Sheets, Etc :Yakima Power Equipment Operators- Gradechecker /stakeman $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch $54.75 7A 3C 8P Underground Sewer Et Water I ;Yakima Power Equipment Operators- Hard Tail End Dump Articulating $55.24 7A 3C 8P Underground Sewer & Water Off- Road Equipment 45 Yards. Et Over 1 ,Yakima Power Equipment Operators- Hard Tail End Dump Articulating $54.75 7A 3C 8P Underground Sewer Et Water Off -road Equipment Under 45 Yards iYakima Power Equipment Operators- Horizontal /directional Drill $54.33 7A 3C 8P Underground Sewer Et Water Locator Yakima Power Equipment Operators- Horizontal /directional Drill $54.75 7A 3C 8P Underground Sewer Et Water Operator Yakima Power Equipment Operators- Hydralifts /boom Trucks Over 10 $54.33 7A 3C 8P Underground Sewer Et Water Tons 'Yakima Power Equipment Operators- Hydralifts /boom Trucks, 10 Tons $51.97 7A 3C 8P I Underground Sewer Et Water And Under Yakima Power Equipment Operators- Loader, Overhead 8 Yards. & $55.79 7A 3C 8P ' Underground Sewer & Water Over Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But $55.24 7A 3C 8P Underground Sewer & Water Not Including 8 Yards .Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $54.75 7A 3C 8P I Underground Sewer & Water 'Yakima Power Equipment Operators- Loaders, Plant Feed $54.75 7A 3C 8P 1 Underground Sewer & Water 1 ?Yakima Power Equipment Operators- Loaders: Elevating Type Belt $54.33 7A 3C 8P Underground Sewer Et Water ?Yakima Power Equipment Operators- Locomotives, All $54.75 7A 3C 8P 1 Underground Sewer Et Water ;Yakima Power Equipment Operators- Material Transfer Device $54.75 7A 3C 8P ' Underground Sewer Et Water I Yakima Power Equipment Operators- Mechanics, All (leadmen - $0.50 $55.79 7A 3C 8P , Underground Sewer & Water Per Hour Over Mechanic) 1 Wednesday, June 10, 2015 6/10/2015 1 Page 11 of 14 ;Yakima Power Equipment Operators- Motor Patrol Grader - Non- $54.33 7A 3C 8P (Underground Sewer Et Water finishing Yakima Power Equipment Operators- Motor Patrol Graders, Finishing $55.24 7A 3C 8P Underground Sewer Et Water I Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel $55.24 7A 3C 8P Underground Sewer Et Water Drill, Boring, Road Header And /or Shield I Yakima Power Equipment Operators- Oil Distributors, Blower $51.97 7A 3C 8P Underground Sewer Et Water Distribution Et Mulch Seeding Operator I !Yakima Power Equipment Operators- Outside Hoists (elevators And $54.33 7A 3C 8P i Underground Sewer Et Water Manlifts), Air Tuggers,strato 'Yakima Power Equipment Operators- Overhead, Bridge Type Crane: 20 $54.75 7A 3C 8P Underground Sewer Et Water Tons Through 44 Tons I Yakima Power Equipment Operators- Overhead, Bridge Type: 100 Tons $55.79 7A 3C 8P Underground Sewer Et Water And Over 'Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Tons $55.24 7A 3C 81 I Underground Sewer Et Water Through 99 Tons Yakima Power Equipment Operators- Pavement Breaker $51.97 7A 3C 8P Underground Sewer Et Water I Yakima Power Equipment Operators- Pile Driver (other Than Crane $54.75 7A 3C 8P Underground Sewer Et Water Mount) Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P I Underground Sewer Et Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $51.97 7A 3C 8P Underground Sewer Et Water I Yakima Power Equipment Operators- Power Plant $51.97 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pumps - Water $51.97 7A 3C 8P I Underground Sewer Et Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P Underground Sewer Et Water I Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 $51.97 7A 3C 8P Underground Sewer Et Water Feet In Height Based To Boom Yakima Power Equipment Operators- Remote Control Operator On $55.24 7A 3C 8P I Underground Sewer Et Water Rubber Tired Earth Moving Equipment Yakima Power Equipment Operators- Rigger And Bellman $51.97 7A 3C 81 Underground Sewer Et Water I Yakima Power Equipment Operators- Rollagon $55.24 7A 3C 8P Underground Sewer Et Water 1Yakima Power Equipment Operators- Roller, Other Than Plant Mix $51.97 7A 3C 8P 1 1 Underground Sewer Et Water 'Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift $54.33 7A 3C 8P Underground Sewer Et Water Materials I Yakima Power Equipment Operators- Roto -mill, Roto - grinder $54.75 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Saws - Concrete $54.33 7A 3C 8P I Underground Sewer Et Water Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 $54.75 7A 3C 8P Underground Sewer Et Water Yards l Yakima Power Equipment Operators- Scrapers - Concrete Et Carry All $54.33 7A 3C 8P Underground Sewer Et Water ' Yakima $55.24 7A 3C 8P 1 Wednesday, June 10, 2015 6/10/2015 Page 12 of 14 1 Power Equipment Operators- & Scrapers, Self - propelled: 45 U n d er g roun d Sewer W ( Yards And Over -Yakima Power Equipment Operators- Service Engineers - Equipment $54.33 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Shotcrete /gunite Equipment $51.97 7A 3C 8P 1 Underground Sewer & Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over $55.24 7A 3C 8P Underground Sewer a Water 30 Metric Tons To 50 Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, $54.75 7A 3C 8P ' Underground Sewer a Water Tractors: 15 To 30 Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Underground Sewer & Water Over 50 Metric Tons To 90 Metric I Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Underground Sewer & Water Over 90 Metric Tons ;Yakima Power Equipment Operators- Slipform Pavers $55.24 7A 3C 8P Underground Sewer Et Water ;Yakima Power Equipment Operators- Spreader, Topsider Et Screedman $55.24 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Subgrader Trimmer $54.75 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Bucket Elevators $54.33 7A 3C 8P I Underground Sewer Et Water .Yakima Power Equipment Operators- Tower Crane Over 175'in Height, $56.36 7A 3C 8P Underground Sewer Et Water Base To Boom 1 ; Yakima Power Equipment Operators- Tower Crane Up To 175' In Height $55.79 7A 3C 8P Underground Sewer Et Water Base To Boom 'Yakima Power Equipment Operators- Transporters, All Track Or Truck $55.24 7A 3C 8P Underground Sewer Et Water Type Yakima Power Equipment Operators- Trenching Machines $54.33 7A 3C 8P Underground Sewer Et Water .Yakima Power Equipment Operators- Truck Crane Oiler /driver - 100 $54.75 7A 3C 8P Underground Sewer Et Water Tons And Over Yakima Power Equipment Operators- Truck Crane Oiler /driver Under $54.33 7A 3C 8P I Underground Sewer & Water 100 Tons 'Yakima Power Equipment Operators- Truck Mount Portable Conveyor $54.75 7A 3C 8P Underground Sewer Et Water I 'Yakima Power Equipment Operators- Welder $55.24 7A 3C 8P Underground Sewer & Water ,Yakima Power Equipment Operators- Wheel Tractors, Farman Type $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $54.75 7A 3C 8P Underground Sewer & Water Yakima Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A I Trimmers ;Yakima Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers I Yakima Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers 'Yakima Power Line Clearance Tree Tree Trimmer $40.84 5A 4A 1 Trimmers ',Yakima Tree Trimmer Groundperson $30.74 5A 4A 1 Wednesday, June 10, 2015 6/10/2015 1 Page 13 of 14 'Trimmers Power Line Clearance Tree I 1 Yakima Refrigeration Ft Air Conditioning Journey Level $28.11 1 Mechanics 1 Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Level $17.14 1 Yakima Residential Cement Masons Journey Level $11.86 1 1 Yakima Residential Drywall Applicators Journey Level $18.00 1 Yakima Residential Drywall Tapers Journey Level $17.00 1 I Yakima Residential Electricians Journey Level $21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 1B Yakima Residential Insulation Applicators Journey Level $14.38 1 1 Yakima Residential Laborers Journey Level $11.02 1 'Yakima Residential Marble Setters Journey Level $29.00 1 I 'Yakima Residential Painters Journey Level $16.32 1 Yakima Residential Plumbers & Journey Level $20.55 1 Pipefitters I Yakima Residential Refrigeration & Air Journey Level $28.11 1 Conditioning Mechanics 'Yakima Residential Sheet Metal Workers Journey Level (Field or Shop) $38.97 5A 1X I 'Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters (Fire Journey Level $9.47 1 Protection) I 'Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Workers Journey Level $9.47 1 Yakima Residential Terrazzo /Tile Journey Level $17.00 1 I Finishers 'Yakima Residential Tile Setters Journey Level $16.78 1 'Yakima Roofers Journey Level $12.00 1 I 'Yakima Sheet Metal Workers Journey Level (Field or Shop) $53.31 5A 1X 1 Yakima Sign Makers & Installers Journey Levet $14.65 1 y (Electrical) I Yakima Sign Makers & Installers (Non- Journey Level $14.65 1 Electrical) 'Yakima Soft Floor Layers Journey Level $23.11 5A 1N I 'Yakima Solar Controls For Windows Journey Level $9.47 1 Yakima Sprinkler Fitters (Fire Journey Level $26.36 1 Protection) I Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) ) Yakima Stone Masons Journey Level $43.34 5A 1M I Yakima Street And Parking Lot Sweeper Journey Level $9.47 1 Workers Yakima Surveyors Assistant Construction Site $54.33 7A 3C 8P I 'Yakima Surveyors Surveyor Chainman $53.81 7A 3C 8P 'Yakima Surveyors Construction Site Surveyor $55.24 7,4 3C 8P I 'Yakima Telecommunication Technicians Journey Level $20.00 1 Yakima Telephone Line Construction Cable Splicer $36.96 5A 2B Outside . Wednesday, June 10, 2015 6/10/2015 Page 14 of 14 1 Yakima Telephone Line Construction - Hole Digger /Ground Person 5A 2B Outside I I I Yakima Telephone Line Construction - Installer (Repairer) $35.40 5A 2B Outside Yakima Telephone Line Construction - Special Aparatus Installer I $36.96 5A 2B 1 Outside 'Yakima Telephone Line Construction - Special Apparatus Installer II $36.19 5A 2B Outside 1 ;Yakima Telephone Line Construction - Telephone Equipment Operator $36.96 5A 2B Outside (Heavy) 'Yakima Telephone Line Construction - Telephone Equipment Operator $34.34 5A 2B I Outside (Light) Yakima Telephone Line Construction - Telephone Lineperson $34.34 5A 2B Outside I Yakima Telephone Line Construction - Television Groundperson $19.45 5A 26 Outside Yakima Telephone Line Construction - Television Lineperson /Installer $25.89 5A 2B III Outside ';Yakima Telephone Line Construction - Television System Technician $30.97 5A 2B Outside `Yakima Telephone Line Construction - Television Technician $27.77 5A 2B Outside : Yakima Telephone Line Construction - Tree Trimmer $34.34 5A 2B I Outside ;Yakima Terrazzo Workers Journey Level $33.85 5A 1M `Yakima Tile Setters Journey Level $33.85 5A 1M ;Yakima Tile, Marble Et Terrazzo Finishers Journey Level $29.85 5A 1M I ;Yakima Traffic Control Stripers Journey Level $43.11 7A 11( ;Yakima Truck Drivers Asphalt Mix $14.19 1 . III ; Yakima Truck Drivers Dump Truck Et Trailer(c.wa -760) $38.40 61 2G Yakima Truck Drivers Dump Truck(c.wa -760) $38.40 61 2G Yakima Truck Drivers Other Trucks(c.wa -760) $38.40 61 2G I Yakima Truck Drivers Transit Mixer $38.96 1 Yakima Well Drillers Et Irrigation Pump Irrigation Pump Installer $25.44 1 Installers I Yakima Well Drillers Et Irrigation Pump Oiler $9.47 1 Installers 'Yakima Well Drillers & Irrigation Pump Well Driller $18.00 1 111 Installers 1 1 1 1 1 Wednesday, June 10, 2015 6/10/2015 Benefit Code Key — Effective 3 -4 -2015 thru 9 -1 -2015 ***************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** 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 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL t 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 and all hours worked on Sundays and holidays 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 I hourly rate of wage. 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. 1 1. All hours worked on Sundays and holidays shall also 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 1 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. M All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be 1 paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. ! 1 Benefit Code Key — Effective 3 -4 -2015 thru 9 -1 -2015 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. Q The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage All hours worked on Labor Day shall be paid at three times the hourly rate of wage. ✓ All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W All hours worked on Saturdays and Sundays (except make -up days due to conditions beyond the control of the employer)) shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on 111 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. Y All hours worked outside the hours of 5:00 am and 5 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one -half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key — Effective 3 -4 -2015 thru 9 -1 -2015 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. 1 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. 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 1 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. O. All hours worked on Sundays and holidays shall be paid at one and one -half times the hourly rate of wage. 1 R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked ' over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, ' and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one -half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 1 3. 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. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one -half the straight time rate. Hours ' worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6 am Monday and holidays shall be paid at double the straight time rate of pay Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 1 1 ' 3 t Benefit Code Key — Effective 3 -4 -2015 thru 9 -1 -2015 r 3 C Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one -half times the hourly rate of wage. All work performed after 6 pm Saturday to 5 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. D. All hours worked between the hours of 6 pm and 6 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6 am 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. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F All hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. 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 work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half ( I -1/2) times the regular rate of pay All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. In the event the fob is down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make -up day at the straight time rate. However, Saturday shall not be utilized as a make -up day when a holiday falls on Friday All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 4 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. ' B All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage C On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1 -1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay 1 4 Benefit Code Key — Effective 3 -4 -2015 thru 9 -1 -2015 ' 4. D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew EXCEPTION On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating ' plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one -half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one -half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on t Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the 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. r On a four -day, ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four -day, ten hour work week, and Saturday shall be paid at one and one half (11/2) times the regular shift rate for the ' first eight (8) hours. 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 All hours worked between the hours of 6:00 pm and 6 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. 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 double the hourly rate of wage. r Holiday Codes ' 5 A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). ' B. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8) C Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). 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). ' 5 1 Benefit Code Key — Effective 3 -4 -2015 thru 9 -1 -2015 1 5. K. Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (8). N Holidays New Year's Day, Presidents' Day, Memorial Day, independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday Q Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas 1 Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After 111 Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day (7 1/2). S. Paid Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7) T Paid Holidays New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Holiday Codes Continued 1 6 A. Paid Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). E. Paid Holidays New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half -Day On Christmas Eve Day (9 1/2). G Paid Holidays New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And Christmas Eve Day (1 1) H Paid Holidays New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). 1 Paid Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). 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). 6 1 Benefit Code Key — Effective 3 -4 -2015 thru 9 -1 -2015 6 Z. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after ' Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and ' Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be ' observed as a holiday on the preceding Friday. D Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday F Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be ' observed as a holiday on the preceding Friday. G Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays. New Year's Day, Martin Luther King Jr Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. [. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday ' J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 Benefit Code Key — Effective 3 -4 -2015 thru 9 -1 -2015 7. K. Holidays New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday L. Holidays. New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday M. Paid Holidays. New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday N Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday P Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Q. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S Paid Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly T Paid Holidays. New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, and The Day After Or Before Christmas Day (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday Note Codes 8 A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more Over 50' To 100' -$2 00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$3 00 per Foot for Each Foot Over 100 Feet Over 150' To 220' -$4 00 per Foot for Each Foot Over 150 Feet Over 220' -$5 00 per Foot for Each Foot Over 220 Feet 8 Benefit Code Key — Effective 3 -4 -2015 thru 9 -1 -2015 t 8 C 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 ro'ects receive additional hourly premiums as follows -Level A• $0 75, Level B. $0.50, And P J 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 k $1 00, Level B: $0.75, Level C. $0.50, And Level D. $0.25. P Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. ' Q The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or ' spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. ' S Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on ' or after August 31, 2012. T Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after 1 August 31, 2012 1 1 1 9 1 1 1 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a 1 prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and 1 fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non - standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39 12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2 2 Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39 12. If not, go to question 3. 1 3 Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12 If not, go to question 4. 4 Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39 12. If yes, go to question 5. 1 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39 12. If yes, go to question 6 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330 1 1 1 1 Supplemental to Wage Rates 1 03/04/2015 Edition, Published February 2 "d , 2015 1 1 II WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator 1 Below is a list of potentially prefabricated items, originally furnished by WSDOT to I Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 3912. Items marked with an X in the "NO" column should be I considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. 1 ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, 1 and bi- directional vaned grates for Catch Basin X Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, I and prefabricated ladders for Manhole Types 1, 2, and 3, X Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, I metal frames and dual vaned grates, and Type 1, 2, and X 3 structural tubing grates for Drop Inlets. See Std. Plans. I 4 Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter X 5. Concrete Pipe - Plain Concrete pipe and reinforced 1 concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated I pipe for culverts and storm sewers, sizes 30 inch X to 120 inches in diameter May also be treated, 1 thru 5. I 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X diameter. May also be treated, #5. 1 1 1 I Supplemental to Wage Rates 2 03/04/2015 Edition, Published February 2 " 2015 1 1 1 ITEM DESCRIPTION YES NO 8 Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type 9. Aluminum Pedestrian Handrail - Pedestrian handrail j 1 conforming to the type and material specifications set forth in the contract plans Welding of aluminum shall be X in accordance with Section 9- 28.14(3) 1 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges X 1 11 Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for ' structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or X boring of holes. See Contact Plans for item description and shop drawings 1 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in X accordance with Section 9 -28 14(3). 13. Concrete Piling -- Precast - Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19 1 of Std Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs See Std Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment I l Sections. See Std Plans. X 1 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1P, and 2 With adjustment sections. See Std. Plans. X 1 Supplemental to Wage Rates 3 03/04/2015 Edition, Published February 2 2015 1 1 1 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, 1 See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports I See Std Plans X 19. Precast Grate Inlet Type 2 with extension and top units. I See Std Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X I 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and I controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval X prior to casting 1 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X I 23. Valve Vault - For use with underground utilities X See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for I use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X permanent barrier I 25 Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. I See Shop Drawing. X Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab 1 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. X Fabrication plant has annual approval for methods and materials to be used 1 Supplemental to Wage Rates 4 03/04/2015 Edition, Published February 2 "d , 2015 1 1 1 1 ITEM DESCRIPTION YES NO I 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs Il 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures Fabricator plant has annual approval of methods and materials to I be used. Shop Drawing to be provided for approval prior to X casting girders See Std Spec Section 6 -02 3(25)A 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete 1 Girders for use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be X I provided for approval prior to casting girders See Std. Spec. Section 6- 02.3(25)A 30 Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for 1 use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. X I See Std. Spec. Section 6 -02 3(25)A 31 Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual I I approval of methods and materials to be used. Shop Drawing to X be provided for approval prior to casting girders. See Std. Spec Section 6- 02.3(25)A. 1 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of I methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 33. Monument Case and Cover j I See Std. Plan. X 1 1 Supplemental to Wage Rates 5 I 03/04/2015 Edition, Published February 2 2015 t 1 1 1 I ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure I fabricated from steel tubing meeting AASHTO -M -183 See Std. Plans, and Contract Plans for details The steel structure X shall be galvanized after fabrication in accordance with I AASHTO -M -111. 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for X 1 approval are required prior to fabrication 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel I tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure X I shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std I Plans Shop drawings for approval are to be provided prior to X fabrication 38. Light Standard - Prestressed - Spun, prestressed, hollow 1 concrete poles. X 39. Light Standards - Lighting Standards for use on highway I illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia X Provisions for pre- approved drawings. I 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and /or street signal systems. Standards to be fabricated X to conform with methods and material as specified on Std Plans. I See Special Provisions for pre- approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X See Std. Plans. 1 1 1 I Supplemental to Wage Rates 6 03/04/2015 Edition, Published February 2 2015 1 1 1 ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting X X NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Custom Std Message Signing Message 43. Cutting & bending reinforcing steel ( X 44. Guardrail components X X Custom Standard End Sec Sec 45 Aggregates /Concrete mixes Covered by WAC 296 - 127 -018 46. Asphalt Covered by WAC 296- 127 -018 47 Fiber fabrics 1 X 48. Electrical wiring /components X 49. treated or untreated timber pile X I, 50. Girder pads (elastomeric bearing) X 1 51 Standard Dimension lumber X 52 Irrigation components X 1 1 1 1 Supplemental to Wage Rates 7 03/04/2015 Edition, Published February 2 "d , 2015 1 1 1 1 ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 1 55. Traffic Buttons X 56. Epoxy X 1 57 Cribbing X 58. Water distribution materials X ' 59 Steel "H" piles X 1 60. Steel pipe for concrete pile casings 1 X 61. Steel pile tips, standard X 1 62. Steel pile tips, custom X 1 Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual ' prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. 1 1 Supplemental to Wage Rates 8 03/04/2015 Edition, Published February 2 2015 1 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects ' This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries 1 The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) 1 • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential ' ALL ASSOCIATED RATES * ** • Sign Makers and Installers (Non - Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) 1 The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296 -127 1 1 1 Supplemental to Wage Rates 9 03/04/2015 Edition, Published February 2 "d , 2015 1 Washington State Department of Labor and Industries ' Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) ' WAC 296- 127 -018 Agency filings affecting this section t Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, 1 gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39 12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above - listed materials to a public works t project site: (i) At one or more point(s) directly upon the location where the material will be t incorporated into the project; or (ii) At multiple points at the project; or 1 (iii) Adjacent to the location and coordinated with the incorporation of those materials (b) They wait at or near a public works project site to perform any tasks subject to this 1 section of the rule (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean -up materials, etc.). (d) They work in a materials production facility (e.g , batch plant, borrow pit, rock 1 quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. ' (f) They assist or participate in the incorporation of any materials into the public works project. 1 1 Supplemental to Wage Rates 10 03/04/2015 Edition, Published February 2 "d , 2015 1 1 1 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to Toad, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage (4) Workers are not subject to the provisions of chapter 39 12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section, nor does a stockpile include materials delivered or distributed to multiple locations upon the project site, nor does a stockpile include materials dumped 1 at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed Workers subject to subsection (2)(d) of this section, who produce such materials at an off -site facility shall be paid the applicable prevailing wage rates for the county in which the off -site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. 1 [Statutory Authority Chapter 39.12 RCW, RCW 43.22 051 and 43.22 270. 08 -24 -101, § 296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39 04 and 39.12 RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, § 296- 127 -018, filed 12/18/91 and 4/1/92, effective 8/31/92.] 1 1 1 Supplemental to Wage Rates 11 03/04/2015 Edition, Published February 2 "d , 2015 1 1 1 PROPOSAL 1 To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of City of Yakima 1 West Valley Middle School 1 Vicinity Improvements City of Yakima Project No. 2380 Federal Aid No. SRTS - 4711(004) and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood The undersigned hereby proposes to undertake and ' complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 1 191 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 1 192 1 ITEM PROPOSAL BID SHEET I WEST VALLEY MIDDLE SCHOOL VICINITY SAFETY IMPROVEMENTS City of Yakima Project No. 2380 - Fed. Aid No. SRTS- 4711(004) ITEM PROPOSAL ITEM UNIT PRICE AMOUNT I NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 1 SPCC PLAN 1 LS 00 5co oc 1 1 -07.15 ��... 2 MOBILIZATION 1 LS 1 -09.7 31 .10 .d 5 , I 3 PROJECT TEMPORARY TRAFFIC CONTROL M 1 -10.5 1 LS f 00 .W ( ` 4 CLEARING AND GRUBBING 1 LS S 06 . C 6700 .CC 1 2-01.5 ^^^^ 5 REMOVING CEMENT CONC. SIDEWALK 427 SY 40.0o qbso .(3) 2 -02.5 1 6 REMOVING CEMENT CONC. CURB 630 LF (� Q 2 -02.5 `�� � 1 -� SAWCUT 1 7 2 -02.5 620 LF 3 . I ( 900 8 ROADWAY EXCAVATION INCL. HAUL 130 CY 1s.00 g17�.Q 1 2 -03.5 STRUCTURE EXCAVATION CLASS B INCL. HAUL / , /� 9 2 -09.5 50 CY (!1 0. W 3 000 .06 I 10 CRUSHED SURFACING BASE COURSE 4 -04.5 212 TON z-b q910.60 ��11 f 11 HMA CL 1/2" PG 64-28 550 TON 0 0 .00 �Q DMD ,UC I 5 -04.5 12 PLANING BITUMINOUS PAVEMENT 3,400 SY 3. OD 1p 00 1 5 -04.5 13 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM 410 LF .3a, 0 0 ►3,«.co I 14 CATCH BASIN TYPE 1 7 -05.5 3 EA 1 -CO 5-ii 00 .06 CATCH BASIN TYPE 1L 1 ,� 2 15 7 -05.5 2 EA 1 I 700 .04 3 �60 0 0 ADJUST MANHOLE 16 7-05.5 3 EA St b .00 a 1 17 SOLID LID FRAME & GRATE FOR CATCH BASIN TYPE 1 1 EA 1 3 •00 5So -OCR 7 -05.5 I 18 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 5 TON Ip0 .00 1 00 , 00 o 7 -08.5 ADJUST VALVE BOX 19 7-09.5 2 EA ��S•00 6 15 D. I 20 CEMENT CONCRETE TRAFFIC CURB & GUTTER 1,200 LF 1 CQ • O0 I 'LOOwo6 8-04.5 �, 1 ADDENDUM #1- WVMS SAFETY IMPROVMENTS 1 July 21, 2015 1 ITEM PROPOSAL BID SHEET I WEST VALLEY MIDDLE SCHOOL VICINITY SAFETY IMPROVEMENTS City of Yakima Project No. 2380 - Fed. Aid No. SRTS- 4711(004) ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT I NO. PAYMENT SECTION DOLLARS DOLLARS 21 CEMENT CONC. DRIVEWAY APPROACH 84 SY I ( . DO 9,240 .0 1 8 -06.5 22 REMOVE & RESET CHAIN LINK FENCE & GATE, 4 FOOT 41 LF (Q S. DO a , 0 0 8 -12 5 I 23 ADJUST MONUMENT CASE & COVER ( �� 8 -13.5 1 EA (14c�0•� l 00 0o 24 CEMENT CONCRETE SIDEWALK - 4 INCH THICK 560 SY Qr rnrn r Q - 8 -14.5 (� •5 � I 1 / ( �� 1 CEMENT CONCRETE SIDEWALK - 6 INCH THICK 25 8-14.5 100 SY '70. 1000. 00 1 26 CEMENT CONC. CURB RAMP TYPE PARALLEL A 8 EA 1 .00 1 I D .00 8-14.5 V I MAILBOX SUPPORT, TYPE 1 Y� q 27 8 -18.5 4 EA 435'. Do 1 zi o• 00 28 MAILBOX SUPPORT, TYPE 2 1 EA "'P--i p .0 o O •00 I 8 -18.5 29 PERMANENT SIGNING 1 LS ' /4�, 0o i Ms I 30 PAINT LINE 2,400 LF 030 390 8 -22.5 I 31 PLASTIC STOP LINE 115 LF 8 -22.5 Q.30 ( R jp 4'50 32 PAINTED WIDE LANE LINE 250 LF l 8 -22.5 o 12 .4; 0 1 33 PLASTIC TRAFFIC ARROW 5 EA SD • ®O /�� U 00 8 -22.5 '`'f' I 34 PLASTIC CROSSWALK LINE 8 -22.5 415 SF S .30 1 1 3(9 . 35 8-20.5 TRAFFIC SIGNAL SYSTEM COMPLETE 1 LS 905Q . t0 ' 0,bb0.t0 1 RELOCATE EXISTING STREET LIGHT POLE 36 8 -20.5 2 EA Li, zoo .06 5 1 37 REPAIR OR REPLACEMENT 1 EST $10,000.00 $10,000.00 8 -30.5 LSD 1 TOTAL 636/ l LSD 1 1 ADDENDUM #1 - WVMS SAFETY IMPROVMENTS 2 July 21, 2015 r BID BOND FORM ' Herewith find deposit in the form of a certified check, cashier's check, or cash in the amount of $ which amount is not less than five percent of the total bid. 1 Sign Here 1 BID BOND ' KNOW ALL MEN BY THESE PRESENTS That we, Columbia Asphalt & Gravel, Inc as principal, and North American Specialty Insurance Company , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Five percent of total amount bid Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for West Valley Middle School Vicinity Improvements , 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 1 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. 1 SIGNED, SEALED AND DATED THIS 13th DAY OF July 20 15 Columbia '.spy - It & Gravel nc it lb. ' 10 —_. " an pecialty V Principal Insurance Company •1(10 •1(10 Y`•►� mn1. Surety I.6ori McKimmy, Attorney -in -Fact , 20. Received return of deposit in the sum of $ 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 197 1 • NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY 1 WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY I KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint. I KENNETH J FRICK, LORI McKIMMY and DONNA MARTINEZ JOINTLY OR SEVERALLY I Its true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the I amount of FIFTY MILLION ($50,000,000 00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of I Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24 of March, 2000• "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, I the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is I FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." �t ipurP'''' � t arn rmwurgg 1 7 91 ----- 1 O % Q r c..•• 644'i ii t10Nq(� By _ SEAL : n _ Steven P Anderson, Senior Vice President of Washington International Insurance Company S EAL ' - e 5 �' ;Z 1973 Ptu,: n $ & Senior Vice President of North American Specialty Insurance Company O m kzttop-ok j y 0 n m ts'.. A . � �5y o By . N... ........ ...0 David M. Layman, Vice President of Washington International Insurance Company Mott t & Vice President of North American Specialty Insurance Company I IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 17th day of May , 20 12 . I North American Specialty Insurance Company Washington International Insurance Company State of Illinois I County of Cook ss. On this 17th day of May , 20 12, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , I Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. ♦ ∎V - V j - - I - - 4•1 ' ■ "OFFICIAL L" SEA • t DONNA D. SKIMS I o Notary Public, State of Illinois ■ AMA .° D. Sklens, Notary Public f My Commission Expires 10/06/2015 I 1, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. I IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 13th day of July , 20 15 . I Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company 1 I PROPOSAL West Valley Middle School Vicinity Improvements Federal Aid No. SRTS - 4711(004) I City Project No. 2380 The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all 1 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 1 quantities at the above prices and in the form as indicated below, is attached hereto I CASH 0 IN THE AMOUNT OF I CASHIER'S CHECK 0 DOLLARS CERTIFIED CHECK 0 ($ ) PAYABLE TO THE CITY TREASURER U PROPOSAL BOND . IN THE AMOUNT OF 5% OF THE BID I ** Receipt is hereby acknowledged of addendum(s) No (s) 1 , & �Gd S 7O F AU !O FIFICIAL(s) lrfe 1 01 111 Qa pP� SP‘. FIRM NAME C1131UUrnblek-I WA V ' OA 1(nC S I) e.„'So,..U. - V i et Pc (ADDRESS) eo a31 c£ ,53-1 Y 1 b 9 PHONE NUMBER II STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER � It'. FEDERAL ID No. I q I( 1 10 I3 1(.0141(011p 1 I WA STATE EMPLOYMENT SECURITY REFERENCE NO. 44 1- 0 9, -O d I I Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. I (2) Please refer to section 1 -02.6 of the standard specifications, re "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. I W. Valley Middle School Vicinity Imp. # 2380 199 1 1 ' COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E- Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United 1 States. E- Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be ' used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid 1 response the E- Verify Declaration below. Failure to do so may be cause for rejection of bid. ' E Verify Compliance Declaration The undersigned declares, under penalty of perjury under the laws of Washington State that: 1 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2 I agree to enroll in E- Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E- I Verify for all newly hired employees during the length of the contract. 3 I certify that I am duly authorized to sign this declaration on behalf of my company. ' 4 I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E- Verify program at any time and that non - compliance could lead to suspension of this contract. Firm Name. l DI( 4 . .1 (j y fr Dated this Qq ay of , 20 Signature tri A.2 1 Printed Name S4€S) So Phone* F 9— - s — .2 � Email Address: Krv.Iftle_i ajrked.k. CCrc,_ 1 W. Valley Middle School Vicinity Imp. # 2380 201 1 1 NON - COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States ' that the following statements are true and correct: 1. That the aforesigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in 1 restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2 That by signing the signature page of this proposal, I am deemed to have signed and have 1 agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: 1 - 800 - 424 -9071 1 The U S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder 1 collusion, or other fraudulent activities should use the "hotline" to report such activities The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction 1 contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 1 203 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W Valley Middle School Vicinity Imp. # 2380 1 204 1 1 1 1 1 1 1 1 Local Agency Certification for Federal -Aid Contracts I DOT Form 272 -040A EF 1 Follows this page 1 1 1 1 1 1 1 1 W Valley Middle School Vicinity Imp. # 2380 1 205 1 Local Agency Certification for Federal -Aid Contracts 1 1 The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and 1 belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, 1 or modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 1 This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure. 1- .r. .- iv- .- i i.. .1 • -.r-- • .miti • hi • -r.i..rarm -1 that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. 1 1 1 SR DOT Form 272 -040A EF 1 07/2011 1 W Valley Middle School Vicinity Imp. # 2380 206 1 1 1 NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, ' religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following employment, upgrading, demotion, or transfer; ' recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, t color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. ' "(4) The contractor will comply with all provisions of Executive Order No 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders r "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law ' "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No 11246 of September 24, 1965, so that such provisions will be binding upon each ' subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 1 207 1 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY 111 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 II end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. 1 In order to enhance opportunities for women and minority businesses to participate in certain contractor I 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 I 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. 1 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 I forms, and invitations to bid are as widely distributed as possible. 1 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 208 1 1 RESOLUTION NO. D - 4816 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 1 and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- ' prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of 1 such public works, and WHEREAS, the City of Yakima is determined to maximize 1 Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption 1 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. ,n • ADOPTED BY THE CITY COUNCIL this Y t day of �c,vt1 , ' 1983. r Mayor 1 ATTEST: 1 City Clerk 1 1 W. Valley Middle School Vicinity Imp. # 2380 1 209 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. 1 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 1 specific as the following steps a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response 1 b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. 1 c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d The contractor shall participate in training programs in the area, especially those funded by the Department of Labor e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc , by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. 1 W. Valley Middle School Vicinity Imp. # 2380 210 ' 1 f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all 1 recruitment sources, by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. ' g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment ' areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their ' friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. ' j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. ' k. The contractor shall develop on- the -job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. 1 I The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities m The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. 1 n. The contractor shall make certain that all facilities and company activities are non - segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women 1 subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. t q. Non - cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment ' vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement ' providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima 1 Compliance Officer. 1 1 W. Valley Middle School Vicinity Imp. # 2380 ' 211 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W Valley Middle School Vicinity Imp. # 2380 212 1 1 1 1 1 1 1 i Local Agency Disadvantaged Business Enterprise Utilization Certification DOT Form 272 -056A EF 1 Follows this Sheet 1 1 1 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 1 213 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W Valley Middle School Vicinity Imp. # 2380 214 1 I Local Agency Disadvantaged Business Enterprise Utilization Certification To be eligible for award of this contract the bidder must fill out and submit, as part of its bid proposal, the following Disadvantaged I Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise (DBE) requirements. The Contracting Agency shall consider as non - responsive and shall reject any bid proposal that does not contain a DBE Certification which properly demonstrates that the bidder will meet the DBE participation requirements in one of the manners provided for in the proposed contract. The Bidder must submit good faith effort documentation only in the event the bidder's efforts to solicit sufficient DBE participation has I been unsuccessful. The successful bidder's Disadvantage Business Enterprise Utilization Certification shall be deemed a part of the resulting contract. Information on certifigd firms is available from OMWBE, telephone 360 -664 -9750 or Toll Free 1-866- 208 -1064. (DI u1 ma 0al ( I (0C . certifies that the Disadvantaged Business Enterprise (DBE) I (Bo 1) Name of Bidder Firms listed below have been contacted regarding participation on this project. if this bidder is successful on this project and is awarded the contract, it shall assure that subcontracts or supply agreements are executed with those firms where an "Amount to be Applied Towards Goal" is listed. (If necessary, use additional sheet.) I Column 1 Column 2 * Column 3 Column 4 ** Project Role Amount to Name of DBE (Prime, Joint Venture, Certificate Number Subcontractor; Description of Work be Applied 1 Manufacturer, Regular Dealer) Towards Goal. 1 ' N 1 _ lsivi •4— ..ctl r�11C:�0!1 o I__ Sttb� & V C OD�� 11 /Q F1 `I / D� �a t 1 2 sb i -f - - - o 6 'sit crth yr C °nc"c I t 5id,! »o1 1 4 , ._.... - , 3 / 4 1 5. 1 6 7 1 8. 1 9 10 I C; Disadvantaged Business Enterprise Subcontracting Goal: // 6 DBE Total $ '' %- ��;, ! �10� � II♦YY . 1 1. U I o x2 Box3 Regular Dealer status must be approved prior to bid submittal by the Office of Equal Opportunity, Wash. State Dept. of Transportation, on each contract. ** See the section - Crediting DBE Participation Toward Meeting the Goal" in the Contract Document. I * ** The Contracting Agency will utilize this amount to determine whether or not the bidder has met the goal. In the event of an arithmetic difference between this total and the sum of the individual amounts listed above, then the sum of the amounts listed shall prevail and the total will be revised accordingly Participation in excess of the goal amount will be considered voluntary or race - neutral participation. SR I DOT Form 272 -056A EF 07/2011 I W Valley Middle School Vicinity Imp. # 2380 215 1 1 1 1 1 1 Local Agency Disadvantaged Business Enterprise (DBE) Y 9 p � ) Written i Confirmation Document DOT Form 422 -031A EF 1 Follows this Sheet 1 1 1 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 1 217 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W Valley Middle School Vicinity Imp. # 2380 1 218 • Jul 29 15 12:39p Alicia Patterson 5098776677 p.1 i I 1 1 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document 1 As an authorized representative of the Disadvantaged Business Enterprise (DBE), t confirm that we I have been contacted lby the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadyan>;aged Business Enterprise I lltilfration Certifioatian. • 1 Contract Title: ''. 1 .`:.. if AA ' _r t 1#11 d 'MI6 1 Bidder's Business Name: , ' Bid G i kc llJdY! l � # 1 DBE's Business Name 1 LIP [ /,iit.111.is.-1.i _Ai .�, ABS 1 DBE Signature: 11■4 c _ 1 DBE's Title: t-� .(1-efti` 1 Date: D D-c ]o 6 I The entries mus: be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection. See contract provision; Disavantaged Business Enterprise Condition of Award Participation_ 1 s cri of Work k i k _ . _ �L & / .. i . .1 t O t1.1 0 `l 1 i � t f Amount to be Apolied Towards Goal: .--)J ( Nano CO SR 1 OOT pr r�422 -03tA EF ' W Valley Ididdle School Vicinity imp. • 2380 219 1 1 I Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document I As an authorized representative of the Disadvantaged Business Enterprise cDBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the 'bidder I is awarded the contract we will enter into en agreement \ivith the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged Business ter pr Utilization C:ertitcation. 1 Contract Title: ` ! Bidder's Business Name. . )". '.„: ,' ',.-2,, (,.•_ • „. ./ C,, -- ','. . ,,"':., .,_,f, ::._.,,=_,,_ .:_' Li - 1 _. •-" ,_, , t A •i i : ; = ; ) , ,,, . ,,, , DBE's Business Name. ,, 7y ', '-itylALT 0)1 ..”4- C..,:, ! /' . )( ;11_1 I / ,., , ,..,-- . r / -----. • - 7' . •<' DBE Signature ‘„../ . „,-• / -..- ‘--c__/ .-- I -- Z '■‘,,,--- DBE's Title- / 1 Date 1 I The entries must be consistent with what is shown on the bidder s Disadvantaged Business I Enierpr15. Uti112.0tion Certification Failure to - SO Wlif reSUii in bid rejection Sc cO'itraCi iKOVISik:.it 0:Say Busioess Enterprise Conciltror; of Award Pr3rticipotion. I ■ -, I Description of V*Vork - .,. •,. k T , ' rr.-., r 46 1i) 11 t jf i'f ` .. ).t ci 1 I „,•• : , f, 4 i J f %..: .,,,,,. .1:: .:1,1- i : i . - ....: ! 7 It ,,,, Amour u to be Applied Tewards Go ; 4 f a! ,/ 0- ; J L..._ J :JP 1 1 I W Valley Middle School Vicinity imp, 4 2380 219 1 1 BIDDER CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: 1 b 1 lo k v< 1 ∎( t( � l �� nC, certifies that: ��j I (BIDDER) ' 1 It intends to use the following listed construction trades in the work under the contract aezwa__+( and, 1 as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts 1 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, 1 those trades being s a,lot) i and; 2 It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub - contract under this contract the Subcontractor Certification required by these Bid Conditions (Signa ure of uthorized Representative of Bidder) 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 221 1 1 SUBCONTRACTOR CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each 1 subcontractor prior to award of any subcontract. 1 certifies that: (SUBCONTRACTOR) 1 It intends to use the following listed construction trades in the work under the subcontract 1 1 and, As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in Yakima, Washington, subject to these Bid Condition, those 1 trades being 1 ' and, 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract 1 the Subcontractor Certification required by these Bid conditions. . � 1 (Signature of Authorized Representative of Subcontractor) 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 223 1 1 1 1 1 1 Contractor and Subcontractor or Lower Tier Subcontractor 1 Certification for Federal -Aid Projects 1 DOT Form 420 -004 EF Follows this Sheet 1 1 I 1 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 1 225 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W Valley Middle School Vicinity Imp. # 2380 226 1 I Contractor and Subcontractor or w or „ Certification for Federal -Aid Projects ' Contract Number (Required for each Subcontractor or Lower Tier Subcontractor on all Federal -Aid projects) Federal -Aid Number I State Route Number 1 Subcontractor or Lower Tier Subcontractor To be signed by proposed subcontractor or lower tier subcontractor 1 The contract documents for this subcontract include as part of the subcontract a special provision entitled "Required Federal -Aid Provisions ", the "Required Contract Provisions Federal -Aid Construction Contracts (FHWA 1273) ", and the minimum wage rates. 1 I certify the above statement to be true and correct. Company Signature Date Title 1 1 Contractor Certification To be completed and signed by the contractor 1. A written agreement has been executed between my firm and the above subcontractor 2. A written agreement has been executed between (the subcontractor) and the above lower tier subcontractor. 1 All documents required by the special provision entitled "Required Federal -Aid Provisions" are included in the agreement for 111 (1) or (2) marked above. 1 certify the above statements under Contractor Certification to be true and correct. 1 Company Signature Date Title DOT Form 420-004 EF Revised 03/2008 W. Valley Middle School Vicinity Imp. # 2380 1 227 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 228 1 MATERIALLY AND RESPONSIVENESS The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. ' Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable) Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order Any bidder, or contractor or ' subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non - compliance with these Bid Conditions and Executive Order 11246, as amended Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract 1 Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it ' has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such ' formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency 1 determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. 1 W. Valley Middle School Vicinity Imp. # 2380 229 1 1 Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the 1 Director Office of Federal Contractor Compliance U S Department of Labor Washington, D C 20210 1 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance 1 1 1 1 1 1 1 1 1 1 1 1 W Valley Middle School Vicinity Imp. # 2380 230 1 BIDDER'S CHECK LIST I The bidder's attention is especially called to the following forms, which must be executed, as required, P Y 9 q and submitted on the form purchased from the City and bound in the Contract Documents: I A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. 1 B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is 1 accompanied by a certified check, cashier's check or cash The amount shall be not Tess than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. BIDDER'S CERTIFICATION I D. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. 1 E. DBE UTILIZATION CERTIFICATION DOT Form 272 -056 EF. 1 F. DBE WRITTEN CONFIRMATION DOCUMENT DOT Form 422 -031A. Required for all DBE's listed on DBE Utilization Certification. 1 The following forms must be received prior to the Contract being executed: A. CONTRACT 1 This agreement is to be executed by the successful bidder B. PERFORMANCE BOND 1 To be executed by the successful bidder and his /her Surety Company. C. CERTIFICATE OF INSURANCE 1 Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1 -07.18 (APWA) of the Standard Specifications and Special Provisions. D. E- VERIFY COMPLIANCE DECLARATION 1 Refer to Section 1- 02.15. A signed E- Verify Compliance Declaration must be submitted or on file with the City. I E. DOT Form 420 -004EF (Only required on Federal -Aid Contracts) Refer to Required Contract Provisions Federal -Aid Construction Contracts FHWA -1273. 1 1 1 1 W. Valley Middle School Vicinity Imp. # 2380 1 231 a — >• — — — illllll E • — I S — — s ME MS r — NMI ___ II I WIDTH PER YMC I �� 2 ` F/y RAMP RUNNING SLOPES 1r 8.64 070 SEE PLANS 11 CONCRETE APRON 7' MIN OR - , ' � 41/tigyii SHALL BE 1'12 (8.3 %) MAX. I I TO R/W LINE (WHICHEVER IS o o ��/� p T 5 III PAY LIMITS GREATER) •o' -' RP A –,1 15'l MINI RP ♦,, - �p 0 000 0 • y 000 °°o ° °p' Q 7S SEE p�N - oo . ' ALTERNATE RAMP .>!'' ' PREFERRED RAMP CONFIGURATION ° ` � CONFIGURATION vie° ease �� ; ' Q 0' 0' ( — — 7,0°!o •MAX ve , e ee\ , f r ? G — — 5 CN -; -.' °$ ° e. i ce/ i • 1 - Qe 12 °e ._ — �. _ — .. ___. ,• • COLD JOINT (TYP) `/ OS / MIN. 0.33' CSTC (COMPACTED DEPTF '-( (INCLUDING APRON) CONCRETE l T ! VALLEY GUTTER 0.5' CEMENT CONCRETE A , +1 " (INCLUDING APRON) COMMERCIAL APPROACH - TYPE 1 COMMERCIAL APPROACH - TYPE 2 RAISED CURBING MAY VALLEY GUTTER CONTINUE INTO SITE. FLOW LINE 0 5' CEMENT CONCRETE — / �j° i� I // COLD JOINT (TYP) 12 y 1 f t /c <' 3' VALLEY MIN. 0.33' CSTC (COMPACTED DEPTH) _ \ p� p i` GUTTER ♦ S o T 9 N C� 9Y NOTES SECTION A 1 0 \ 49 N y � C ,` - T , . )y ea 1 USE OF COMMERCIAL APPROACH - TYPE 2 BY APPROVAL OF CITY ENGINEER ONLY \ • 0 p2 \1r �� Q 2. CURB & GUTTER, VALLEY GUTTER, & CONCRETE APPROACH SHALL BE SEPARATED BY 3/8" THICK EXPANSION JOINT MATERIAL. 3. THIS DETAIL INDICATES GENERAL CONFIGURATION REQUIREMENTS FOR COMMERCIAL DRIVEWAY APPROACHES. STYLE AND ' " LOCATION OF HANDICAP RAMPS WILL DEPEND UPON SITE CONDITIONS AND SHALL BE CONSTRUCTED ACCORDING TO THE COLD JOINT (TYP) SPECIFIC PROJECT SITE PLAN APPROVED BY THE CITY ENGINEER. `/ MIN. 0.17' CSTC 4 WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO 5. (COMPACTED DEPTF 0 5' CEMENT CONCRETE 5. DUE TO THE MINIMUM SIZE RADIUS OF 15', SPECIAL CONSIDERATIONS NEED TO BE MADE TO ALLOW FOR ADA REQUIREMENTS ON RESIDENTIAL APPROACH THE RAMPS. 15' RADIUS DESIGNS MUST BE SUBMITTED AND APPROVED BY THE CITY ENGINEER PRIOR TO CONSTRUCTION. 6. ALL SIDEWALK WITHIN COMMERCIAL APPROACH LIMITS, FROM RADIUS POINT TO RADIUS POINT, SHALL BE 0.5' CEMENT CONCRETE ON 0.33' CSTC 7 EACH COMMERCIAL DRIVEWAY PAY ITEM SHALL INCLUDE ALL ASSOCIATED RAMPS, CURBING, TRUNCATED DOMES, APRON, AND SIDEWALK. SEE PAY LIMITS ABOVE. Q City Of Yakima City of Yakima - Standard Detail En ineerin Division g s DRIVEWAY APPROACHES R4 129 North Second Slreet Yakima, Washington NOT TO SCALE Revision 02 -2014 1 1 THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH 1 UTILITY APPURTENANCE. 1 4 EB 1 FOR HANDICAP RAMP SIZE AND POSITION, . SEE APPLICABLE STANDARD DETAILS. 1 SIDEWALK JOINTING 1 SEE PLANS COLD JOINT S= 0.02 ft/ft MillIMMIIMIEMommil 1 0.33' CEMENT CONCRETE 1 SEE PLANS COMPACTED SUBGRADE 0 17' MIN. CSTC (COMPACTED DEPTH) COLD JOINT 1 s= 0.02ft/ft _ 4" STANDARD SECTION 0.5' CEMENT CONCRETE COMPACTED SUBGRADE 0 17' MIN. CSTC (COMPACTED DEPTH) 1 6" SIDEWALK SECTION 1 NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. I 2. 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. I 3. "V" GROOVES SHALL BE PLACED AT 5' INTERVALS. 4. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 5 SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. 1 6. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 1 _or -V,�4, City Of Yakima City of Yakima - Standard Detail 1 i�,, l � I� ' :r Engineering Division ► ; CEMENT CONCRETE SIDEWALK R5 �� 129 North Second Street Z, 0. Yakima, Washington NOT TO SCALE = Revision 03 -2011 1 EXISTING PAVEMENT - DEPTH VARIES APPLY CSS -1 & SAND TO SEAL THE SURFACE JOINTS. I ASPHALT CONCRETE PATCH_ LIMITS APPLY CSS -1 TO EDGES OF REPAIR SECTION AND TO SURFACE OF CONCRETE, IF OVERLAYED 1.0' EXCAVATION 1 0' _ 1 0' LINE (MI s'.°° 111010111 Mir MIN V y y ALTERNATE BACK SLOPE AT CONTRACTORS k i OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA I HMA CL. 1/2" PG 64 -28 @ 1.5 TIMES DEPTH OF EXISTING ASPHALT 0.25 MIN (COMPACTED DEPTH in 2 EQUAL LIFTS) 0.5' CSBC (COMPACTED DEPTH) 1 ASPHALT CONCRETE SURFACING I EXISTING SURFACE - DEPTH VARIES G RAVEL SURFACE - PATCH LIMITS 10' EXCAVATION 1.0' 1.0' LINE (MIN) yam IiatiattUringna ngniginglinatrii "� 1 ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA I 0 17' CSTC (COMPACTED DEPTH) GRAVEL SURFACING 1 UNSURFACED AREAS _ EXISTING PATCH LIMITS GROUND 1.0' EXCAVATION 1.0' _ 1 0' I LINE (MIN) Q "',00 + + + + + + + + + + + + + + + + + WO + + + + + + + + + + + + + + + + + I + + + + + + + + + + + - + + + + + y. y a ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE I CITY OF YAKIMA 1.0' MIN. (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS OVER 2 INCH. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. I NOTES UNSURFACED AREAS 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK I SLOPE AT TRENCH SIDES. 2. CONTRACTOR SHALL BE AWARE THAT GEO- TEXTILE - FABRIC MAYBE REQUIRED BY THE ENGINEER IN CERTAIN APPLICATIONS. 1 1 n or City Of Yakima City of Yakima - Standard Detail r . Engineering Division Ar i b ; TYPICAL SURFACING R7 . z 129 North Second Street `%*;;;,; 0 Yakima, Washington NOT TO SCALE Revision 11 -2008 1 1 1 _ 9 -1/2" 8" MONUMENT CASE TO BE SATHER MFG. CO #2022 OR 1 7 -1 / 8 ' APPROVED EQUIVALENT h -- 1/2" / I I N 4.0 _ M' —.--11" I� • 1/2" / 0 - 1 - O 6-5/8" 1 co j 1 3/16" WIDE BEAD, 1/8" 1 8 1/8" / I HIGH f MONUMENT CASE 1 MONUMENT CASE 1 1/2" CLASS "G" ASPHALT 1 1.p' I I (COMPACTED DEPTH) v � j )r 1 ��m 6" CLASS 3000 1 CONCRETE 2 " CRUSHED SURFACING TO BE OR BRASS SURVEY URVEY CAP PLACED AFTER PLACEMENT OF MONUMENT CASE SUFFICIENT 5/8" REBAR - 24" LENGTH r TO SECURE MONUMENT MIN. i 1 SECTION NOTES I 1. MONUMENT TO BE PLACED AFTER FIRST LIFT. 2 TOP OF MONUMENT CASE SHALL BE 1" BELOW TOP OF FIRST LIFT. 3. MONUMENT CASE TO BE PLACED AFTER FINAL LIFT OF ASPHALT. I 4. IN UNIMPROVED ROADS, THE MONUMENT CASE SHALL BE SET WITH THE TOP OF THE CASE 6" BELOW EXISTING GRADE. 5. WSDOT CLASS 3000 CONCRETE WITH AGGREGATE GRADING NO. 5. 1 1 1 H of 1 4 City Of Yakima City of Yakima - Standard Detail �` % Engineering Division l� %�71 g g SURVEY MONUMENT R8 I 129 North Second Street e,,;,m Yakima, Washington NOT TO SCALE - Revision 11 -2008 1 1 CLASS 3000 CEMENT 1 1/2" CLASS "G" ASPHALT CONCRETE FULL DEPTH OF SECTION LESS 1 1/2" 1 12.. ASPHALT PAVEMENT •SUBGRADE '' / /\\ \ /\\ \: M N ! / \ / 1 PLACE AND COMPACT CRUSHED 4. \ BASE SURFACING TOP COURSE _ \ 11 �= ` �� \ 1 , 1 6 » ij\ -: \ �• GROUT ALL JOINTS # \ WITH NON - GYPSUM GROUT. 1 � SMOOTH INSIDE BARREL 1 1 PAVED AREAS 1 CLASS 3000 CEMENT CONCRETE I FULL DEPTH OF SECTION SLOPE 1/4 INCH PER FOOT AWAY FROM GRAVEL SURACING COVER. 12" ho- I - 111111 SUBGRADE ', \� %% ` ` Y / \ / ��• I ` r 1 W NONROUL OINTM _I�� CONCRETE PERIMETER SEAL GROUT. G SU ���, \ ' SHALL EXTEND 6" BELOW ADJUSTMENT RINGS r SMOOTH INSIDE BARREL 4 at 6- 1 UNPAVED AREAS 1 1 r 4opW I , City Of Yakima City of Yakima - Standard Detail ` e � , Engineering Division MANHOLE ADJ TM r °' US ENT S3 12 9 N or th Second Street ;z ; ;;to Yakima, Washington NOT TO SCALE Revision 11 -2010 1 23.7" 26.2" II [601 mm] [665mm] 1 2" NPS,SCH. 40, 2 3/8" O.D. TENON q r:• �n• ■ r ■ _ 8' (TYP) _ I' I I�I � �I � i � �II'III 5'1 I�, I�� 14r i�'i� �' +�, I 1 -1 11 II ��I 4.6„ OR AS SPECIFIED ■ L .I. ■ [129mm] [ T 1 1 i 30 i I . f 1f + :~ , 1 a Q co nIC-� I 9.3" . 14.5" • C ; A .� q [237mm] G 11 J [368mm] ' DAVIT ARM 6063 -T6 ALUM. TAPERED 6" X 3 1/2" X 188" RESIDENTIAL LUMINAIRE ARTERIAL LUMINAIRE WALL, SATIN GROUND FINISH, 80 GRIT RADIUS = 5-9" CREE XSP1 SERIES LED STREET LIGHT CREE XSP2 SERIES LED STREET LIGHT I HORIZONTAL TENON - TYPE III HORIZONTAL TENON - TYPE II SLIPOVER JOINT, -SHAFT INSERTED 12" INTO DAVIT ARM, (2) 5/8" X 7" 53W - ADJ DRIVER - FUSED 139W -ADJ DRIVER LG. S/S HEX HEAD BOLTS,-NUTS, FLATS & LOCK WASHERS LOCK 3' MAX. THE ASSEMBLY 1 ELIMINATE ALL SLACK - 0 HANDHOLE INSULATED GROUNDING BUSHING M BOND INSTALL COMPLETE WITH I I BOLT COVERS QUICK DISCONNECTS (STD. 2" NOM. GROUT PAD WITH J -BOX SPEC. 9 -29.7) 1/2" DRAIN HOLE 6063 -T6 ALUM SHAFT TAPERED _ [I / ', , FLUSH w/ SIDEWALK GROUND FINISH, WA GRIT i i.I • 1" MAX. A!l1�7�1� 4" X 6" FLUSH HANDHOLE 1 11: • C/W S/S HARDWARE & Z GROUND WIRING 1" CHAMFER I 11 ni a [ ci #4 HOOPS AT " E 1 11 ! CAST ALUM. SHOEBASE (COMPLETE) . �/ 4 w STREET LIGHT BASE SHALL • 1 II=11 .11F 119 =n: 'ii =11 =1 CENTERS ! I d i • d • • _qt BE FLUSH WITH SIDEWALK t — AND /OR CURB �{'� N i • U 2" SCHD 40 PVC CONDUIT I •� If 6.. SIDEWALK ! CURB f- ° _ EIGHT #7 BARS .. y• EVENLY SPACED A a a -4 I PORTLAND CEMENT • 4. • CONCRETE CL 3000 (SEE • • . POLE FOUNDATION DETAIL) • • POLE PLACEMENT — • ADJACENT TO 5/8" x 10' -0" COPPER -CLAD 3' f SIDEWALK GROUND WIRE SQUARE OR ROUND OR AS APPROVED BY CITY ENGINEER NOTE. 1 All WORK AND MATERIALS SHALL CONFORM TO THE NATIONAL ELECTRICAL CODE (NEC). 2. JUNCTION BOX, CONDUIT AND CONSTRUCTION METHODS SHALL BE PER WSDOT - TYPE 1 UNLESS OTHERWISE SPECIFIED AND APPROVED BY THE CITY ENGINEER. I 3. ALL ELECTRICAL CONDUIT SHALL BE A MINIMUM OF 2" DIAM. AND MAINTAIN 24" MINIMUM COVER. SWEEPS AND PLAN LOCATION SHALL BE PER POWER COMPANY AND SHALL BE DETAILED ON THE PLANS PRIOR TO APPROVAL. 4 ALL SERVICE CONNECTIONS WHETHER INDIVIDUAL OR MULTIPLE POLES SHALL BE PEDESTAL MOUNT ONLY SERVICE CONNECTIONS SHALL NOT BE ALLOWED TO BE ATTACHED TO THE POLE. I 5 SERVICE PEDESTALS SHALL BE METERED 6 LUMINAIRE SHALL BE LEVELED IN BOTH DIRECTIONS AFTER POLE IS PLUMBED 1 a ov� . City Of Yakima City of Yakima - Standard Detail I ` . Engineering Divisio -i %,� � ; STREET LIGHT E1 . . ,„ap F` .,: 129 North Second Street `�„ + Yakima, Washington NOT TO SCALE -- Revision 4 -2015 1 1 1 1 1 4 BOLT GALVANIZED STEEL BASE PLATE -----o 5" x 7" OVAL HANDHOLE WITH / REMOVABLE COVER 1 REMOVABLE BASE f/ COVER (2 PIECE) FINISHED GRADE z_ I 1II4 I . • . CEMENT CONCRETE ANCHOR 36" DIA. x 8' N III DEPTH FORM 24" SQUARE x 4" DEPTH AT TOP 1 I� e I e l °-� - OF BASE (CHAMFER EDGES). GROUT BETWEEN ANCHOR BASE AND BASEPLATE 1 ' 1i ° I S AFTER POLE IS PLUMB AND SECURED 1 I F IHIL ` 4 GALVANIZED STEEL ANCHOR BOLTS WITH . I 1 2" SCHEDULE 40 PVC DOUBLE NUTS AND DOUBLE WASHERS. ANCHOR BOLTS SHALL EXTEND 4 1/2" CONDUIT(S) EXTEND 5" .4 1 ABOVE CONCRETE BASE. BOLT CIRCLE AND ABOVE BASE AND ANGLE END ° Je" �� I,,�a SH DIMENSIONS ALL BE SUBMIITTED BY ANCHOR E POLT SIZE 1 TOWARD HANDHOLE IN POLE. l MANUFACTURER. � ` REINFORCING STEEL BARS REQUIRED 8 1 a . NO 7 BARS VERTICAL. EVENLY SPACED v ,' AROUND PERIMETER. 8 -NO 4 HOOPS AT 12" ON CENTERS. 3" MINIMUM CONCRETE 1 COVER. REBAR SHALL NOT BE WELDED 5/8" x 10' COPPER WELD GROUND ROD (SERVICE POLE ONLY) 1 POLE FOUNDATION 1 1 1 1 oV ,_,, City Of Yakima City of Yakima - Standard Detail k, , ■ Engineering Division �: ' ii ) ) 129 North Second Street SIGNAL POLE FOUNDATION E3 1 `te,;,,,;�' Yakima, Washington NOT TO SCALE Revision 7 -2011 1 1 1 1 ' FINISHED GRADE 1 </s %\ >4, BACKFILL AND CONDUIT BEDDING MATERIAL SHALL BE I o COMPACTED CRUSHED SURFACING TOP COURSE. ll s O.., ...„cn _ ...1 6" i... j= „ e , x; N i ;Pe o �' n �.o ° 000 \ 1 __ a � , i 0 �''0c0;; i �, —i I 6 c le. ::- t.€ • oo �oO°/� �i3Oe O: o . x � • Y •7 �/ I 2" SCHEDULE 40 CONDUIT SHOWN ON THE PLANS 1 CONDUIT TRENCH SECTION NOTE. I 1. All WORK AND MATERIALS SHALL CONFORM TO THE NATIONAL ELECTRICAL CODE (NEC) 2 JUNCTION BOX, CONDUIT AND CONSTRUCTION METHODS SHALL BE PER WSDOT - TYPE 1 UNLESS OTHERWISE SPECIFIED AND APPROVED BY THE CITY ENGINEER. 111 3 ALL ELECTRICAL CONDUIT SHAL BE A MINIMUM OF 2" DIA. AND MAINTAIN 24" MINIMUM COVER. SWEEPS AND PLAN LOCATION SHALL BE PER POWER COMPANY AND SHALL BE DETAILED ON THE PLANS PRIOR TO APPROVAL. I 4 ALL SERVICE CONNECTIONS WETHER INDIVIDUAL OR MULTIPLE POLES SHALL BE PEDESTAL MOUNT ONLY. 5. SERVICE CONNECTIONS SHALL NOT BE ALLOWED TO BE ATTACHED TO THE POLE. 1 1 1 1 or p Yet City Of Yakima City of Yakima - Standard Detail A "a ' Engineering Division '' a % ,r � � CONDUIT TRENCH SECTION E5 ' 129 North Second Street `r Yakima, Washington NOT TO SCALE - Revision 7 -2011 Cabinet- Front Side 4 ft Lateral Clearance —_I — • . p \ \\ • p. Cabinet Door / • PLAN VIEW .. . .. • • Concrete Apron / / SIDE VIEW Cabinet Depth L atera C Clearance 1 to Obstruction Cabinet Width (Door &Apron to the Right) -- 2' -173 OP„ax .3 �nt 3' - 8" • 1 Door Hinge Side a g ti 5 _ ;1'.g 19 3 8 ,i T (3) 3" conduit- to dear lower Door Handle Side tD VCenter brace of cabinet by < (11 1/2" minimum E Anchor bolts and sparing r rraol l requirements to be supped ;CI sa.. by cabinet manufacturer go 44 Reber each caner � �'V � I e Petleslal Hegk - I I it MEI Shim to p lumb Concrete Apron e • . 1([Ft- Bin)ise J 7 L REDUIRED MIN IMUM �� ° a • e CD 1 3" Offset / • ° Concrete Apron Typical /// I • ° 1 - Min _ a a ° ` Z °' �j� 3 Expansion Joint ■ \\ Minimum 1 % SI••e REQUIRED_ I ■ . 11111111111 ..., Reber NEWORE%CONCRETESIDEWPLK Ma: 1 1111 H t FRONT VIEW #4 Reber each comer 114 Reba % (Door Side) 3/8• die plastic drain tube \ • plan aes ane mmen scnaeak br lPe (3)b co ntlu RS n to (All dims other than width shown on SIDE VIEW) City Of Yakima City of Yakima - Project Detail / % Engineering Division NEMA - TS1 (P+ STYLE) TRAFFIC SIGNAL CONTROLLER � 129 North Second Street CABINET - MOUNTED ON CONCRETE PEDESTAL P1 Yakima, Washington NOT TO SCALE • Revision 05 -2015 • I= I NM MN • — — MI ME MN NS MN — i EN — — MN BOX STEEL CHANNEL (UNISTRUT) UNISTRUT W/ FOUNDATION- MULTI -PANEL ELECTRICAL SERVICE a'0 - 20 MET ER 0 BASE AM P (Per PP&L, AND YYP E - 12040 SINGLE (SEE NOTE CHAxNE PA6 ABLEV iaPSHTSI (FOR TRAFFIC SIGNAL AND STREET LIGHT POWER) PER AD PHASE ELECTRICAL SERVICE ' "- REVS _. �` / NEW 200 AMP, 2- POLE -120 VAC- 6 POSITION BO % —T __ BREAKER PANEL BREAKER #1 -60 AMP FOR NEW SIGNAL POWER, BREAKER 82 -30 AMP ... .MA_'X�."�`: 4MA(- , -4 -5) x _ ) _r_\ ,� FOR NEW SIGNAL INTERSECTION LIGHTS, AND BREAKER #3- 30 AMP FOR SUMMITVIEW AVE -ST - Q I LIGHT CKT(Spllts ex CKTwI run 10 east from here) ,fl y ' BREAKER #4- 15 AMP FOR AUX CABINET POWER) -.� 1 -6 /8" X 2.7/16" GALVANIZED L STEEL CHANNEL (UNISTRUT) Q '' BOX C S 111 I PHOTOCELL BYPASS /CONTA SVMTCH 606 B 1—SEE "NOTE" fl . 5L } ELECTRICAL COMPONENTS +y ( SEE "NOTE ^ _ ic.'r` crizioom a-C ^ THIS DIM MINIMUM AS PER 1 -5 /8' X 1 - 5/8• GALVANIZED 1- 5 /B'X2- ] /16'GALVANIZED — `� — 1 -5 /8'X2- 7 /16'GALVANIZEO WSDOT STAND. PLANS & /OR NEMA STEEL CHANNEL (UNISTRUT) STEEL CHANNEL (UNISTRUT X (SEExaTE cHaxNEL B•o FASTENrJG, © a , L„ STEEL CHANNEL(UNISTRUT) )SEE NOTE CHANNEL 890 FAST Fn SPECS PER APPLKFBLE WSOOT : � EN I [ I l J3 PIgN SPECS P J3 Pury pETAese •REVS ioa'SHTS HARDWARE SPECS e T 'sM 1 1 -5/8' X 1 -5/8^ GALVANIZED r 82 STEEL CHANNEL (UNISTRUT) r SERVICE DIMS F ASSEMBLY B C) BOX LL R ISEE rvpTE CfU.xxELe 90 FASTExw t 1 � (APPROX DIMS FOR BOX NB PHOTCELL BYPASS C HA IXNARESPECSPER 6A0000WSI00 OT k 1 I ' CKL-0UT Pax40,0e m,.le,e6 e0% •J - DETAILS R i I /DER) Lxware ev wmraov may x0rrl TTPF PANEL — —.-6. MIN [ill 3Y = _ ___.' C EO %B 18'X14" Breaker BOXA 24' Sea — 12' x 12' • OTO CONTROLLE- BOX C ,�.r crave FLE I E in CABINET �� RIGID GALVANIZED TO STREET STEEL CONDUIT — 2 TCI STREET I• aCi=i CY.., ' VW 00890E1m1 IIp1 LIGHT 1 11111111411 IKEVI T RR D ES00 6 ETE 0000 R 0 1516 1916 162616 TEE" CHANNEL (UNISTRUT) E STEEL CHANNEL (UNISTRUT) I o O 2 5 IN 2 875 IN 248916 301N 351N 3091N Q CO e FROM WSDOT STANDARD H O FROM POWER SOURC PLAN REV SHEET #504E (PER P.P & L ROMNTS) 10drrnearoc:a. Pce aces sewn) 14 REBAR (Total k n r,eedetl) FLUSH WTI 3/4' CHAMFER FOR CROSS BRACING TIES EXISTING —18- m,„„— to (7 Soft UPFAGE TO GALV(UNISTRUT) S Soft Serhm) STEEL CHANNEL POSTS S #4 Reber each comer O (Add itional Cenered UN #4 REBAR (Total # as needed) 0 1 (vertical rebar optional) i Z FOR CROSS BRACING TIES I 0- H-, �S TO GALV (UNISTRUT) WI STEEL CHANNEL POSTS • i� . O o 0 Fw B I - #4REBAR =_ (FOUNDATION DETAILS Eo _L HOOPS(Center °� ON FRONT ELEVATION z � i�r trim Y 3rd hoop optional) XL ) o� / o ` 1 0 fi # d REBAR (Total k as needed ) r� F OR CROSS BRACING TIES ' ^' ^).+YA. -,.... „ 1 1 koNit TO GALV (UNISTRUT) >'J` "+'' -':-' }'.l_:j STEEL CHANNEL POSTS #4 Rebar each come FOUNDATION WIDTH EQUALS 3 . Offset FOUNDATION SPAN (Additional Center ( TOTAL PANEL- ASSEMBLY meal (=18' front clearance + total panel depth 0 6' rear dearance) (vertical rebar optional) WIDTH PLUS 12 INCHES FRONT ELEVATION RIGHT SIDE VIEW NOTES • FOR ALL ELECTRICAL PANEL AND CONDUIT ENTRANCE GROUNDING REQUIREMENTS, REFER TO APPROPRITATE NOTES & DETAILS ON THE • ALL HARDWARE INCLUDING GALVANIZED STEEL CHANNEL SECTIONS (UNISTRUT) APPLICABLE WSDOT "J -3" STANDARD PLAN(S). CLAMPS, STRAPS, BOLTS, AND OTHER APPLICABLE CONNECTORS AND AUXILIARY COMPONENTS, UNLESS SPECFIED OTHERWISE HERE, SHALL MEET REQUIREMENTS • UNLESS SPECIFIED OTHERWISE HERE, ALL ELECTRICAL SERVICE ASSEMBLY OF THE APPLICABLE WSDOT STANDARD PLANS AND SECTIONS OF THE WSDOT PANELS SHALL INCLUDE THE REQUIRED BOARDS, SWITCHES, SUB - PANELS, "STAINLESS STEEL CHANNEL DETAILS " - SHEETS 5.04E & 5.05E. AND OTHER SEPARATE COMPONENTS AS REQUIRED PER THE APPLICABLE SECTIONS OF THE WSDOTJ -3 PLANS, AND /OR 5.04 REVISIONS, AND SHALL COMPLY WITH THE CURRENT APPPLICABLE N.E.M.A .STANDARDS. City Of Yakima City of Yakima - Project Detail - , `� UNISTR W /FOUNDATION - MUL -PANEL ELECTRICAL SERVICE 4��•_ Engineering Division 3 ;�� � P2 1 'j/�!„ . 129 North Second Street NOT TO SCALE Yakima, Washington Revision 05 -2015 NOTES. 1 - Connection and pipe to be backfilled per ASTM D2321 INTERNAL COUPLER EXISTING 2. - In lieu of an internal cylinder, an HDPE watertight repair coupler can SPIGOT ADAPTER GRADE be used to connect HDPE pipe to CMP 3. - Internal cylinder adapter is not recommended for downstream connections. HDPE PIPE TO — BE CONNECTED i EXISTING EXCAVATE EXISTING GRADE TO AVOID RCP PIPE SOIL INTRUSION & TO CREATE SAFE WORK AREA FINISH GRADE CAST IN PLACE CONCRETE ENCASEMENT 1 NUN WOVEN GEUTEXTILt f CAST IN PLACE TO BE WRAPPED AROUND CUNCRETE VARIES CUNNEc ION NON -WOVEN GEOTEXTILE TO ENCASEMENT EXISTING BE WRAPPED AROUND A RCP PIPE CONNECTION $10 01 .. • r % :'{ L - .. , .. A SECTION °A -A° CLASS I BEDDING TO SUPPORT CONCRETE COLLAR oV v� City Of Yakima City of Yakima - Project Detail �,,� ` •4 " Engineering Division HDPE TO RCP PIPE CONNECTION DETAIL 3 P3 129 North Second Street '" Yakima, Washington NOT TO SCALE • Revision 07 -2015 - NM I- MI - OM - - ME - MO OM NM - w- MI MINIMUM LANE CLOSURE TAPER LENGTH = L (feet) SIGN SPACING = X (1) CHANNELIZAT1QN D VICE BUFFER DATA ( ) SPACING ACING (feet) RURAL ROADS 45/55 MPH 500'± MPH TAPER TANGENT LANE Posted Speed (mph) RURAL ROADS B URBAN ARTERIALS 35/40 MPH 350'± 50/70 40 80 LONGITUDINAL BUFFER SPACE = B WIDTH (feel) 25 30 35 40 45 50 RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH 200' ± (2) 35/45 30 60 25 30 35 40 45 50 10 105 150 205 270 450 500 RESIDENTIAL & BUSINESS DISTRICTS 25/30 20 40 LENGTH (feet) 155 200 250 305 360 425 URBAN STREETS 25 MPH OR LESS 130' ±(2) 11 115 165 225 295 495 550 THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT BUFFER VEHICLE ROLL AHEAD DISTANCE = R /2 125 180 245 320 540 600 ROADWAY CONDITIONS TRANSPORTABLE ATTENUATOR 30 FEET MIN MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE TO MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH 100 FEET MAX THE MANUFACTURERS RECOMMENDATION az__ 2 - . PCMS �- , • • 4 • • T / / / /f ///0 •• • / -• Z 1 2 • • • • n \ I / / /� / / / / /// • • RIGHT • V /WORK'AREA / • LANE 1 MILE q q a ® • • ® ` 0 -, CLOSURE AHEAD N 9 0 L/3 SEE 2.0 SEC 2.0 SEC O.. NOTE 4 FIELD LOCATE 1 MILE fN X x x L B R 100' t ADVANCE OF LANE CLOSURE SIGNING 48" 48" ROAD ' WORK I ,1 , HEAD NOTES. 48" 48" W20 -1 W4 -2(L) 1, SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. 48" 2. EXTEND DEVICE TAPER AT L/3 ACROSS SHOULDER. LEGEND RIGHT LANE , S. ic CLOSED 05E R g 3. DEVICES SHALL NOT ENCROACH INTO THE ADJACENT LANE, N TEMPORARY SIGN LOCATION ' HEAD A. fi ov *�c F 48" W $r , 4, USE TRANSVERSE DEVICES IN CLOSED LANE EVERY 1000' (FT) -:' (RECOMMENDED). ® TRAFFIC SAFETY DRUM W20 - a ,, I . •7'".010, 5, DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE It> SEQUENTIAL ARROW SIGN � G 20' (FT), M y TRANSPORTABLE ATTENUATOR 3 ' ONAL ' 6. ALL SIGNS ARE BLACK ON ORANGE. PCMS 1 PORTABLE CHANGEABLE MESSAGE SIGN �;, • City Of Yakima City of Yakima - Traffic Control Plan "A E ngineering Division SINGLE LANE CLOSURE FOR MULTI-LANE ANE ROADWAY (29 North Second Street NOT TO SCALE TC 1 �� Yakima, Washington Revision 07 -2015 11111111 En MS 111111 ME En 111111 .1111 MN EMI =I ME .11. IIIIII 111110 111111 ME OM IM SIGN SPACING = X (1) MINIMUM TAPER LENGTH = L ( feet) CHANNELIZATION DEVICE BUFFER DATA SPACING (feet) RURAL ROADS 45155 MPH 500' MPH TAPER TANGENT LONGITUDINAL BUFFER SPACE = B RURAL ROADS & URBAN ARTERIALS 35140 MPH 350' • LANE Posted Speed (mph) 50 40 80 • SPEED (MPH) 25 30 35 40 45 50 55 60 RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH 200' (2) (feet) 25 30 35 40 45 50 35/45 30 60 RESIDENTAL & BUSINESS DISTRICTS 10 105 150 205 270 450 500 25/30 20 40 LENGTH (feet) 155 200 250 305 360 425 - - URBAN STREETS 25 MPH OR LESS 100' (2) 11 115 165 225 295 495 550 BUFFER VEHICLE ROLL AHEAD DISTANCE = R 1 ALL PA 6 7 E EE A I� D UCCSTppED C OM O INTERCHANGE (T T HIS SPA NG MA 8E'R UCED IN U N TO FIT 12 125 180 245 320 540 600 TRANSPORTABLE ATTENUATOR 30 FEET MIN ROADWAY CONDITIONS MINIMUM HOST VEHICLE WEIGHT 15,000 LBS THE TO 48" 48" MAXIMUM WEIGHT SHALL BE IN ACCORDANCE VNTH THE 100 FEET MAX MANUFACTURERS RECOMMENDATION ROAD I II 1 WORK PROTECTIVE VEHICLE NO SPECIFIED AHEAD' MAY BE A WORK VEHICLE STRATEGICALLY LOCATED DISTANCE TO SHIELD THE WORK AREA REQUIRED 48" 48" 48" W4 -2R W20 -1 LEFT LANE CLOSED AHEAD 48" W20 -5L x x x L/2 R 8 L L/2 iri TAPER — TAPER U DI a q O_ o0 o — — — — — n c / ® o — — — — — — Y a 6,,, G§ 2 A'1C1 g4 e 0140 4_ m oo -p ia a KI CZ K x x X L B 1_1_1 to —' 48" PCMS ROAD 48" 2 WORK I LEFF LEFT AHEAD , CLOSED TURNING 48" t 48" LEGEND W20-1 48" 2.0 SEC _ 2.0 SEC W4 - E R _ o FIELD LOCATE IN ADVANCE a TEMPORARY SIGN LOCATION LEFT LANE ,. , * u y OF TEMPORARY SIGNS CLOSED � , �� ,�c 2 : 0 CHANNELIZINGDEVICES AHEAD a _ y co 48" NOTES NAD SEQUENTIAL ARROW SIGN W20 -5L 'A.' , • , -... 1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. ® PROTECTIVE VEHICLE A �,. 2. ALL SIGNS ARE BLACK ON ORANGE • P CM S PORTABLE CHANGEABLE MESSAGE SIGN �oNAL` ;,. City Of Yakima City of Yakima - Traffic Control Plan _A Engineeri Division LEFT LAN CLOSURE FOR 4 -LANE ROADWAY i ;i �►.! TC2 129 North Second Street NOT TO SCALE Yakima, Washington Revision 07 -2015 E M 111111 E ME M M I=1 ME E IM 111111 ME = 1111. I EM M IIM BUFFER DATA SIGN SPACING = X (1) LONGITUDINAL BUFFER SPACE = B RURAL ROADS 45/55 MPH 500'± W20-78 (OPTIONAL IF SPEED (MPH) 25 30 35 40 45 50 55 RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' ± 40 MPH OR LESS) RURAL ROADS, URBAN ARTERIALS. 25 / 30 MPH 200'4(2) LENGTH (FEET) 155 200 250 305 360 425 495 RESIDENTIAL & BUSINESS DISTRICTS 48" 48 BUFFER VEHICLE ROLL AHEAD DISTANCE = R URBAN STREETS 25 MPH OR LESS 100': (2) BE ROAD (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE PREPARED TRANSPORTABLE ATTENUATOR INTERSECTIONS AND DRIVEWAYS WORK MIN TO (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT TO STOP AHEAD MINIMUM HOST VEHICLE WEIGHT 15,000 LBS THE 100 FEET ROADWAY CONDITIONS 48" MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WTH MAX 48" 48" 48" THE MANUFACTURERS RECOMMENDATION W20 - 7B ONE LANE W20 - 1 PROTECTIVE VEHICLE NO ROAD SPECIFIED MAY BE A VADRK VEHICLE STRATEGICALLY LOCATED DISTANCE AHEAD TO SHIELD THE WORK AREA REQUIRED 48" 48" 50' TO 100' 50' TO 100' W20 - W20 - 6 DEVICE 6 DEVICE MW I IR g MIN I X I X I X I X p rW/1°141 I u N ti IX W O O O O �I . n o 00 0 0 0 0 0 0 0 00 0 0 — — p XI n Id ntagala X X X X 50' TO 300' 48" 4 8" ONE LANE ROAD CHANNELIZATION DEVICE AHEAD SPACING (FEET) 48" 48" MPH TAPER TANGENT 35/45 10 TO 20 60 48" W20-4 48 " W20 -7A 25/30 10T020 40 ROAD BE WORK PREPARED AHEAD TO STOP 48" 48" NOTES. W20-1 W20 -7B W20 - 78 (OPTIONAL IF • 1-8 -15 1, ALL SIGNS ARE BLACK ON ORANGE. 40 MPH OR LESS) *.:gE R Sy N oo `+sir, 4-.4‘ 2 EXTENDING THE CHANNELIZING DEVICE TAPER ACROSS LEGEND 4,* ^� SHOULDER IS RECOMMENDED. l$ FLAGGING STATION lv m . j 3. NIGHT WORK REQUIRES ADDITIONAL ROADWAY LIGHTING AT b .. FLAGGING STATIONS. SEE THE STANDARD SPECIFICATIONS FOR IQ TEMPORARY SIGN LOCATION 6e_ ADDITIONAL DETAILS. 0 CHANNELIZING DEVICES e3" ADDITIONAL ` 4, SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. NCO PROTECTIVE VEHICLE A0 , , City Of Yakima City of Yakima - Traffic Control Plan r I � - Engineering Division ONE -LANE, TWO -WAY TRAFFIC CONTROL WITH FLAGGERS ( = 1 . 7 M � Second TC3 129 N ort h S tree t NOT TO SCALE Yakima, Washington Revision 07 -2015 1 Ouazitc 1 1 SPECIFICATIONS/DATA 13" x 24" PC Style (Stackable) Assembly 1 3/8 -16 UNC STAINLESS STEEL HEX HEAD BOLT 14 W/ WASHER O (362 4'. • 1 1/4 25(6x1) >l cn Q , 1/2" (13) X 4" (102) PULL SLOT 1 SKID RESISTANT SURFACE 3/8 -16 uNC ` ^ COVe1"S (Blank unless logo is specified) CARRIAGE BOLT DESIGN/ DESCRIPTION PART NO WEIGHT # TEST LOAD # ANSI TIER* ® W/2 Bolts PC1324CA00 23 (10 4 kg) 5,000 / 7,500 5 COVER ® Gasketed w/2 Bolts PC1324CGOO 23 (10.4 kg) 5,000 / 7,500 5 C) ® No Bolts PC1324WA00 _ 23 (10.4 kq) 5,000 / 7,500 _ 5 1 Z • Gasketed covers and bolt grommets must be used with a gasketed box. I ? Gaskets reduce the inflow of fluids but do not make the enclosure water tight. lge CC lg p 4 (41 1 /4. = 2 1 69 1i ) p 0 ) o J k = ( 6'O) P 1 (3 � 11 1/4" 1/2" 1 (286) ( 13) I 1 Box 1/2 J B (13) h-- 2X 4 (102) X 4" (102) 1 MOUSEHOLES (PC1324BB only) Boxes (Stackable with self - aligning, replaceable EZ -Nut) DIMENSION DIMENSION DESIGN/TEST DESCRIPTION PART NO. WEIGHT # A B LOAD # ANSI TIER* I ® Open Bottom PC1324BAl2 50 (22.7 kg) 12" (305 mm) N/A 5,000 / 7,500 5 ® Open Bottom w /Gasket PC1324BG12 50 (22.7 kg) 12" (305 mm) N/A 5,000 / 7,500 5 ® Open Bottom w/2 PC1324BB12 50 (22.7 kg) 12" (305 mm) N/A 5,000 / 7,500 5 Mouseholes I ® Solid Bottom PC1324DAl2 60 (27.2 kq) 12 1/2" (318 mm) N/A 5.000 / 7,500 5 ® Solid Bottom w /Gasket PC1324DG12 60 (27.2 kg) 12 1/2" (318 mm) N/A 5,000 / 7,500 5 ® Footed Box PC1324JAl2 57 (25.9 kg) 12 1/2" (318 mm) 2 7/8" (73 mm) 5,000 / 7,500 5 Dimensions & weights in parentheses are metric equivalent. 1 * Loadings comply with ANSI /SCTE 77 (see page 9). APRIL 2008 LENOIR CITY, INC. 1 26 1 FILLaZilte 1 I SPECIFICATIONS /DATA 17" x 30" PC Style (Stackable) Assembly 3/5 -15 UNC I 18 STAINLESS STEEL HEX HEAD BOLT 1/2" (13) X 4" (102) 0 "4 (q� + W/ WASHER • PULL SLOT 1 1/k ' >,, 0 1 y 0, s (Blank unless logo is specified) I DESIGN/TEST 3/8 -16 UNC 5 COF SKID DESCRIPTION PART NO. WEIGHT # LOAD # ANSI TIER* CARRIAGE BOLT RESISTANT SURFACE ® W/2 Bolts PC1730CA00 33 (15.0 kg) 5,000 / 7,500 5 C ® Gasketed w/2 Bolts PC1730CG00 33 (15.0 kg) 5,000 / 7,500 5 1 ® No Bolts PC1730WA00 33 (15.0 kg) 5,000 / 7,500 5 N • Gasketed covers and bolt grommets must be used with a gasketed C.7 box. Gaskets reduce the inflow of fluids but do not make the enclosure Z water tight. c CI 2e, .- 3 3 0 1 1 ip ii, (sil A 0 -J lg 2g (1 59) (4Z )/8, I . 1 ► �. 11 1/4" 1/2 1 (286) (13) 1 2X 4" (102) X 4" (102) 1 BOX 1 2" MOUSEHOLES (PC1730BB only (13) 6 I 1 Boxes (Stackable with self - aligning, replaceable EZ -Nut) DIMENSION DIMENSION DESIGN/TEST DESCRIPTION PART NO. WEIGHT # A B LOAD # ANSI TIER* 1 ® Open Bottom PC1730BAl2 58 (26.3 kg) 12" (305 mm) N/A 5,000 / 7,500 5 ® Open Bottom w /Gasket PC1730BG12 58 (26.3 kg) 12" (305 mm) N/A 5,000 / 7,500 5 ® Open Bottom w/2 PC1730BB12 58 (26.3 kg) 12" (305 mm) N/A 5,000 / 7,500 5 Mouseholes 1 ® Solid Bottom PC1730DAl2 83 (37 6 kg) 12 1/2" (318 mm) N/A 5,0001 7,500 5 ® Solid Bottom w /Gasket PC1730DG12 83 (37.6 kg) 12 1/2" (318 mm) N/A 5,000 / 7,500 5 ® Footed Box PC1730JAl2 67 (30.4 kg) 12 1/2" (318 mm) 2 7/8" (73 mm) 5,000 / 7,500 5 Dimensions & weights in parentheses are metric equivalent. 1 * Loadings comply with ANSI /SCTE 77 (see page 9). APRIL 2008 LENOIR CITY, INC. I 28 1 nUaZite® 1 24" x 36" PG Style (Stackable) Assembly i SPECIFICATIONS /DATA and 24" x 36" PD Style Assembly POLYMER 1 TONGUE &GROOVE 3/8 -16 UNC STAINLESS • 3/8 -16 UNC STAINLESS • STEEL HEX HEAD BOLT 5/ 8 .�. fi 4" STEEL HEX HEAD BOLT 5/8 -.0 ... 1 W /WASHER (2) 3 �O W /WASHER (2) 3� s1 0 V ' ......: ,� L��6) o ,�(16) • 1/2" (13) X 4" 102) ;; X 4 " (13) PULL SLOT X 4" (102) COVER .5 COF SKID PULL SLOT RESISTANT SURFACE 2 PIECE COVER .5 COF SKID I RESISTANT SURFACE 1 / _ 3/ 56) sg " �9 • �� 3/ cs1 1 33�g �5gs(4" 't " C) 2� g � 0 cn LIFTING \ ' A 3 (g 3 ." F 31 BOLT (4) l l , �\� '/ B 53� /, 1 1/2" �� rrl (3) II 203 3 ta41 D CI ( ) � 2"�f fir 01II z �I 51 I 4 3/4" (121) X 1 PG BOX I� LIFTING BOLT (4) ) 4 3/4" (121) qi G y 2X 4" (102) X 4" (102) PG BOTTOM EXTENSION KNOCKOUTS (8) MOUSEHOLES (PG2436BB only) 1 1 s• 3 g 56 ) (6 6 0 ) 1 i E e D +I ► 1 I 1/2(13) " € 1�� 31(10:/a" k, 2 " J (51) I 2X 4" (102) X 4" (102) y ii,,,..... MOUSEHOLE (PD2436BB only) 1 PD BOX LIFTING INSERTS (4) 1 LENOIR CITY, INC. APRIL 2008 1 33 Ouaziti 1 24" x 36" PG Style (Stackable) Assembly 1 SPECIFICATIONS /DATA and 24" x 36" PD Style Assembly Covers (Blank unless logo is specified) DESIGN/TEST I DESCRIPTION PART NO. WEIGHT # LOAD # ANSI TIER* ® W/2 Bolts PG2436CA00 100 (45 kg) 8,000 / 12,000 8 • Covers with meter lids available upon request. ® Gasketed w/2 Bolts PG2436CG00 100 (45 kg) 8,000 / 12,000 8 See page 12 or page 56 for meter lid cover load rating explanation. 2 -Piece w/2 Bolts PG2436CS00 122 (55 kg) 8,000 / 12,000 8 • Gasketed covers and bolt grommets must be ® No Bolts PG2436WA00 100 (45 kg) 8,000 / 12,000 8 used with a gasketed box. Gaskets reduce the ® Heavy Duty w/2 Bolts PG2436HA00 115 (52 kg) 15,000 / 22,500 15 inflow of fluids but do not make the enclosure ® Gasketed Heavy Duty PG2436HG00 115 (52 kg) 15,000 / 22,500 15 water tight. I w/2 Bolts Heavy Duty 2 -Piece PG2436HS00 122 (55 kg) 15,000 / 22,500 15 w/2 Bolts Heavy Duty w/2 Bolts PG2436HH00 122 (55 kg) 22,500 / 33,750 22 1 PG Boxes (Stackable with self - aligning, replaceable EZ Nut) **24" - 42" Deep boxes must be used as bottom of any stack.) DIMENSION DIMENSION DESIGN/TEST DESCRIPTION PART NO. WEIGHT # A B LOAD # ANSI TIER* PG2436BA18 141 (64 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 PG2436BA24 180 (81.6 kg) 24" (610 mm) 21" (533 mm) 22,500 / 33,750 22 CO u Open Bottom PG2436BA30 196 (88.9 kg) 30" (762 mm) 27" (686 mm) 22,500 / 33,750 22 Z PG2436BA36 254 (115 kg) 36" (914 mm) 33" (838 mm) 22,500 / 33,750 22 ' N PG2436BA42 293 (133 kg) 42" (1067 mm) 39" (991 mm) 22,500 / 33,750 22 L � PG2436BB18 139 (63.1 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 p Pr Open Bottom PG2436BB24 178 (80 7 kg) 24" (610 mm) 21" (533 mm) 22,500 / 33,750 22 '� w/2 Mouseholes PG2436BB30 194 (88.0 kg) 30" (762 mm) 27" (686 mm) 22,500 / 33,750 22 PG2436BB36 252 (114 kg) 36" (914 mm) 33" (838 mm) 22,500 / 33,750 22 I O PG2436BB42 293 (133 kg) 42" (1067 mm) 39" (991 mm) 22,500 / 33,750 22 J PG2436DA18 171 (78 kg) 18 1/2" (470 mm) 15" (381 mm) 22,500 / 33,750 22 C.) PG2436DA24 228 (103.4 kg) 24 1/2" (622 mm) 21" (533 mm) 22,500 / 33,750 22 Z JJ ® Solid Bottom PG2436DA30 238 (107.0 kg) 30 1/2" (775 mm) 27" (686 mm) 22,500 / 33,750 22 ) PG2436DA36 282 (128 kg) 36 1/2" (927 mm) 33" (838 mm) 22,500 / 33,750 22 PG2436DA42 321 (146 kg) 42 1/2" (1080 mm) 39" (991 mm) 22,500 / 33,750 22 1 PD Boxes DIMENSION DIMENSION DESIGN/TEST DESCRIPTION PART NO. WEIGHT # D E LOAD # ANSI TIER* I PD2436BA18 159 (72 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 Open Bottom PD2436BA26 199 (90 kg) 26" (660 mm) 23" (584 mm) 22,500 / 33,750 22 PD2436BA48 313 (142 kg) 48" (1219 mm) 45" (1143 mm) 22,500 / 33,750 22 Open Bottom PD2436BB18 157 (71 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 I w/2 Mouseholes PD2436BB26 197 (89 kg) 26" (660 mm) 23" (584 mm) 22,500 / 33,750 22 PD2436BB48 311 (141 kg) 48" (1219 mm) 45" (1143 mm) 22,500 / 33,750 22 Open Bottom PD2436BG18 159 (72 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 w /Gasket PD2436BG26 199 (90 kg) 26" (660 mm) 23" (584 mm) 22,500 / 33,750 22 I PD2436BG48 313 (142 kg) 48" (1219 mm) 45" (1143 mm) 22,500 / 33,750 22 Extensions (For use under 18" deep box only, one per box.) I DIMENSION DIMENSION DESIGN/TEST DESCRIPTION PART NO. WEIGHT # F G LOAD # ANSI TIER* Open Bottom PG2436EA08 81 (37 kg) 8 3/4" (222 mm) 1" (25 mm) 22,500 / 33,750 22 Solid Bottom PG2436RA08 95 (43.1 kg) 9 1/4" (235 mm) N/A 22,500 / 33,750 22 Dimensions & weights in parentheses are metric equivalent. Loadings comply with ANSI /SCTE 77 (see page 9). • APRIL 2008 LENOIR CITY, INC. 1 34 EN MI ' N IIIMI EN I MN MN MN EN MN In ' ' MI IMI 11111 MI NOTES O ... 4 PIPE ALLOWANCES 1. As acceptable alternatives to the rebar shown in the PRECAST BASE of * ■ XI ∎ SECTION, fibers (placed according to the Standard Specifications), or ,� MAXIMUM wire mesh having a minimum area of 0.12 square Inches per foot shall ,��j PIPE MATERIAL INSIDE be used with the minimum required rebar shown in the ALTERNATIVE S- o) � DIAMETER PRECAST BASE SECTION. Wire mesh shall not be placed In the I knockouts. REINFORCED OR 12 . PLAIN CONCRETE 2. The knockout diameter shall not be greater than 20'. Knockouts shall FRAME AND VANED GRATE have a wall thickness of 2' minimum to 2.5" maximum. Provide a 1.5" AU. METAL PIPE 15• 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 cPSSP * 12 with Standard Specification 9 -04.3. (STD. SPEC. 4-05.20) 3. The maximum depth from the finished grade to the lowest pipe invert ¢ `� (STo 8 E 4�i2(1)) 15" shall be 5'. 4. The frame and grate may be Installed with the flange down, or integrally PROFILE WALL PVC 15 . cast into the adjustment section with flange up. (STD. SPEC. 4-05.12(2)) A. 6 5. The Precast Base Section may have a rounded floor, and the walls may * CORRUGATED POLYETHYLENE STORM SEWER PIPE be sloped at a rate of 1:24 or steeper. %111140 r, 4', 6", 12", OR 24• 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. ONE 03 BAR FOR 6" HEIGHT INCREMENT (SPACED EQUALLY) RECTANGULAR ADJUSTMENT SECTION tI 6 �/ \ \\ I • 03 BAR EACH CORNER 03 BAR EACH CORNE s1O NAL 18MIN. CAT BASIN TYPE 7 03 BAR HOOP EACH SIDE 03 BAR HOOP e %�� / - STANDARD PLAN B- 5.20 -01 › SHEET 1 OF 1 SHEET � APPROVED FOR PUBUCATION L Pasco Bakotich 111 06 -16-11 03 BAR EACH WAY (SEE NOTE 1) 4o . 8fA16aBgNBq.EB1 Gl6 T W Red. D.,men.d d.�m�wl�n PRECAST BASE SECTION ALTERNATIVE PRECAST BASE SECTION -" NM I- MN r- NM I- OM N - - M r UN MI • r NOTES PIPE ALLOWANCES • 4►�� 1. As acceptable alternatives to the rebar shown in the PRECAST BASE g . �� -* 1 SECTION, fibers (placed according to the Standard Specifications), or m ... 4%;04, MAXIMUM wire mesh having a minimum area of 0.12 square Inches per foot, shall PIPE MATERIAL INSIDE be used with the minimum required rebar shown In the ALTERNATIVE DIAMETER PRECAST BASE SECTION. Wire mesh shall not be placed in the I knockouts. o PLAIN CONCREETE 18• 2. The knockout shall not be greater than 26 ", In any direction. Knockouts FRAME AND VANED GRATE shall have a wall thickness of 2" minimum to 2.5' maximum. Provide a ALL METAL PIPE 21• 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 CPSSP * 18" with Standard Specification 9 -04.3. (STD. SPEC. 9 4 . 3. The maximum depth from the finished grade to the lowest pipe invert — 5.` SOLID SPPEC 9.05.12(1)) 21" shall be 5' 4. The frame and grate may be Installed with the flange down or Integrally PROFILE WALL PVC ca st Into the adjustment section with flange u A (STD. SPEC. 9-05.12(2)) 21 j g up. * CORRUGATED POLYETHYLENE 5. The Precast Base Section may have a rounded floor, and the wells may < ' STORM SEWER PIPE be sloped at a rate of 1:24 or steeper. 2•, 4•, 6 ", 12 ". OR 24' 6. The opening shall be measured at the top of the Precast Base Section. �1 7 All pickup holes shall be grouted full after the basin has been placed. ONE #3 BAR FOR EACH 6" HEIGHT INCREMENT, SPACED EQUALLY RECTANGULAR ADJUSTMENT SECTION #3 BAR EACH CORNER #3 BAR HOOP 18" MIN. ass a' F �ti / \ 5 A � 4 ) i o NAL ! i BAR TWO #3 BAR EACH CORNER / i� �i HOOPS #3 BAR , J / � REDUCING SECTION EACH SIDE �� ( y CATCH BASIN TYPE 1L AR STANDARD PLAN B- 5.40 -01 M EACH �WAY SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 06-16 -11 (SEE NOTE 1) III. STATE DESIGN BYIINEEi DATE PRECAST BASE SECTION ALTERNATIVE PRECAST BASE SECTION WO WPAIngion Ski* DlvmDl.eaTnampmlmon — — — — — — — r — — r — — - - - r - - e 13' -01/4' = 8 -0314' x 5 -03x4' j-- 318' PREMOLDED JOINT FILLER -----?: L---A- r" g 11 11 11 1 0 I 6 - 0' R Ii 6 - 0' R. / CEMENT CONCRETE �� CURB AND GUTTER 6 - I 6' -0'R. ) '''\.±...1 RECTANGULAR FRAME AND GRATE - NOT GUTTER PAN INCLUDED IN CURB AND GUTTER BID ITEM NOTES PLAN VIEW 1. The intent of this design is to facilitate the compaction of Hot CATCH BASIN GUTTER PAN Mix Asphalt pavement adjacent to a drainage structure. CENTERLINE OF FRAME FACE OF 2 The centerline of the drainage structure may differ from the .....s— CURB 1 8 GRATE -SEE NOTE 2 centerline of the frame and grate. Y 2 _,D ,/C VARIES 1 1' - - 2' - 1012' e 1/Y 13' -• 8 12' 5 1/2" 1• (1 06) FACE OF CURB ) SLOPE THE GUTTER PAN DOWN TO 5 12• 12° R. 1' R I MATCH THE RECTANGULAR FRAME 12. R. 1" R MATCH /- ROADWAY ROADWAY SLOPE SLOPE TOP OF to TOP OF 41111*" ` �, . �' •✓ ,,, ° • 1' R 7 ESS . 12' R. ROADWAY D . 1' R 12' R. ROADWAY ".-.f' D4 k 1 1 , >___:___ . . 4 , i 5 e9 4 �s �2 WO ADJUSTMENT BECTON - NOT INCLUDED SE CTION B %y J :: -, " '" �. d - �, illit IN CURB AND GUTTER BID REM L °� a Ell 1411� 44.%,,,S0?:,-ii t'i ll 'r1+ O O V i{ - DRAINAGE STRUCTURE -NOT INCLUDED • V 4t4, 4 L 4 >' �� � a 4 Q 6' .p B 0 1511. 1 ' 24075 Q � • �' a IN CURB AND GUTTER BID ITEM • 4F�` � 1 �- !i. y,t Y ,f' G �i:..ir.;'4r ON AL Mfl w , � r SECTION w'' � v'S I EXPIRES JULY 27, 2007 A a�� ti n #� ,,,50 t ^ l CEMENT CONCRETE }r �uK ; ,-- -,,- ". `'� t ;, 0 ' ..x4 k °� CURB AND GUTTER PAN s � tt ' I ' ' ' D # ,� �, , STANDAR PLAN F- 10.16 -00 ' � ,, ' h F m r D ` r {t" {,I ,s { f` k+ � " a xx .: � ' q 7k i E � LI �. a I S . • SHEET 1 OF 1 SHEET s ,4 , � ( '' TJY � 1-iti ,x.'fy APPR FOR PUBLICATION St y t 5 g s sQ I OMETRIC VIEW . 1‘ �� � ' . y a s , �y} � 4 [ . 11 a I I � I ` ' - � i Kevtn J. Dayton 12 -20-06 ,,{ � v t. - - I� f 4 S , % C J ^ ` IRATE @9qM EMOe1EH1 DATE "�� W6 .' ,j,�,.�" 4 1 � D' T WmWngke Slob Doyuhnro of Tlolrya7oBon IIMI r- MN r MI I -•••- MB - NM i r- r NOTES 4' - 0" MIN. - \ "/ 4' - 0" MIN. - A 1. Provide a separate Curb Ramp for each marked or unmarked crosswalk. SEE CONTRACT PLANS Y SEE CONTRACT PLANS Curb Ramp or location as shown in the Contract Plans. shall be placed within the width of the associated EXPANSION JOINT (TYP.) - PEDESTRIAN CURB - 3/8" EXPANSION JOINT (TYP.) - PEDESTR CURB - SEE NOT 9 crosswalk, SEE STANDARD PLAN F - 30.10 LANDING SEE NOTE 9 SEE STANDARD PLAN F LANDING 2. Where "GRADE BREAK' is called out, the entire length of the grade 7_� break between the two adjacent surface planes shall be flush. SIDEWALK O 3. Do not place Gratings, Junction Boxes, Access Covers, or other ap rte CURB AND GUTTER .. o nances in front of the Curb Ramp or on any part of the Curb Ramp or SIDEWALK o Landing. ` alairMQ i ` N �UiTi��w•�I� 3" R 4. See Contract Plans for the curb design specified. See Standard Plan __7.;a= CURB & GUTTER __ —; tr for Curb, Curb and Gutter, Depressed Curb and Gutter, and 4' - 0" MIN. (TYP.) - Pedestrian Curb details. SEE CONTRACT PLANS CURB RAMP CURB RAMP DETECTABLE WARNING SURFACE - CURB RAMP ` 4' - 0" MIN. (TYP.) - SEE STANDARD PLAN F 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. DETECTABLE WARNING SURFACE - SEE CONTRACT PLANS See Contract Plans for width and placement of sidewalk. FACE OF CURB - SEE STANDARD PLAN F-45.10 P FACE OF CURB q DEPRESSED CURB & GUTTER 6. The Bid Item "Cement Concrete Curb Ramp Type _" does not include CROSSWALK DEPRESSED CURB & GUTTER CROSSWALK Depressed Cu lb w the adjacent Curb, Curb and Gutter, Depresrb and Gutter, Pedestrian 0 0 Curb, or Sidewalks. m ( I I 7 The Curb Ramp maximum running slope shall not require the ramp length re PLAN VIEW DETECTABLE WARNING SURFACE - PLAN VIEW to exceed 15 feet to avoid chasing the sbpe indefinitely when connecting TYPE PARALLEL A SEE STANDARD PLAN F TYPE PARALLEL B • to steep grades. When applying the 15 -foot max. length, the running slope I 4 m MIN of the curb ramp shall be as flat as feasible. $ SEE CONTRACT PLANS GRADE BREAK 8. Curb Ramp, Landing, and Flares shall receive broom finish. See Standard _ Specifications 8-14. R �. ° 2 MAX. COUNTS SLOPE TOP OF 9. Pedestrian Curb may be omitted if the ground surface at the back of the 5 %MAX' �� ROADWAY '44 Curb Ramp and/or Landing will be at the same elevation as the Curb ��.sasii _ •• •• Ramp or Landing and there will be no material to retain. N m DEPRESSED CURB & GUTTER - CEMENT CONCRETE PEDESTRIAN LANDING SEE STANDARD PLAN F -10.12 CURB - SEE NOTE 9 > AND NOTE 8 SECTION O 15' -0" MAX. 4 -0"MIN SEE NOTE 7 SEE CONTRACT PLANS LEGEND SIDEWALK - SLOPE IN EITHER DIRECTION 15' -0" MAX. 4'- 0" MIN. 15' - MAX. GRADE BREAK GRADE BREAK SEE NOTE 7 SEE CONTRACT PLANS SEE NOTE 7 8.3% MAX e GRADE BREAK —��i G 2.0% MAX SIDEWALK GRADE BREAK F\' 8.3% MAX. 8.3% MAX. CURB RAMP PEDESTRIAN CURB - k 8 -- ._._�- 2.0% MAX. • �, SY Q SEE NOTE 9 pTRIC LANDING t tl -- Ixr ' 343" EXPANSION JOINT (TYP.) - 0 0T IW / � e CURB RAMP - CURB RAMP SEE STANDARD PLAN F-30.10 LANDING 0V���R� Any 9� Pill co 3/8" EXPANSION JOINT (TYP.) SECTION O p ` g as SEE STANDARD PLAN F-30.10 5 6 k SECTION O o y -, , or � , as 0, .P e 34363 & 0 0 ,, .7 � 3 'CEMENT CONCRETE CURB RAMP TYPE � ,1. / BT8 ■ '� 7 PARALLELS" PAYUMrr - SEE NOTES B /ONAL 8 g 1 Fi "CEMENT CONCRETE CURB RAMP TYPE ` PARALLEL A" PAY LIMIT - SEE NOTE fr / / / ,/ PARALLEL CURB RAMP - <k ° ��� STANDARD PLAN F- 40.12 -02 `� / / � - SHEET 1 OF 1 SHEET ___/� —/— APPROVED FOR PUBLICATION __ Pasco BakotYch N 6/20/13 �� ISOMETRIC VIEW ISOMETRIC VIEW — mAreoFao.o� '"E �, wmM,gbn Stab Dpommnt of Tosnsportalion TYPE PARALLEL A PAY LIMIT TYPE PARALLEL B PAY LIMIT -" MI - OM r OM r MI MI r MI - - r R i OM - I CURB RAMP, LANDING, CUT- - A --I NOTES A 1. The Detecta Wami Surface (DWS) shall extend the full width of the r.1- D DETECTABLE WARNING curb ramp ( exclusive of flares) or the landing. SURFACE (DWS) - 2. The Detectable Wamin laced at the back of curb, and THROUGH OR WALKWAY I SEE NOTE 3 -� - -- _ - _ _ 6 / N MIN. MAX need not follow the radius. Surface shall be p us. + A 1.60 240 3 . The rows of truncated domes shall be aligned to be perpendicular to the grade break at the back of curb. A I B o B 0.85" — BACK OF CURB - •••• T - 0• MIN. - C 0.45" 0,9(P SEE NOTE 2 • TYP OF ALL 4. The rows of truncated domes shall be aligned to be parallel to the TRUNCATED DOME APPLICATIONS direction of travel. = SECTION O D 0.8• 7.40° - � E 0.2• 0.2" 5. If curb and gutter are not present, such as a shared-use path connection, the Detectable Waming Surface shall be placed at the pavement edge. 1 SEE STANDARD SPECIFICATIONS FOR 6. See Standard Plans for sidewalk and curb ramp details. COLOR OF SURFACE MATCH TO WIDTH OF CURB RAMP 7 If a curb ramp is required, the location of the Detectable Warning Surface TRUNCATED DOME SPACING CURB AND GUTTER LANDING, CUT THROUGH OR p g W TRUNCATED DOME DETAILS WALKWAY must be at the bottom of the ramp and within the required distance from SEE NOTE 3 9 the rail. m OFFSET D ETECTABLE WARNING SURFACE DETAIL 8. When the grade break between the curb ramp and the landing is less than LANDING or equal to 5 ft. from the back of curb at all points, place the Detectable CURB RAMP SEE NOTE B Waming Surface on the bottom of the curb ramp. . milmt WDTH AF L ANDING F WALKWAY � � WALKWAY WALKWAY 1 WIDTH OF CUT-THROUGH t I I (TYP.) WIDTH OF CUT - THROUGH '111P DETRFACE ( LE WAR RING 1 (TYP.) AELURB SU ? SEE NOTE 4 RAMP C BACK OF CURB a � 2' - 0" MIN. W ■ a SINGLE DIRECTION CURB RAMP I z' o \ ,) (GRADE BREAK BETWEEN CURB AND �■ � MI N. LANDING s 5 FT FROM BACK OF CURB) � �- +I?! (SEE NOTE 6) r DETECTABLE WARNING _ O` DETECTABLE WARNING /� o 101 ' LANDING BACK OF CURB - SURFACE (DWS) - ''R' BACK OF CURB - w DIRECTION OF SEE NOTE 2 SEE NOTE 3 SU SEE NOTE 3� - SEE NOTE 2 ? i TRAVEL WIDTH OF CURB RAMP '41111111061..._ C m CURB RAMP y� BACK OF CURB - (4„—.2._ / / WALKWAY PER PENDICULAR CURB RAMP (SEE NOTE el SEE NO TE 2 WALKWAY . WID H OF � NW ISLAND CUT - THROUGH WIDTH OF CURB RAMP, TABLE C W ( RNING - 6 a d V DETECSURFA WDING, OR WALKWAY pATRI y6ATYP.) DETECTABLE WARNING SEE NOTE 3 SURFACE (DW MEDIAN CUT - THROUGH 3� ��� r S) - SEE NOTE 3 ` RQ' pP WA,SB 9� pill � _-_ � B ACK OF CURB- �l _ BACK OF CURB- W d SEE NOTE 2 /- SEE NOTE 2 ¢ 8 888 7 •; -, SINGLE DIRECTION CURB RAMP DETECTABLE WARNING WID7M OF SHARED o 343s3 ,,i, % 5 Q R 4 ° Y AND • LAND NG BREAK 5 FR OF CURB) �SE NOTES 4 & 7 Z WALKWAY (TYP.) o � 6 A ' Ot ST SS`' \�� L� USE (SEE NOTE B) / � � �—_ l� �s7 DNAL ' $ a� g CURB RAMP CURB RAMP 4 : . �� k I 0: E WALKWAY LANDING WALKWAY WIDTH OF CUT - THROUGH 9 I! I' I I I 1 Il• - I I I 1 SHARED -USE aramoomaig 1_� 1I11111��,I,I,�r (TYP.) WALKWAY D ETECTABLE WARNING • i • i " i' - 1 — fir. ∎�'� " i "i ' 1 ROUNDABOUT SPLITTE / ISLAND PAVEMENT SURFACE EDGE SHOULDER STANDARD PLAN F- 45.10.01 RAIL y 'UP', SHEET 1 OF 1 SHEET DETECTABLE WARNING DETECTABLE WARNING APPROVED FOR PUBLICATION PATH OR BACK OF CURB - SURFACE (DINS) - SEE NOTE 3 SEE NOTE 2 WIDTH OF WM WALKWAY SURFACE SEE NOTES 4 5 P as co Bakotych III 06/21/12 tTAre 0ECwN ENGINEER are PARALLEL CURB RAMP PEDESTRIAN RAILROAD CROSSING PLACEMENT GUIDELINES SHARED -USE PATH CONNECTION WAIF T ,,fth, '°^ ee. o.partN. 1 dneN.peNatlm (SEE NOTE 8) M MI - NM i MI r MI NM MO — — OM — — — i — ME 3" PIPE CAP 3' PIPE CAP STAINLESS STEEL FLAT WASHER (TYP.) TOP OF POST 1 See Standard Plan J -20.26 for Accessible Pedestrian Pushbutton details. (3) 114' STAINLESS TOP OF POST mks — - — - — 2. Pole shall be galvanized per AASHTO M111. I STEEL HEX NUTS r% -- _ 3. When additional crossing time is needed, Install plaque (R10-32P) "PUSH BUTTON FOR 2 SECONDS 1/4" . 1 - 1/4" LONG % C b FOR EXTRA CROSSING TIME above the Accessible Pedestrian Signal assembly Add 14" to post to STAINLESS STEEL 1• •�I I IMI / GROUNDING CONNECTION ^ ■ m plaque and leave a 2 " space between signs. p q p g accommodate ns. THREADED STUD I��IC CI I IICI I - SEE DETAIL AT LEFT o Mal Mr $ POST EQUIPMENT GROUNDING ■ 4. Mounting distances vary between manufadurers. See manufacturers recommendations for mounting information. SUPPLEMENTAL GROUNDING if' CONDUCTOR - 5. Junction Box serving the Standard shall preferably be located 5' - 0" (10' - 0" Max.) from the Standard. CONDUCTOR AND FULL CIRCLE CRIMP -ON CONNECTOR - CRIMPED WITH A MANUFACTURER'S 1 FIELD DRILL AND TAP FOR PIPE CAP RECOMMENDED CRIMPER A * 1/4-20 THREAD BOLT (TYP.) m Z Mr 1/8 w 1 � m - - -- S ACCESSIBLE PEDESTRIAN GROUNDING CONNECTION * WELD STUD TO POLE WALL TO `r PUSHBUTTON (PPB) ASSEMBLY DETAIL MAXIMUM EXTENT POSSIBLE H p (VT MINIMUM WELD) - C — _ — 10" OR LESS DESIRABLE 0 1 12" DIAMETER 18' MAXIMUM 5/8" DIAMETER HOLE HOLE (TYP.) - 1 iS` 5/8" DIAMETER C I ,�l 7 HOLE ... � I - .) 1" POST DETAIL en a 8" DIAMETER �Q z lj BOLT CIRCLE \ `• /� 1/4" STEEL b w PLATE PEDESTRIAN PUSHBUTTON POST - I y 3" STEEL PIPE (SCHEDULE 40) � -- - �o 4, BASE PLATE ASSEMBLY - 2 ANCHOR BOLT TEMPLATE � EDGE OF 72' DIAMETER STEEL HEX NUT, WITH ii SIDEWALK 1 1/2" FLAT WASHER (2) EACH REO'D T• 1 PER ANCHOR BOLT - MINIMUM OF (2) g iv THREADS ABOVE TOP OF NUT OR 5/8" MAXIMUM (TYP.) 5/8" DIAMETER 12" STEEL HOLE (TYP.) BASE PLATE I �.. ` , l A 1 TOP OF FOUNDATION �� . � 3l4' CHAMFER (TYP.) 8' `t DIAMETER 3/8" PREMOLDED JOINT FILLER BOLT CIRCLE lvl `� 3 /8" PREMOLDED I R FINISHED GRADE v JOINT FILLER TOP OF r • y FINISHED GRADE L SIDEWALK 38/16"DLAMTER I� II s 6 i'i H _ " ° -- \ 1 ` �� %MI Mt 3" STEEL PIPE " 1 -- -1 I ,4L____ ∎ 1/2" STEEL PLATE (SCHEDULE 40) ANCHOR BOLT TEMPLATE ASSEMBLY �OSBP 1 p 11 ANCHOR BOLT TEMPLATE - (2) REQUIRED O 0 TA% 47 i b BASE PLATE DETAIL ° q q� 1/2' . 18" FULL THREAD ANCHOR BOLT - ELEVATION �At• 9 8 to (4) REQUIRED PER ASSEMBLY , p `., 3 BASE PLATE ASSEMBLY ^ . 1/2' HEX NUTS - (4) REQUIRED PER E-' "'d EQUIPMENT GROUNDING l 12 " DIAMETER STEEL HEX NUT, L- I ' ANCHOR BOLT a fr p CONDUCTOR WITH 1 12' FLAT WASHER (2) EACH b L . — ..= b_- r'r_�_ =, y - %' ^i ?' 41 REQ'D. PER ANCHOR BOLT ^MIN. F ' N FLAT WASHERS, ASTM F 438 - (4) REQUIRED O q 3 9 920 'cam : F i 3/18 OF (2) THREADS ABOVE TOP OF 84 i ° . PER ANCHOR BOLT " B Ol STB R� C ' 11 R 12" STEEL BASE PLATE NUT OR 6I8' MAXIMUM (TYP.) D � 15° ° "- COMMERCIAL CONCRETE 9 4 I i • """ b "`` GROUT PAD - INSTALL AFTER vim I IT !!1 1 PLUMBING STANDARD ACCESSIBLE PEDESTRIAN PUSHBUTON POST (PPB) 31B'DRAIN TUBE 112" (TYP.) AND FOUNDATION (- STANDARD PLAN J- 20.10 -02 • D ° I I _ 1" DIAMETER - •••-_ •--•••••_••••• D D ELECTRICAL SHEET 1 OF 1 SHEET ° ° D ' D ° . ° D ° • D 1 CONDUIT • " " APPROVED FOR PUBLICATION ° • .` o " D , ° 1, S QUARE Pasco BakoUch 111 6/10/13 STATE DEMON MOM. DATE DETAIL 0 FOUNDATION DETAIL PERSPECTIVE VIEW 7 W=1,1.0 n aim. D.p.Hmnn of TsamporkItion ■IIMI — — s — — — — r — — — — — — — — — — ! NOTES o `�4p1■I+ Q I WITDH PEDESTRIAN MOD 1 See Standard Plan J -21.10 for Signal Standard Foundation with Fixed Base 5 and Slip Base details. r`'`+ 'I F 2. Steel shaft shall be tapered either round or dodecagon 12 - sided 9 11 a i 9 - g 41/2" O.D. at slipfltte weld. Taper shall be 0.14 inche per foot ge, ' - )`' ii - TOP OF 3. All poles shall be hot dip galvanized per AASHTO M 111 R TOE a POLE 4. Welding of structures shall be In accordance with the latest edition of the `111ttttttttttttt� ISi_I� ,3� AWS D1.1 Structural Welding Code - Steel. All butt welds shall be ground 114" WEEP HOLE .. flush with base metal. 1/4• -- 1/4" WEEP HOLE 5. See Standard Plan J - 2028 for Accessible Pedestrian Pushbutton details. WEEP OFFSET SLIPFITTER HOLE 6. See Standard Plan J - 20.20 for Accessible Pedestrian Signal Standard BELOW MATCHLINE- SEE DETAILS Electrical details. b ON PEDESTRIAN SIGNAL HEAD — — f WITH TYPE C MOUNT MATCHL!! _ — — _ 7 Hand holes shall include a removable, rain - tight cover and gasket, fastened — — — — r ABOVE MATCHLINE - USE DETAILS two stainle itable for use embedded in concrete. ss steel screws (ASTM 593). FOR PEDESTRIAN SIGNAL HEAD WITH TYPE c MOUNT 8. Grounding Co ductor shell be n on - insulated #4 AWG stranded copper, TYPE C MOUNT PLACEMENT with provide 3' - 0' min. slack. Clamp to vertical steel reinforcing bar with connector s u 8 " STAINLESS 1" DIAMETER r I STEEL NUT HOLE (TY P. T ) ARED STEEL b TAPERED STEEL SHAFT POLE WALL STAINLESS STEEL ,-T�` SHPEAFT O O m - SEE NOTE 2 i WASHERS (TYP.) i �l 0 1/4" DIAMETER • 1' LONG ' , • STAINLESS STEEL STUD 5' I' ' �i 1 � ACCESSIBLE -•" PEDESTRIAN 0 0 IM (� �� II �� III11111 II b ` G 9" DIAMETER PUSHBUTTON • BOLT CIRCLE - SEE NOTE 8 ' 1/8 - j, STEEL UT LAM 1/2" STEEL PLATE 1/8 E� 0 I 1 • FULL CIRCLE CRIMP -ON 3116 r_, - - - - - - - �� ;. CONNECTOR (TYP.) BASE PLATE DETAIL EQUIPMENT GROUNDING INSTALL ROSETTE IF SUPPLEMENTAL GROUNDING CONDUCTOR KNOCKOUT IS OPEN CONDUCTOR m 8 a � �,, GROUNDING CONNECTION o.:. �a DETAIL JOSEp In GROUNDING CONNECTION CONFIGURATIONS VARY AMONG DIFFERENT MANUFACTURERS cp , 01 VASZ/ P 3 i a HAND HOLE - SEE DETAIL (SHOWN EXPLODED FOR CLARITY) W AN' i 'yC $ j 171094 - SEE NOTE 7 1- d r - 1 If k 3 � Iii ilbi ' ...39 ' y 1/4" WEEP m TOP OF �� "p 4. ... R HOLE TOP OF SIDEWALK a i� FOUNDATION �J' 13T8 G� '1 S /ONAL ' LOCK NIPPLE Nt•ialii Graf r Imi OFFSET SLIPFrTTER - 1/4" PREMOLDED I ��� OFFSET TO FRONT JOINT FILLER Gi b PEDESTRIAN SIGNAL ( u p OF POLE I I GROUNDING ((TYPE PS) CONDUCTOR STANDARD DETAILS - SEE NOTE B CONCRETE FOUNDATION I I STANDARD PLAN J- 20.16 -01 - SEE NOTE 1 � _ � SHEET 1 OF 1 SHEET TYPED MOUNT -�-�_. APPROVED FOR PUBUCATION PEDESTRIAN SIGNAL STANDARD _ :;; _ _ Pasco BakoUch 111 7/12/12 VIEW O (FIXED BASE SHOWN) .c:, II AT E 0880819408881 DATE Cam_ 7 W..Ith n s,m. D.poriN.M a Ton.p.mM8.n TYPE D MOUNTING DETAIL PERSPECTIVE VIEW r s — — — — • — — — — — — — HOUSING FIXTURE NOTES - THREE 12" LENSES Q 1 See Standard Plan J -21.10 for Signal Standard Foundation with O Fixed Base and Slip Base details. z .ar,ca9S . re r D 2. Steel shaft shall be tapered either round or dodecagon (12 sided), u. EA PLACE BD OF SILICONE l 11 gage, 4 1/2" 0.. at slipfitter Taper shall be 0.14 inches per foot. ON TOP OF SEARRATED AREA 7t, r, co END CAP NEOPRENE GASKET ; -- _ - 3. All poles shall be hot dip galvanized per AASHTO MI11 signal s'. ti" qa HOUSING FIXTURE 48. 'ms ",4 STEEL WASHER H` , 4. Welding of structures shall be in accordance with the latest edition 0 - THREE 12" LENSES �:�- 0.1 Y ` of the AWS D1.1 Structural Welding Code - Steel. All butt welds (►' ,•� . a Al shall be ground flush with base metal. �� mo� _ 5. See Standard Plan J -21.20 for Electrical details. Y a TOP OF POLE ` " 6. Pedestrian signal displays mounted on the side of an octagonal (8 sided) ® I 1 1/2" DIAM. 7 traffic s' I n g pole with a pole attachment angle other than 0 °, 45° 90° ,---,, \ ' �i CONDOR LOCKNUT = 135 °, 180 °, 225 °, 270 °, or 315° shall utilize: ' , . 1 RUBBER 1 / `J r MOUNT AS SEMBLY (TYP.) i SLIPFITTER II[T h • T ype A mounting when pole. two pedestrian heads are installed on SEAL (TYP) r a r -� the same signal r I 11 0 • Type B mounting when only one pedestrian signal head is �� '' LOCK NIPPLE 1 17 mounted on a signal pole. 4`-.-., I 7 Junction Box serving the Standard shall preferably be located 5' - 0" Ilr; I 114" WEEP HOLE �_ ( - (10' - 0" Max.) fr om the Standard. L • J Cat % SLIPFITTER - OFFSET TOP MOUNT, SET OFFSET TO BACK OF POLE. b , TAPERED STEEL SHAFT .. b - SEE NOTE 2 _ _ ACCESSIBLE PEDESTRI PUSHBUTTON 18" 1 ' WITH DUEL ASSEMBLY MOUNTING TAPERED STEEL SHAFT '- MAX. '+ -:('- , f ADAPTER (rm.) S , E py c i =.� ' O iip cl $ % /iq? aeazo p b A AB 0 1 8T8 1 `' • i 1 8 ' O it "� SIDEWALK EDGE CONCRETE FOUNDATION OVAL / ; - SEE NOTE I 8 . TOP OF I it FOUNDATION PAVED SURFACE 10 1 " 2 TYPE 1 SIGNAL I UNPAVED �.� + SURFACE � ' "�" STANDARD DETAILS M`vTi FLUSH SIDEV11 .,' /.' STANDARD PLAN J- 21.15 -01 SHEET 1 OF 1 SHEET _ APPROVED FOR PUBLICATION CONCRETE FOUNDATION Pasco Bakotich III 6/10/13 - SEE NOTE 1 STATE OEM. ENGINEER ah TYPE 1 SIGNAL STANDARD ISOMETRIC VIEW wmhinppn Sena Department dT,waponatbn FIXED BASE SHOWN -,/ OM MI - ME - In NM - Mr r ■11111 I - - MB MB - - NM NOTES Q 1. See Standard Speciflcatlon 9-29.3 for Cable Conductor requirements. 0 Z 2. See Standard Plan J -21.10 for Signal Standard Foundation with Fixed Base and Slip Base details. S 3. Supplemental Grounding Conductor shall be non - insulated #4 AWG stranded copper, provide m ` R 3' - 0" min. slack. Clamp to steel reinforcing bar with connector suitable for use embedded in concrete. Co. =i TERMINAL MARK DEFINITION NUMBER 4. Heat shrink cap all spare conductors not terminated on a terminal strip. W 6*1 R RED DISPLAY 5. When a Pedestrian Push Button is specified in contract plans, see Standard Plan J -20.20 for details. 6 *2 0 AMBER DISPLAY 6 *3 0 GREEN DISPLAY 6. Provide Cable Tie at wiring entering the Junction Box (for Slip Base installations only) - See Detail A, r I J 6 *4 B SPARE CONDUCTOR Standard Plan J- 28.70. / TERMINAL 6 *6 W NEUTRAL CONDUCTOR / BLOCK / //- W * ASSOCIATED PHASE NUMBER I i " m* R 1 ..�__- Y L II( j 0 /L ,a / w IMSA 20.1 5C C14 CABLE I +r TOP OF POLE m ? B (SEE NOTE 4 - CONT T R C S PLAN FOR R IRE _ 1!/ i 1q ) (SEE CONTRACT PLAN FOR WIRE SIZE AND QUANT [Tab \ ITIES) � I i R POLE GROUNDING STUD WITH NUT - SEE 1 STANDARD PLAN J-20.20 FOR GROUND CONNECTION DETAILS HAND HOLE \_ W INSTALL SIZED REDUCING = CLAMP WASHER AND CONNECTOR TO SECURE CONDUCTORS I.. EQUIPMENT GROUNDING AT TOP OF POLE CONDUCTOR V. ,' II LEVELING NUT (TYP.) SUPFITTER - OFFSET TOP MOUNT. i STEEL REINFORCING 11 r C L ii PLACE OFFSET TO BACK OF POLE ( BAR nyP) r �� + ] OSEAy 11111 AIME 4'.1 .0 0 wAsatver P i s 4° I t. r. 11111 SUPPLEMENTAL GROUNDING CONDUIT COUPLING - INSTALL FLUSH f. 1 a 0 1 k CONDUCTOR - SEE NOTE 3 WITH TOP OF FOUNDATION (DO NOT . / .� �, , a@ IMSA 20.1 5C #14 CABLE GLUE PVC STUBOUT) � 3 9820 O 4 7 i 8 8 3 - CONTINUED FROM FOUNDATION A 8 " 0 1 8 T j 1 CLAMP - SEE NOTE �• I s 'Y�ONAI. g�� CONCRETE FOUNDATION 1 SEE NOTE RIM ELECTRICAL CONDUIT - SEE TYPE 1 SIGNAL STANDARD CONTRACT PLAN FOR DIAMETER I SIGNAL WIRING DETAIL ELECTRICAL DETAILS FOUNDATION WIRING DETAIL STANDARD PLAN J- 21.20 -01 SIDEWALK EDGE SHEET I OF 1 SHEET APPROVED FOR PUBUCATION FLUSH WITH TOP ,� . \ Pasco Bakotich 111 6/10/13 OF SIDEWALK `� i MAMMA. e8OPIE91 a� 0 WI Wmhinaten Sb p w t∎ Donmn of T�mspeelo8on ISOMETRIC VIEW -" NM MO s • — — MI M — — — NM — — — — MI 1111111 .1. GROUNDING CONDUCTOR NON- GROUNDING CONDUCTOR NON- NOTES TOP OF FOUNDATION LEVEL W/ INSULATED #4 AWG STRANDED TOP OF FOUNDATION LEVEL W/ INSULATED #4 AWG STRANDED SIDEWALK OR ABOVE SOIL SURFACE COPPER - PROVIDE 3' MIN. SLACK _ SIDEWALK OR ABOVE SOIL SURFACE q COPPER - PROVIDE 3' MIN. SLACK 1. This structure has been designed according to the Fifth - SEE STANDARD PLAN J -26.15 rY (ROUTE CONDUCTOR TO GROUNDING - SEE STANDARD PLAN J-28.15 SIGNAL POLE (ROUTE CONDUCTOR TO GROUNDING Edition 2009 AASHTO Standard Specifications for FOR PLACEMENT DETAILS FOR PLACEMENT DETAILS STUD) POLE STUD) I TUD) Structural Supports for Highway Signs, Luminaires and 0 Ira. CONDUIT COUPLING - INSTALL FLUSH O CONDUIT COUPLING - INSTALL FLUSH Traffic Signals. Basic wind velocity is 90 mph, Design WITH TOP OF FOUNDATION DO NOT d GROUT W / 318' WITH TOP OF FOUNDATION (DO NOT GLUE PVC s7uBOUT) GROUT w / ale• ( - DRAIN HOLE ( Life/Recurrence Interval 50 years, and Fatigue Category III. GLUE PVC STUBOUT) O L DRAIN HOLE • � \ , 1 2. Foundations are designed for Type II, III, and SD Signal II i �_ , + c Standards with a maximum mast arm length of 65' — .... t EARTH EMBANKMENT '1, . — FEIT. 1 EARTH EMBANKMENT � � � ! � _, AS REQUIRED - SEE - o ���� AS REQUIRED - SEE 3. Foundations are designed for Single Mast Arm Standards _t 1 �m R PLACEMENT DETAILS p l 1 -. g t. Ig PLACEMENT DETAILS o © ��, l -�� ' and Double Mast Arm Standards with 80° between arms. . $ Special foundation design is required for Double Arm } '� I l ' t EXISTING GRADE W 7 W/ rr:, Er Ii a ! �II �� EXISTING GRADE Standards where the angle between mast arms is other G� O . p i ° 2 0 J d , ' °IP 2 $ o 4 than 90° For Double Mast Arm Standards with 90° o r- � 1 MAX. ° , ° �° ' >. 1 MAX between arms, use larger XYZ value for foundation depth P b y n I I 1 1 GROUND SLOPE selection. o Z $ � L' i t '�' GROUND SLOPE c � "' �� ANCHOR BOLTS & ANCHOR 6 t g 0 , �, ' j ANCHOR BOLTS 5 ANCHOR 4. Foundations not within the parameters of this standard re PLATE SUPPLIED BY SIGNAL p ]] � • -� T PLATE SUPPLIED BY SIGNAL require Special Design. Contact the WSDOT Bridge and #4 HOOPS POLE MANUFACTURER y a LIMBS OF EXCAVATION , , �- 1 i� POLE MANUFACTURER Structures Office through the Engineer for Special o w = c 1 ' - 0' CENTERS ti 8 LL O Tc r O (TYPR) ,/ I , 9y 8 - 58 BARS Foundation Designs. LT, o z EVENLY SPACED . c - EVENLY SPACED 5. Foundations construc within Ecology Embankments 1' - 0" CENTERS . 83 8 R 2 ' f 4 � ' 'P.) SHORING OR EXTRA shall be Increased In depth by the depth of the Ecology w Q o in v L 11 1 3• CLR w Z I IO �I 4 EXCAVATION (TYPJ Embankment. (TYP 0 W -° ) + /1A. �� CORRUGATED METAL PIPE 6. The top 2 feet of the foundation shall use a smooth I I (1"1 l {— I 0° I form (such as paper or cardboard). After the concrete 13' - 0' SQUARE UNDISTURBED OVER - EXCAVATED AREA SHALL BE BACKFILLED 11' - 3' - OR 4' - 0• I I UNDISTURBED EARTH has cured, this entire form shall be removed. O III"' OR ROUND 'I EARTH WITH CONTROLLED-DENSITY FILL (CDF) OR Wmi MIN. ROUND (TYP_) '6 OR 4' - 0' ROUND SOIL IN ACCORDANCE WITH STD. SPEC. 8. 20.3(2) gyp 7. For design parameters between the values listed in Table, FOUNDATION REINFORCEMENT DETAIL FOUNDATION REINFORCEMENT AND BACKFILL DETAIL depth requirements may be interpolated between the CONCRETE CAST DIRECTLY AGAINST UNDISTURBED EARTH, DRILLED SHAFT 4> CONCRETE CAST WITHIN A CORRUGATED METAL PIPE STAY -IN -PLACE FORM values provided. m ALTERNATE # 1 O CONDUIT SIZE AND QUANTITY AS SHOWN IN THE CONTRACT; ALTERNATE # 2 6. Install Signal Foundation Identification Tag. See CAP BOTH ENDS Standard Plan J -26.15 for details. © CLAMP CONDUCTOR TO STEEL REINFORCING WITH LISTED o CONNECTOR SUITABLE FOR USE EMBEDDED IN CONCRETE ALTERNATE #2 - CONSTRUCTION METHOD e PAPER OR CARDBOARD FORM SHALL NOT STAY -IN -PLACE METAL (SUBSURFACE) FORM REQUIRED FOUNDATION DEPTH "D" TABLE When the existing soil will not retain a vertical face, over - excavate the found - ALTERNATE 0 1 DRILLED SHAFT -TYPE CONSTRUCTION ation area and Install a 36° or 48° diameter corrugated metal (pipe) form. FOR LATERAL BEARING PRESSURE = 2500 PSF & 0 = 34 ° , 1500 PSF & 0 = 28 ° , 1000 PSF & 0 = 26° The top of the corrugated metal form shall terminate 1 foot below final grade. Continue forming to full height using paper or cardboard form to achieve a GROUND SLOPE - 31.1: 1V OR FLATTER GROUND SLOPE - GREATER THAN 311: 1V TO 214 :1V smooth finish on final exposed cement concrete. Support the form as ALLOWABLE LATERAL FOUNDATION XYZ (FT' ALLOWABLE LATERAL FOUNDATION xYZ (FT') necessary to remain plumb. BEARING PRESSURE TYPE 700 900 1360 1500 1900 2300 2800 3000 BEARING PRESSURE TYPE 700 I 900 1 1360 1 1500 1 1900 1 2300 I 2600 I 3000 C 5 Place the concrete foundation. O V. ZELN ' 3'- 0•ROUND 10'-0' 10'-0' 11' -0" W -9 15-0 12 -0" 20'-0• 20'-0'1 3'- 0°ROUND SPECIAL FOUNDATION TYPE P � �e 1000 PSF 3' - 0 SQUARE 8' - 0 8' - 0" 9' - 0" 9-0 10 - 0' 11' - 0" 12 0" 12' - 0" 1000 PSF 3' - 0' SQUARE SPECIAL FOUNDATION TYPE After concrete has cured, remove the .N �4Q' 01 RAY � � gI 4'- O'ROUND 8' -0' 8' -0" 9 -0" 9' -0" 10' -0" 11' -0" 17 -0" 12 -0" 4'- O'ROUND SPECIAL FOUNDATION TYPE entire paper or cardboard form portion. C g- D s] a l 240°ROUNDI 8' -0° 8' -0' 9.0' 11' -0' 13' -17 15 -0" 18' -0" 18' -0" 3' -0 "ROUND 11' -0• 11' -0" 12' - 0' 14' -0' 19 -0' 18 -0' 21 -0° 21 -0" Backill with controlled density fill Or 5148 1500PSF 2- 0"SQUARE 7' -- T -0" 8' -0 8' -0• 9' -0° 10' -0° 10' -0° 1500PSF 3' -0 *SQUARE 10' -0' 10' -0" 10' -0" 11' -0' 11' -0' 12' -0' 13' -0" 13' -0• compacted borrow lnaccordancewith -e ? . . q@@3 g% Q, iii ii 7' -0° 7' -0• T -0° B' -0" 9 -0' 9 -9 15 -0' 19 -0' 4' -0 °ROUND 10' -9 19 -0' 10' -0• 11' -0' 11' -0' 12' -0• 13' -0° 13' -9 St Specification 8 9 O A �' r9 • / 254 7 0 4 4 3' -0' ROUND 8' -0" 8' -0• 7 -0• 8' -0' 9' -0' 11' -0" 15 -0' 15 -0' 3'- 0" ROUND 9' -0° 9 -0' 10' -0" 12' -0' 12' -0' 14' -0° 18' -0" 18' -0' / c i dVe t 2500 PSF 3' -0 "SQUARE 8' -0" 5' -0" 8' -O" 9 - 0' T -0" 7-0° 8' -0' 9 -0' 2500 3'- O'SQUARE 9' -0' 9' -0° 9' -0' 9 -0• 10' -0' 10' -0" 11' -0" 11' -0' • ONAL Q ' OR GREATER OR GREATER i $ g 4 O'ROUND 8' -0' 8' -0" 9 -0" 9 - 0' T - 0" 7 -0" 8' -0" 8' -O' 4'- 0°ROUND 9' -0" 9 -0' 9 -0" 9 -0" 10' -0° 10' -0' 11' -0' 11' -0' 1 1 a€ ALTERNATE # 2 CORRUGATED METAL PIPE TYPE CONSTRUCTION FOR LATERAL BEARING PRESSURE = 2500 PSF & 0 = 23 °, 1500 PSF & 0 = 18 °, 1000 PSF & 0 = 17° SIGNAL STANDARD GROUND SLOPE- 3H : IV OR FLATTER GROUND SLOPE- GREATER THAN 3H : 1V TO 2H: 1V FOUNDATION PLAN ALLOWABLE LATERAL FOUNDATION XYZ ( FT') ALLOWABLE LATERAL FOUNDATION XYZ (FT) BEARING PRESSURE TYPE 700 900 1350 1600 1900 2300 2800 3000 BEARING PRESSURE TYPE 700 I 900 1 1350 1 1600 1 1900 1 2300 I 2600 I 3000 STANDARD PLAN J- 26.10 -02 3'- 0•ROUND 10' -0" 10' -0' 11' -0' 15' -0' 20' -2 25 -0° 29 -0" 29 -0' 3' -O' ROUND SPECIAL FOUNDATION TYPE SHEET OF SHEET 1000 PSF 1000 PSF 4' - 0 - ROUND 2-0' 8 9 12' - 0" 12-2 14 0" 15 - 0' 15-0' 4' - 0 ROUND SPECIAL FOUNDATION TYPE APPROVED FOR PUBLICATION 1500 PSF 3'- 0"ROUND 9 5 -0" 9 -0" 11' -0" 1-0' 18 -0" 21' -0' 25 -0° 25 0 " -I 1500 PSF 3'- O'ROUND 11' -0' 11' -0" 14' -0' 18' -0" 21' -0° 24' -0° 28' -0' 23' - IT 4 7 -0° 7' -0' 7 -0" 9 -0" 10' -0' 13' -0" 15 -0" 15 -0" 4'- O"ROUND 10' -0' 10.0" 10' -O' 11' -0" 13' -0' 18' -0" 18' -0° 18' -0° Pasco Bakotich 111 t73-1 12 ENGINEER 2500PSF 3'- O°ROUND 9 -0° 8' -0' T -0' 11' -0' 13' -0' 18' -0" 20' -0" 20' -0' 2500 PSF 3'- O'ROUND 9' -0' 9 -0' 10 -0" 14' -0' 15' -0' 21' -0° 23' -0" 23' -0' — STA1E N DATE OR GREATER 4'- O'ROUND 9 -0' 8' -0' 9 - 0' 9 -0" 7 -0' 9 -0" 9.0' 9 -0' OR GREATER 4'- O'ROUND 9' -0' 9 -0" 9' -0' 9 -0° 19 -0' 12' -0' 17 - 0' 17 - WI WoshIgro. sum. Department d TAropeehdla, NM - MI - - MI NM MI - r ME — . MI i IIIIII 1111. 1111.1 .111. 3/8' PREMOLDED JOINT FILLER ,,,�.._— / /,;, __ __ TOP OF FOUNDATION ; : - - -•-- LEVEL WITH GRADE 3 ' - 0 ' SEE TYPICAL SIDEWALK 1 SIGNAL STANDARD FOUNDATION SECTION FOR REINFORCEMENT , r O -SEE STANDARD PLAN J -28.10 SIGNAL STANDARD FOUNDATION $d - S / • SEE STANDARD PLAN J •28.10 .• �.y , � / /Q \��' NOT STEEPER THAN 1.5H 1 V ■ I I 011 L 3 3 , -0 ' 6`41:x) 1— SIGNAL STANDARD FOUNDATION - �- .*r - SEE STANDARD PLAN J -28.10 O P I I F ' 0 THAN HE STEEPER A • O O. NOTE FINSHED GRADE SLOPE = FLAT TO 2H 1V ' FINISHED GRADE * =2'- 0' FOR 3'- 0' DIAM. FOUNDATION (4H 1V SLOPE SHOWN) O p ' SLOPE =FLAT TO 10H 1V II I- 2' - 8' FOR 4' - 0' DIAM. FOUNDATION (10H : 1V SLOPE SHOWN) 2' .6" FOR 3' - 0' SQUARE FOUNDATION ' SIGNAL STANDARD FOUNDATION _ - SEE STANDARD PLAN J -211.10 II O SLOPE TO DRAIN AWAY - -- 10 SLOPE TO DRAIN AWAY FROM THE FOUNDATION FROM THE FOUNDATION SLOPE NOT STEEPER THAN 5% SLOPE NOT STEEPER THAN 5% (SHOWN REDUCED) PLAN SECTION OA PLAN ELEVATION FOUNDATION IN OR NEAR SIDEWALK EXISTING GRADE OR FILL SLOPE = FLAT TO 1011: 1V CASE A CASE B 0 0 III SIGNAL STANDARD FOUNDATION ay - SEE STANDARD PLAN J -28.10 7 1�0 1 - 0' t O O - 0 to 0 NOT STEEPER THAN 1.5H 1V g I FINISHED GRADE _ � 3H 1V ,•, BUT NOT STEEPER THAN 2H 1V • 7 OSEpy � • O 4 0 WAs8- t o i 1 11 III - SIGNAL STANDARD FOUNDATION Oq ��� 4.. y 7 f - SEE STANDARD PLAN J -28.10 W ' SIGNAL STANDARD FOUNDATION . U I.1 1 10 SLOPE TO DRAIN AWAY - SEE STANDARD PLAN J -28.10 F "d y 1F0' 11 0' FROM THE FOUNDATION e -L '. 5 8 5 O STEEPER SLOPE NOT STE ER THAN 5% ;,' - as 0 ° 10 NOT STEEPER THAN 2H 1V - i PLAN ELEVATION \ O ff• qB /STZ 3Be2o � R� 18$ �yB e l _ � S \O FINISHED GRADE S / ONA L l ' \'‘ 1 !! I 1 �7••,, ��4 j SLOPE = 3H 1V OR FLATTER EXISTING GRADE OR FILL SLOPE _ > 2H : 1V TO 2H : 1V 1 \' BUT NOT FLATTER THAN 10H 1V CASED Ind I SIGNAL STANDARD SIGNAL STANDARD FOUNDATION PLACEMENTS 10 SLOPE TO DRAIN AWAY FOUNDATION - SEE FROM THE SLOPE NOT STEEPER O THAN 5% STANDARD PLAN J -28.10 STANDARD PLAN J- 26.15 -01 SHEET 1 OF 3 SHEETS PLAN ELEVATION APPROVED FOR PUBLICATION EXISTING GRADE OR FILL SLOPE = 10H : 1V TO 5 3H : 1V Pasco Bakotich 111 05/17/12 CASE C Inn STATE DESIGN EMG.EER wiE W Washington Mate Departmanl of Tm.lpoda6a= I I MN • I •• NM OM -! MI I— — ! — MI alli 3B' PREMOLDED .....■— EXISTING GRADE OR CUT SLOPE SIGNAL STANDARD FOUNDATION JOINT FILLER , a SLOPE = FLAT TO 2H IV SLOPE TO MEET - SEE STANDARD PLAN J -2 &10 TOP OF FOUNDATION (MAX. SLOPE SHOWN) FINISHED GRADE LEVEL WITH GRADE BACK SLOPE -SEE SECTIONS I FOR SLOPE 3' - 0' 3' - 0' SEE TYPICAL TOP OF FOUNDATION SECTION FOR LEVEL WITH GRADE REINFORCEMENT = - { - I 1 O SIGNAL STANDARD FOUNDATION 3' - 0' I • • -SEE STANDARD PLAN J -28.10 Y - — — NOT STEEPER BBL.' SIDEWALK .' n / y I THAN 2H 1V - s'", __ ...0 -�- I C _ \` \ \ ��� \� \ \ \ ` o. F OR CUT SISTING RA / STANDARD 3, O FLAT TO 10H : 1V STANDARD PLAN 128.10 A. (MAX. SLOPE SHOWN) — FOUNDATION N ri. O , NOTE - S STANDARD PLAN J 28 O _: - ' ' ' 1p SLOPE TO DRAIN AWAY ION * = 2' - 0' FOR 3' - 0' DIAM. FOUNDATION 2' " " -'- - -- " FROM THE FOUNDATION - 8' FOR 4' - 0" DIAM. FOUNDATION SLOPE NOT STEEPER THAN 5% ' 2' - 8' FOR 3' - 0' SQUARE FOUNDATION PLAN ELEVATION 'I0 SLOPE TO DRAIN AWAY FROM THE FOUNDATION EXISTING GRADE OR CUT SLOPE FLAT TO 10H : 1V R SLOPE NOT STEEPER THAN 5% CASE F U 0 (SHOWN REDUCED) SECTION OB PLAN FOUNDATION IN OR NEAR SIDEWALK EXISTING GRADE OR CUT SLOPE CASE E SIGNAL STANDARD SLOPE STEEPER THAN FOUNDATION - SEE 3H IV (2H . IV MAX.) m STANDARD PLAN J -28.10 (MAX SLOPE SHOWN) TOP OF FOUNDATION EXISTING GRADE OR CUT SLOPE - - "- ' LEVEL WITH GRADE EXISTING SLOPE STEEPER THAN IOH 1V T053H 1V 1 � "� 1' -0' TOP OF FOUNDATION (MAX SLOPE SHOWN) 0 1 CO NAL STANDARD LEVEL WITH GRADE _ _ _ _ g _ FOUNDATION y` ::: �.` �,°��•'/ , SLOPE TO MEET FINISHED GRADE I - SEE STANDARD - F NOT STEEPER % / / �j �/ - SEE SECTIONS FOR SLOPE PLAN J-28.10 1. 1 \ \\ �• THAN 1.5H 1V 0 0 �o 'v ' Q SIGNAL STANDARD FOUNDATION • I - NOT / T STEEPER BACK SLOPE ' "_ " -SEE STANDARD PLAN 128.10 — — . `� \�/ � / 40.10. / / 6 THAN 2H iV I, JQ$Rp� i C % � , a 7 PLAN ELEVATION �� 01 YAS 1 Y p. SIGNAL -SEE STA PLA J -28A0 STANDARD FOUNDATION Q 4Q' . ! Qs S O �T 2- - b E w 1Q SLOPE TO DRAIN AWAY -fi >` y all 1 SLOPE TO DRAIN AWAY O FROM THE FOUNDATION 0 . 3982 �O Q 8 5 0 PLAN FROM THE FOUNDATION ELEVATION SLOPE NOT STEEPER THAN 5% . S TB& I I § SLOPE NOT STEEPER THAN 5% B ONA L Q ' EXISTING GRADE OR CUT SLOPE 10H : 1V TO s 3H : 1V EXISTING GRADE OR CUT SLOPE STEEPER THAN 3H : 1V (2H : 1V MAX.) hlii CASE G CASE H SIGNAL STANDARD FOUNDATION PLACEMENTS STANDARD PLAN J- 26.15 -01 SHEET 2 OF 3 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 05/17/12 /, STATE OESMN Bmpl5a tMTE W ddnpron Nolo Depmm.wn of T.en.po8mlon I MS I NM I MI I M I I • MI MO MO MI OM 11111 NM SEE TYPICAL SECTION FOR REINFORCEMENT CO CEMENT CONCRETE SIDEWALK SIGNAL STANDARD FOUNDATION - 4' - 6" MIN. • SEE STANDARD PLAN F.30.10 TRAFFIC SEE STANDARD PLAN J -28.10 * * 1 ° q w = CONTRACT PPLAN SH EE CEMENT CONCRETE SIDEWALK TO OR DETAILS SEE STANDARD PLAN F-30.10 r �OR ASPHALT CONCRETE PAVEMENT * 4' - 8" MIN, FROM THE FACE CEMENT CONCRETE SIDEWALK z p \ OF THE POLE TO THE SACK OF 3/8" DED ^BEE STANDARD PLAN F -30.10 w a i THE CURB OR EDGE OF SHOUL JOINT T FILLER - -� U o SEE TYPICAL SECTION to a z FOR REINFORCEMENT • 4 §,,., i 3; 8" PREMOLDED JOINT FILLER Z \ a N �����: 3/8" PR See. \ li IOF��z JOINT FILLER T — SEE TYPICAL SECTION SEE TYPICAL SECT FOR CEMENT CONCRETE SIDEWALK FOR REINFORCEMENT REINFORCEMENT - SEE STANDARD PLAN F 40.10 VARIES OR ASPHALT CONCRETE PAVEMENT NOTE 3 I8 "P 3/8• PREMOLDED JOINT FILLER JOINT FILLER 4 T 1 8' MINI - 8" MIN. "�. _ -K� (rvP J 1 FOUNDATION - SEE TO FACE OF \.�._ = * *= APPLIES TO THE SIDE OF THE FOUNDATION WHEN SIGNAL STANDARD PEDESTRIAN PUSH BUTTON IS TO BE INSTALLED. Lel STANDARD PLAN 128.10 STANDARD SIGNAL TIO STANDARD \"S FOUNDATION - SEE FOUNDATION PARTIALLY WITHIN SIGNAL STANDARD TO FACE OF STANDARD PLAN J-28.10 _. —. SIDEWALK SECTION FOUNDATION - SEE STANDARD FOUNDATION WITHIN SIDEWALK i STANDARD PLAN J - 28.10 OR TRAFFIC ISLAND SECTION Q DUAL PEDESTRIAN PUSH BUTTON - K O NOTE O NOTE SIGNAL STANDARD REFER TO CONTRACT DOCUMENTS FOR PROJECT SPECIFIC FOUNDATION - SEE C CONCRETE SIDEWALK INTERSECTION LAYOUTS 8 TRAFFIC ISLAND MATERIAL TYPE M * = - 0 "FOR 3' -0" DIAM. FOUNDATION SEE STANDARD CO PLAN FPA V 0 = 2' - 8" FOR 4' - 0" DIAM. FOUNDATION STANDARD PLAN 128.10 OR ASPHALT CONCRETE PAVEMENT FOUNDATION PARTIALLY m 1 2' - 8" FOR 3' - 0" SQUARE FOUNDATION WITHIN SIDEWALK SECTION p SINGLE PEDESTRIAN PUSH BUTTON APPLY GROUT EVEN WITH THE BOTTOM OF THE ANCHOR PLATE GROUNDING CONDUCTOR NON - INSULATED AFTER PLUMBING THE STANDARD 44 AWO STRANDED COPPER - PROVIDE 3' MIN. SLACK (ROUTE CONDUCTOR TO GROUNDING STUD) FOUNDATION OUTSIDE THE SIDEWALK SECTION PROVIDE GROUT DIAMETER DRAIN TUBE IN THE GROUT PAD FORM TO FINISH GRADE WHEN INSTALLING WWF SIDEWALK OR TRAFFIC ISLAND WF 4 z 4 - W 2.9 z 2.9 AT CENTER 3/8" PREMOLDED JOINT FILLER 10 GAGE STAINLESS STEEL TAG - OF EXTENDED SIDE WALK AT I SE CONTRACT PLANS FOR RECESS FLUSH WITH TOP OF SIGNAL STANDARD FOUNDATION FOR EXTENDED SIDEWALK SIDEWALK OR SIGNAL FOUNDATION FINISHED FOUNDATION LAYOUT i TRAFFIC ISLAND IDENTIFICATION TAG I { + •'a I I 17 SIGNAL STANDARD / 12 - 28 NF z 2" LONG STAINLESS STEEL � �" \�� \ \�� o f i \ \ \ . �- i - - -- L ' '�•� �� %�� ���� �- JOSEA,7 5 • SCREW ^DRILL AND TAP FROM BOTTOM, (T1'P' U Z5 I I 11 \ / 1 O 05 TA% 9 b 1 HAND HOLE 9 LEAVE SCREW FLUSH WITH TOP APPLY iv m ' ; c p q0 � alit. �, • L.--- 1 = LOCKTITE TO SCREW THREADS TO BIND ,� / / i i ' � i 1 SCREWS AND LD. TAG TOGETHER e / 11 •�\ • /� 1:1= - = Q %\ ROUGHENED E.' � 11111,-..., / I I \ \ CONCRETE SURFACE . : jfr` ^.. F ell -AI L._ as 3114' CLAMP CONDUCTOR TO STEEL REINFORCING 1 1 �� / o A q ssezo � O R 11111 g • WITH LISTED CONNECTOR SUITABLE FOR USE I j� ' S TBR � � i I( • FOUNDATION / G I 318" MIN. EMBEDDED IN CONCRETE / 0.08")MIN. V N AL I __ �' (TYP.) SIGNAL STANDARD FOUNDATION _/ -. . . - SEE STANDARD PLAN 126.10 FOUNDATION SIGNAL STANDARD + DEPTH 11' FOUNDATION PLACEMENTS ,,, tZ SHAPE RD:" "— " SQUARE OR ROUND STANDARD PLAN J- 26.15 -01 DIMENSION .3 "' "- "--- "'— DAMETER OR WIDTH SHEET 3 OF 3 SHEETS ALT. # 1-- --------- ALTERNATE 1 OR 2 -SEE NOS APPROVED FOR PUBLICATION - STANDARD PLAN J-26.10 OBLIQUE VIEW FOUNDATION REINFORCING ONLY PARTIALLY SHOWN FOR CLARITY Pasco Bakotich 111 05/17/12 REINFORCING AND ANCHOR BOLTS SIGNAL FOUNDATION - SEE STANDARD PLAN 126.10 FOR DETAILS NOT SHOWN. immi, WATEDEOM UMNUR DATE NOT SHOWN FOR CLARITY IDENTIFICATION TAG DETAIL - ,T - WashWashingState w Washington ax,yaTransportation Transportation +e l of Transportation (GROUT PAD OPTION SHOWN) TEXT SHALL BE ENGRAVED 0.014" DEEP TYPICAL SECTION '_ ME — — — — MN — — — ME — ME ! I MN — i 1M IIIII J DETAIL "B" UNCTION DETAIL "A" BOX SEE STANDARD PLAN .160.16 SHEET 2 JUNCTION SEE STANDARD PLAN 160.16 BOX SHEET 2 COCONDUIT CONDUIT EDGE OF SHOULDER : 0 �O 7 ' LEAD-IN SAWCUTS SEE ENTRANCE SHOULDER --._c, EDGE OF LANE II^ P I.! ._ SAN/CUT DETAIL Ms l j w O w 0 k__(TYP.) B , - a, w — — — - i_ 3 _ 0 . 1140 ) = SEE ENTRANCE 1 m,p y u SAWCUT DETAIL fr THIS SHEET (TYP.) CIR SAWCUT ( $ NOTES w 1 For Installation Notes and Details — —,� , — — — w see Standard Plan J50.16. • 2. For Sections A, B, C, and D, u+ War e - o^ Dunn. (TYP.) � , g - °� Dom ��) see Standard an - 60.16. shall CIRCUL SAWCUT Ryp r 3. All of the loop Pl lead-i wires retum to the Junction Box. 1 4. For Splice Detail, see _ a - o" __ a - o^ a - 0" _ r r -0 a - 0" . a -0^ STATION 0 Standard Plan J40.15. SEE CONTRACT PLAN 5 For Loop numbering Layout Details, TYPE 3 STOP LINE LOOPS TYPE 3 ADVANCE LOOPS see sheet 3. JUNCTION ' 8. For additional Induction Loop Details, BOX see Standard Plan J- 50.16. DETAIL "A" I - - -. - SEE STANDARD PLAN 160.16 SHEET 2 EDGE OF SHOULDER CONDUIT 7 EDGE OF LANE LEAD -IN 9 P SEE ENTRANCESAWCUT 5T8P { 0 � 3 66 SAWCUTS (TYP.) \ A DETAIL - THIS SHEET (TYP.) C. N TSB e CIRCULAR SAWCUT 1■To t 8 (TYP.) (I ' 0' LEAD-IN SAWCUT 666 — 2- W 41, 1 o C 11:1! l MR) LOOP SAWCUi �p 6' 9 %O Q z Ol lgg E CHISEL OUT 1l8' TO 1/2' CORNER A' - __ REMOVE PAVEMENT TO SAW- SI ONAL Q '� — — — — — 0 0 LEAD-IN CUT DEPTH AND FILL �u i "< ` S AWCUT WITH SEALANT (TYP.) g a • — — - - . T _— CENTER OF LOOP AND VEHICLE LANE TYPE 3 r STANDARD PLAN J- 50.12 -00 SHEET 1 OF 9 SHEETS S 0" 8' 0' 8' - 0" APPROVED FOR PUBLICATION P asco Bakotich 111 06-03 -11 PLAN EFATE DEMON ENGINEER are Wmhtrgbn Stale DpmmwddT�mspslmlan TYPE 3 SAMPLING LOOPS ENTRANCE SAWCUT DETAIL �/ MO - MI - ■III i - - MS ME r MI - ME MS - an SPUCE (TYP.) r JUNCTION BOX OFFSET CRIMPS S3 ' F3 i S = START � _ vi S2 I F =FINISH \ CI VI a ; w�. 2C(SH) CABLE 'I �., y F2 ■ ft S1 � \ , / SPUCE (TYP.) 1 0 1 L X X X PHASE NUMBER ---1 1 L fc • • • LOOP SERIES E 0 , , NUMBER (TYP.) LANE NUMBER LOOP NUMBER • • LOOP NUMBER MARKING DETAIL w , j : I 0 bra NOTES 3 .r a E Loop numbering layout will be simillar to Loop Numbering Layout Detail, Sheet 3 SPUCE (TYP.) JUNCTION BOX TRAFFIC FLOW OFFSET CRIMPS Jr S =START _eA F = FINISH 2C(SH) CABLE i F1 •j. S1 TYPE 3 STOP LINE LOOP WIRING DIAGRAM SERIES SPUCE SHOWN 0 0 • JUNCTION BOX , SPUCE (TYP.) SPUCE ' OFFSET CRIMPS i ..■1i S =START TRAFFIC FLOW S 6¢ 2C(SH) CABLE pAF =FINISH �� C� No 8 111!! F1 •T S1 F 1 2 . . \ �� o Asy /fi r$,, , r 2 -' S2, g , 0 0 � � qI i LOOP SERIES 0 0 TYPE 3 ADVANCE k tg NUMBER • • � ISTB P r LOOP WIRING DIAGRAM # # s � P / - ° 1 s �O N AL eN l g iml LAIG TYPE 3 INDUCTION LOOP STANDARD PLAN J- 50.12 -00 TRAFFIC FLOW SHEET 2 OF 3 SHEETS APPROVED FOR PUBUCATION TYPE 3 SAMPLING LOOP WIRING DIAGRAM Pasco Bakotich III 06 - 11 STATE oEMS EMCEES are T SERIES SPUCE SHOWN WadtIngtan aim. Department of r ansperren IIII 111111 MS — — — — — ME OM ME ME M — — ME — I IIIIIII - -' (BOX DETAIL 'B" `BOX \ SEE STANDARD PLAN J60.16 \%\ SHEET 2 EDGE OF SHOULDER` CONDUIT ��'= 0 =' S4 LEAD4N SAWCUTS SEE ENTRANCE EDGE OF LANE ` ` /u S UT DETAIL o _- SHOULDER `, ; (TY0.) - SHEET 1 (TVP.) SPLICE (TYP.) 4 F4 IL (OFFSET CRIMPS) 4110 / / \1 3 - � S =START o _ _ — — — — — —.) LOOP NUMBER t K — - � F =FINISH 0"— —,4 — u3_ MARKING SLEEVE (TYP.) x m�_I 1 7 O Jg 1 SPLICE (TYP.) S3 2 s - o" DLAM. W � �z 3 F3 11YP W r4v F% .L OOP SERIES NUMBER — — C:)..... — — — — — V — — - .74 ( *) 32 MARKING SLEEVE (TYP.) \J ... CIRCULAR SAWCUT J �( •" �• LOOP SERIES START OR FINISH -- 1 \/� (I) MARKING SLEEVE (TYP.) 1y0" f 8' -0" - 8' -0" , 8' -0" _ 8' -0" _ 8' -0" _ 8' -0" _ 8' -0" LOOP NUMBERING LAYOUT DETAIL _ PLAN TYPE 3A STOP LINE LOOPS L X X X JUNCTION BOX PHASE NUMBER LANE NUMBER LOOP NUMBER B4 LOOP NUMBER MARKING DETAIL 4 F4 1 + 1 S =START ; T_ + iF= FINISH r N lsi k S3 i `_ ` • „ 6 O p WAS F� B Ct 6 1 Fl S1 F2 •T. _ -_ , E J 11111 • • t , 1 � Nit LO NU P BER IES : 4 O A A J .� 4, Gi ST � i; 'ONAL e _..___,..N / 1 i 1 i 0 • \\•._ „/// '0 , \ �eaa� l it • • $ 1 3 TYPE 3 INDUCTION LOOP STANDARD PLAN J- 50.12 -00 TRAFFIC FLOW SHEET 3 OF 3 SHEETS APPROVED FOR PUBIJCATION - — TYPE 3A STOP LINE LOOP WIRING DIAGRAM Pasco Bakotich 111 06 - 03.11 9TAre DEMON DIMMER DAR SERIES SPLICE SHOWN T WI Waddmion 61m. D.men.rt d 11/ansperftelon 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LOOP SEALANT LOOP SEALANT LOOP SEALANT NOTES TOP OF EXISTING (PER CONTRACT OR (PER CONTRACT OR (PER CONTRACT OR AS APPROVED BY AS APPROVED BY AS APPROVED BY 1. Fill the conduit trench to the bottom of the existing PAVEMENT OR THE ENGINEER) THE ENGINEER) TOP OF EXISTING PAVEMENT THE ENGINEER) LEVELING COURSE OR LEVELNG COURSE or new Surfacing with CSTC, sand or controlled OF NEW PAVEMENT OF NEW PAVEMENT density fill. See Standard Specifications J - 1 1/4" WIDE CUT O H - I sAWC © H 1 1: WILITDE © Section 2 ill / , - ' • ( , / / 1 2. Minor Regional variations are allowed In the soft • rc a podkat dosure. ConsuR with the Engineer or see 2" LONG HIGH TEMP 2" LONG HIGH TEMP O 2" LONG HIGH TEMP O th C for additional requirements. BACKER ROD 3 • • r- E BACKER ROD 3 • r- BACKER ROD r- 24" CTRS. 7 2a• CTRS. a ; a 2" CTRS. g `i g ° 3. Conductors shall be snug to the bottom of the 6 z u d Z '� i Z 't g: § sawcut High temperature backer rod shall be • , E k o � ' o LOOP L EAD - IN S. $ k snug to the conductors and skies of cut u/ vl LOOP HARE o a `_/ / c w TWISTED PAIRS o a 4. Fill the sealant to within 1/8" to 3/18" from top of ( #14 AVM) LOOP LEAD-IN WIRE, • ,/ / ( #14 AWG) U SSW (Kit OR (012 AWG) - o (014 AWG) OR (012 AWG) -�—• � o OR (012 AWG) 1 o - MM. 4 WIRES -MAX 3 PAIRS AX - ONE TWISTED PAIR - ' 5. See Standard Plan J-40.10 for additional Junction p. •7 -...- ^ '• - - - - •; vin 1t �:�;,T.i T - - -r Box details. 14 6I'. 7 " • . , e o -. t!% \t Fiv.'...�5 v e. ...�r.•i \1\ � S.. v - .: :;� PVC CONDUIT SIZING TABLE LOOP LEAD PAIRS 1 -4 6 -10 11- 1817 - 2223 -28 NUMBER AND SIZE SECTION OA SECTION 0 SECTION CO OF CONDUITS 1 - 2" 2 -Y 3 -Y 4 - 2" 3 - 3" 1 ADD 1/18" TO THE SAWCUT FOR IMSA 51 - 7 CONDUCTORS ADD 1/8" TO THE SAWCUT MATCH EXISTING © FOR IMSA 51 -7 CONDUCTORS EDGE OF PAVED SHOULDER (SHOWN) PAVING MATERIAL OR EDGE OF EXTRUDED CURB OR EDGE OF GUTTER PAN LOOP STUB-OUT SLEEVE (1/4" to 1/2" SAWCUT EXISTING E OR EDGE OF TRAFFIC BARRIER BELOW TOP OF ASPHALT) PAVEMENT (BOTH TRENCH WIDTH - SEE 1' - 0" APPROX. SIDES OF TRENCH) STD. SPEC. 8- 20.3(5) S JUNCTION FULL DEPTH ..1 LOOP LEAD -IN SAWCUT MIN. - 3" MAX. TOP OF EXISTING LOOP LEAD -IN WIRES SAWCUT �' SAND - 25 TWISTED PAIR 18' LEVEIJNO COURSE MATCH EXISTING ,. LOOP LEAD-IN WIRES PAVING MATERIAL ( � ___ \., AI - TWISTED PAIR OF NEW PAVEMENT v 'v\ ./ ` I I r � \ \ / N EXISTING , r \ �/ \ •, PAVEMENT \ \ p CONDO a \\ '\. *. �i4( ,.•. ■ R END BELL �l� s B � s y r . 6, BUSHING, SEAL WITH O � 61 WABy F' � / \� � ••• \ / \ / O / / \ \ ) 2 SH CAB LEAD -IN ? O - . 1 p 1 DUCT SEAL �� p 'C v ` r_MNI2••• : •i;•� ? < I CSTC. SAND F 16 CSTC, SAND 1 a v _ I OR CONTRO y 114 OR CONTROLLED GRAVEL PAD A to to O 1 DENSrfY FILL o y 29115 4kO R• 18 i C DENSITY FILL �%•:,• ;t . ..:*i N O c r 'I STg G \� T g . •... \ . �:••..d ~ i LEAD -IN SI ONAL 1 ' � 11 SEE PVC CONDUIT . e 1 `_ CONDUIT ,r\,� CONDUIT 1k1;/ R SIZING TABLE TO CABINET CONDUIT ��' ���- / r''•r'• � ►-_' '1—. rte! ` '� TO LOOP TO CONDUIT INDUCTION LOOP DETAILS sa MAXIMUM DISTANCE STANDARD PLAN J-50.1 5-00 r N SEE STUB -OUT CONDUIT PLACEMENT DETAILS SHEET 1 OF 3 SHEETS JUNCTION BOX PLACEMENT LEAD -IN CONDUIT SECTION APPROVED FOR PUBLICATION SEE NOTE 5 MAX. 50 FT POCKET SECTION Pasco Bakotich Ill 06 -03-11 SECTION OD SECTION OE � � "Te O�" ENGINEER D"re T Vhallingbn S t a l e Depame.d of 1 p IIo• MI — MN — — — — =— w MI MN OM ME s MN — — i LOOP INSTALLATION NOTES SPLICE PER STD. SPECS 8.28.12(2) 1. Install the Junction Box and the stub-out conduit with PVC sleeve. FOIL SHIELD WHRE Conduit for the loop stub-out shall be as required in the conduit CONDUCTOR PLASTIC MOLD OR HEAT size table shown on sheet 1 of this set. SHRINK TAPE 7F DRAIN WIRE SOLDERED COMPRESSION CONNECTION 2. out Lay loops and loop cracks/joints In road, - OFFSET FROM EACH OTHER (TYP.) when possible. Maintain 18' minimum clearance from manholes CABLE JACKET WIRE and valve boxes. � ■ ► " ' ,�ioo FROM LOOP DETECTOR LEAD /� 3. The opening around the loop stub shall be patched with matching CABLE zc(SH) � �` = .... 1 WI� paving material if opened larger than PVC sleeve + 2'. `� TO LOOP BLACK I r JUNCTION 4. Sawcut the loop slots and the lead -In slots. Wash/dry cuts. File * GROUND DRAIN WARE CONDUCTOR -TWO LAYERS VINYL . ;O : edges to remove burr of all saw-cuts Into stub out sleeve. 1" ELECTRICAL TAPE AT CONTROLLER Q _ ' X B O CABINET ONLY - 5. Lay out the loop wire starting at the Junction Box, allowing 5' minimum slack. SPLICE DETAIL 8. Install the wire In the loop slot as shown. _ "� CONDUIT 0 i SHOUL 7 Finish laying out the wire at the Junction Box and Identify the leads with the loop number, the "S" for start and the "F" for the finish, • the loop series number, and the loop lead -in conductor number. x b rc 8. Twist each pair of the lead -In wires a minimum of two times per foot SEE STUB - OUT CONDUIT a each foot, from the loop to the Junction Box. Reverse the direction PLACEMENT DETAILS, SHEET 3 O EDGE OF J LANE of the twist for each successive pair Installed. Seal loops/sewc uts. LOOP STUB SLEEVE - 9. Construct a supplemental splice containing any series loop connect- SEE STUB - OUT CONDUIT SEE NOTE 14 Ions In the adjacent junction box as required In the plans. Supplemental PLACEMENT DETAILS, SHEET 3 splices are subject to the same requirements shown for the loop lead -in 1? APPROx DETAIL "A" and the shielded cable splice. 1 10. Splice the loop lead -ins to the shielded cable as noted In the Contract. FILL WITH SEALANT All loop circuits shall be tested per Standard Specifications (PER CONTRACT OR AS 17 SAWCUTS _ LEAD IN 8- 20.3(14)D once Installation Is complete. APPROVED BY THE ENGINEER) 2 _ CONDUIT 1M SAWCUT )O AS REQUIRED 1 2. Existing stubouts shall be upgraded as necessary to conform ��\\ \ / to the conduit size table on sheet 1 ' r = f TO LOOPS \` „ „ be 13. All loop lead-in 1 omcuts to lane edge a shall TO JUNCTION BOX SAW CUE EXISTING PAVEMENT at least 12' from edge of f pavement ent and within f (WIDTH EQUAL TO STUBOUi SIX Inches outside of lane a Or fog line when SLEEVE DIAMETER PLUS 7) a possible. Maintain 12" separation EDGE OF PAVED SHOULDER, parallel cuts orjolnts. o E OR BARRIER, OR EDGE C. e OF GUTTER PAN MATCH EXISTING 14. The loop stub -out sleeve shall have Nos e t PAVING MATERIAL an inside diameter 1" larger than �0 �.��. 01 WASgi F >, e SOFT POCKET (WIDTH EQUAL TO © JUNCTION the outside diameter of the 4". t !flit STUBOUT SLEEVE DIAMETER PLUS 21 , " "_ _ . " ", BOX End Bell Bushing, Plug conduit Q IN # l P O and fill sleeve with sand until) _ N e ' • CONDUIT OR . ." loops are Installed to keep A / Q' i END BELL BUSHING . . out Ho t Asphalt during P O A ,y s s QO �� 8 8 PLAN ( �� CONDUIT ' Paving operations. R e cc s T8 N�' s < 0 SAWCUT AND CONDUIT CONNECTION b a E DGE OF s / ONA L VS' 3 i o SHOULDER 0 ihil • INDUCTION LOOP DETAILS SEE STU-OUT CONDUIT EDGE OF i 1131 PLACEMENT DETAILS, SHEET 3 LANE —"11111111 11..4- SAWOUrs STANDARD PLAN J- 50.15 -00 SHEET 2 OF 3 SHEETS APPROVED FOR PUBLICATION DETAIL "B^ Pasco Bakotich 111 06 -03-11 CC _ ATE DEEMEXIGEER DATE T wmnlND.n sw. D.pI .,d of hansporlallon = ! NM = N M MN N E - OM I ! - i MN - MN IMII GUARDRAIL WITH POST It AND BLOCK CEMENT CONCRETE CURB OR GUTTER SIDEWALK SEE STANDARD PLAN F-10.12 CEMENT CONCRETE CURB OR GUTTER 17 1 LOOP STUB-OUT SLEEVE (1/4' TO 12' SEE STANDARD PLAN F70.12 111111 . ° 1 BELOW TOP OF PAVEMENT) 1Y LOOP STOUT SLEEVE P TO 1/Y D I" ...4 BELOW TOP OP OF PAVEMENT) D :D�� I ' D . D li P l I LEAD -IN CONDUIT SHALL EXTENDA MINIMUM OF 3/4' INTO PAVEMENT II (PAVEMENT DEPTH VARIES) i LEAD-IN CONDUIT SHALL EXTENDA CONDUIT SECURED INTO 1 MINIMUM OF 3/4' INTO PAVEMENT (PAVEMENT DEPTH VARIES) ROAD SURFACE (TYP.) CONDUIT SECURED INTO N j N ROAD SURFACE (TYP.) TO JUNCTION BOX TO JUNCTION BOX __ STUB-OUT DETAIL WITH CEMENT CONCRETE CURB OR GUTTER STUB -OUT DETAIL WITH GUARDRAIL AND CURB CEMENT CONCRETE BARRIER - SINGLE SLOPE BARRIER SHOWN SEE CONTRACT PLANS FOR SIZE AND TYPE ' p�Z * p wAsy 4 j: IP 1 0 1 1 EDGE OF PAVED 1Y ..I LOOP STUB -OUT SLEEVE (1/4' TO 1/1' 1Y LOOP STUB-OUT SLEEVE (1 / 4' TO 1/ d - 1 ! 1 SHOULDER BELOW TOP OF PAVEMENT) BELOW TOP OF PAVEMENT) .o , F i. ` : _ ,, 0 0,5 � e CISTE` , 1 LEAD -IN CONDUIT SHALL EXTEND A LEAD -IN CONDUIT SHALL EXTEND A Y S $ a Y MINIMUM OF 3/4' INTO PAVEMENT 1 1 MINIMUM OF 3/4' INTO PAVEMENT (PAVEMENT DEPTH VARIES) (PAVEMENT DEPTH VARIES) CONDUIT SECURED INTO 'v CONDUIT SECURED INTO INDUCTION LOOP DETAILS ROAD SURFACE (.YR.) a ROAD SURFACE (TYP.) STANDARD PLAN J- 50.15 -00 SHEET 3 OF 3 SHEETS TO JUNCTION BOX TO JUNCTION BOX APPROVED FOR PUBUCATION imilumJ Pasco Bakotich 111 08 -03-11 STUB -OUT DETAIL STUB-OUT DETAIL WITH °r "reomaMOOO�n DAM CONDUIT PLACEMENT DETAILS Washinglen Stale Dvartmrn.T ttmupenexm WITH ROADWAY CEMENT CONCRETE BARRIER 1 � Viley ' LV ro4kli11 t3t" �.erww.nlva �-- ' I 'wMOw1 ni.d� I - r I —. — -_ _ ! 111 . ■ a a � - I W s t V a I ley middle -- ! hIcad ouk — i . _ s MO 1 - - � — ,ure 1 4 Pz lo rQ LC: :. -1 _— S c h ool : --- 1 .__ .; , i_ ., . i.,..,; WI* ' aa�. : N 72 Ave & Mead Ave Signalization 1 . - 1 _ — - - ► _ Zier Road Sidewaik Improvements +A vF •- - - _ahr I - •- -- { - E 1 Wilke W I s y of Yakima Project No. 2380 Ai r ' I City j I I I — tatter Da/ a .. StMttt . + r i :- — _ _ . _ ~ ' 2 a - — Federal Aid No. SRTS - 4711(004) i r I � 1 -W 414b1-- ^ 'WO L . _ • - 1 ' PROJECT 1 T � RE SHEET INDEX - — � r e , Station Limits � T 1 _ �,,. — L _ - _ Sheet From To Description FT I ( :. �., J ; ___i Cover Sheet / Vicinity Map 1 - F -, I L.-�7 1 10 +00 15 +00 Zier Road Sidewalk i s I __ern. S) , 1 n r— �er� I 111 i I — ' 2 15+00 End Zier Road Sidewalk - . `° �_ } I l I ; I • < I� ; \ < 3 7 +00 11 +10 Intersection Plan i —7_ — t _ - _ `,; 4 11 +10 End Intersection Plan i t I 1 - - 5 Traffic Signal Plan i i - - r - I ; -- � 6 Signal Construction Notes • _ I { �? =I 7 Signal Pole Assemblies - „ y 1 i- I 8 Signal Pole Elevations - - - ) - T ^ j— -,- l - 1 - I _ I 9 Wiring Diagrams I 9.n_ t —” '" "' " °'""'" - "—" ' 10 Legend Phasing Diagram 11 Striping Plan I VIC INITY MAP NOT TO SCALE 1 I PLAN DISCLAIMER UNDERGROUND FEATURES SHOWN HEREON REPRESENT gE R s E H F 1 / C 1. `i i,,, A. ,) ") •, � ;, ; * - ,. BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL , U ` 1` RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR \ / r 1 IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL - T I� , UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL / . ' '� EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO Know what's below. °. �'!r•tsltK0 �'4 ' I ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE Call before you dig. � , °, ►• k` 1/4N 1 t1, ` "4 ,. ' _ NUMBER LOCATOR SERVICE: 1-800-553-4344 ��.�, w v% July 2015 1 ' / N 1 CONSTRUCTION NOTES LEGEND � c 1 j 1 O MAILBOX SUPPORT, TYPE 1 1 O i W E co '> 0 17 DEPTH GRIND & OVERLAY AREA .� / © MAILBOX SUPPORT, TYPE 2 I I ° i 1 MATCH EXISTING DRIVEWAY WIDENING SECTIONI E o / / = / ///// 1 0 RELOCATE EX. SPRINKLER HEAD AS NECESSARY NEW CURB I CV CD ®... / 1 O & C j 1 © ADJUST TO GRADE ' - L 8 N o Z1 y j NEW CEMENT CONC SIDEWALK m _ - \ — Ot. R — ARBORNTA — — .` ............ .. 1 C £ — ARBORNTAE "" —"' -- —� 15 ar ARBORNTAE ARBORMTAE E%. R/W -- -- EC R — W }, • � = B 1 O Nm RAl a e 30 e - — } Errol ARBORNTAE ____________ _ - ASNNT 1 ; . N --— —. MON - - - ----- O pier, Road 13 0 0„...9: __ _ ___ I \ \._ ij\\119 ' b 1 �- - 14 O 1 �` 1 I AP 10+93.16 (19.14"T.) ,� AP 12 +08 03 (13.50' S 8915'00' E -�— -- at 1 $ S�t� I {- P >:7'7i.1C1 •I ...,.... ;..:.....: ... ::/ ^SC ..:..::.it-':?' 4 # - t �I '-' W ... ef _ .. L ® .� x a >_ R W A :11 I Wv . ' w N w ., (n —_ LAWN �... - \`. -- ^ � ' — � F R �1Y � \ I mo ' ^ --' - -' # 1 10+53.15 ( 4 RT.) O I LAWN y LAWN 1 ` CONC. I J CONC. 3 LAWN �I w `,.. 5 � �� / C3 MATCH E X. C URB' \ D P B CONC. 0 W F7�Dp Ilm. ar , i �p� �yym. ASPHALT I DWY IEtI NCR UUM'' Z > 1 ) I tI / �� g I OW © DWY DWY a) cNi li ,\ . • o c0 CV I _ / / 9J / 73 74 / 04 o / 04 02 — > I a L m j o 1 I 1 i - 1 I I / r -� „c' 2 • • • • • • • • • • • • • • • • II II R is } • EX. Zip ROAD 7 o -C-1-3 L� 1.( U • • I 1200 + + • d '1 ;, 120 • \ TI µ d a l it it 1200 m o • - A 76 .5: ' ± °� + EM d� � � of w � _ • cst X6. 69$: N� II NN it.; d • ►AY U H II II n c c F I 1190 H as + d • • • � �� a � * u . ,; � 1190 12 • • • • TBC STA. =10 +96.40 EL;= 1194.05 - 6.0 c., ' • .4'1 a CONNECT TO EX ' m n A II n n 0' i1 • • TBC STA.= 10+90.59 EL = 1194.80 - . v ~ i y • : 't' d d 7 w ca c - • — ... : _� $T RCP • A rfi °' . • . ... .. �� a c N . � -1-4.3 -\ 5 • 0 N • INV. 11 • . :77..96 r j A 4 a ,. . a o I ,e E R Sy 18C ST A. , 10 +53.15 EL= 1197.33 ,_ _ ` _ _ : ` , n • n o i > x\„; W ,� LATCH EX. CURB & GUTTER - -5.6 585 tF - 12' HDPE �n d d „; (n • 11 ~ AS `�� - _ �n` z• -- . _ 1 AY QmoS Fr v v n oo °f ti 4 .* • EX. GRADE AT NEW TBC coN- o R w _ 0 : GRADE n _ . EX . A T. .. 4 o I w 1180 to ,. _ 1 , n • .. . A .wf `• _ � �,�_ 0 0 NEW TBC • v w 11 n " Z' I •• � ; `z G '5 _ o a) rti • CB - TYPE t SCUD LID ' �_ t MAY v v = 3 �@ - G,_ 1 .?29.85IF..I � .. :.f W U 2 a • � S �oNaL } STA. 13+18:85 10. RT. S"40167 H ° • • • I RIM EL= 1180.85 RIM FL= 1180.45 -4 32.$ _ a oz$ ° o IE 12' EX. CONC. RCP IN (Wp 1177.98 IE 12' HDFE IN (s» 1j77.79 ����► — c o • • 1170 IE 12' HDPE OUT (N) 1177.36 1 HD E 1 9 1170 V0'3' bi .. : • g ct g z . a 12 .... •N R co co 8 'A v M , ocho r4 c° m ^ " . o ^ Y OUT ( o :2 8 '8 N c°,5)5 d i io .eg Z `Z..,2 'A Lo g d a`_i co b i O O • O O : 13, 0 co ^ CO M C _ 0 00 c0 ^ n ^ t0 ' u s ^ M '^ CV ^ CV ^ d CV N 0, N. • 11 +00 12 +00 13 +00 14 +00 15 +00 1 I 11 1 CONSTRUCTION NOTES ,`. c I N 0 N I 0 MAILBOX SUPPORT, TYPE 1 `\ ' \ w E © MAILBOX SUPPORT, TYPE 2 `N i .5 CII 1 0 MATCH EXISTING DRIVEWAY \ - Y S 0 RELOCATE EX. SPRINKLER HEAD AS NECESSARY 1 LEGEND >- e 1 0 ADJUST TO GRADE 4- � / CL? I ( ♦♦ N O d W -- R/w - ARBO �TrI�A - _ 1 __ 1 I 0 IDE DEPTH NING SECTION D & �' E ARBORNTAE W .......... EW RB — = co 0 Q [ p1O1 --' a CPC SEEM, U W N Y rn N N CU &GRIGUTTER OVERLAY AREA 6 Z ier Road ��'"""� I INI C - AP 15+23.03 (13.50'RT.) 0 - - - 17 30 , g V� 18 +60.04 F 1 NEW CEMENT CONC. SIDEWALK ��° °��s I + o H____ S 8975'00 E - ' — �� 16 +40.05 (19.13'RT.) — + -- - FNO MON '' � � , ALUM. CAP �� - 5 s 30• E L= 1160.61 --s _ _ _ s s s s s � s LAWN W C � - - E ]L R ! ..wnwi ..... -_ - IX. R - IX fl W CON C. g CC. N Z r ON I Q ' WALK 90OI �1LL A3 I�IRII AT BAOf v>mAMt © �- �� ASPHALT 1 C . DWY �:.. a �ew� wo —, so N CV E ti O o 0 co , \ / 1 sow O . - o N / \ L o j o I I F • • N >> • • • • • • • b II co CO LL ..?_-.• M d ;, I ] Cn • 1180 • dd . • cn n A 1 1 n 2 . d 1 d T : : W n c� o • I .... ca v~i.y d �. IV • • • • 1170 _ 4.?sz —4.2 0. N W 1170 o Ji 1 ; �3:93� " c., EX'.• q 'ZIER'ROAD • • • • • • '�Ar -4 .53 a • • co - __'2'.2^OIYC0.VG`ORNNPIP_- _ __ ' • U I D ' H STA15+48.30 1214 RE CONNECT TO EX 12' RCP ' _ N RIM EL _ _ - _ — — _ — _ — — • Y = 1189.81 STA 15 +7{8.88 1 -- -- -,--- • • . 1160 IE 12' HDPe IN ((W)= 1187.20 INV. EL 1167.04 — — _ _ _ 6 E R S Z IE 'Tr HDPE: OUT• (04107:20 c8• • •-• TYPE 4:SOUD •LID • EX. GRADE AT • - �,' ,,BE ,/ "A � ..,c• , • 1160 I STA 5+48.24 17.58 RT. NEW - • RIM E1= 1170.14' ' _ !: • = IE »1187.10 7. + 1 3 w • • IE 1Y..RVC .OUT .(E)=1167.04 • .... �� " 1 1 a� • • _ _ 1, SW OT u) 1150 • • • 1150 • • n n ^ (�D O^ (�O co t ^ O t 0 CO . • • • • 15 +00 16 +00 17 +00 18 +00 2 1 N, 11 ., 1 , t E y GC � I 4 CURB RETURN DATA o CA I -Is y PC 4 +34.00 (18.64' LT.) 1164.19 . • • mial -x1 V 4 ! MC 1164.25 •5 8 ° t 'i i': I " j i ' � v f o• 0000• •Oi •ODOODi i ii• ! 63 6U) I i c- > • • rrr • • ' • ••4 14, ♦•', gg � il � I © // •❖�•�� 7• \ gigki Ao `9 I P A IR K I N IG W W : I / ' • 0000 • ! �:�•:i -• e.�ti � � 1 9.: (38.86'LT. W . , a i • 4 < • - 1 10 + 4 5 . 3 8 (3 I � ARBORVITAE ARBORVITAE . • •••••• •'s7 b'� SHRUB ii (1) •:( •�r�;e:nt,3.itu•Lii�nL ; •• -•-•--•-••• - , •�, f r ..W _.- ., - -- - -- 9 ��'► •♦ • 1�•�• - g�S�i�� ' � �7?i ISM e. ,XINf. Sp : � ' . - - - -a , .. - _. .. ,,.� _.. E %. CONC. SIDEWA LK I _,.-till `�:�it ►•♦ ♦ •• � • ••••••••••• ��� N ♦ ••••• • ••• • • • •••••••••••••♦ • ••••••••••' ♦•••••••••♦ ♦••••••••••••••••♦ ••• ♦ •♦ ♦• • -• • � •• • � ♦ � • �TMN (.77� r••• r•••• • • • • • •• • • • • • • • • • • - ♦ - •• • •••• • •• ... ♦• • ♦•••♦ ••••••-.- •• .may ••� {- J�(� • ••••••••••• ••••• •••• •••••••••• ._. FO FO • FO �. a •••••• • ��y�• .F,'0 , �•�•�f 0 FO ��� •I , •• • • O O O •i i iiiiiiiiiiiiii••iiiiiiiiiiiiii 4 07 • i •� iiS �'O c • iii .•iiiiiiiii •�•i •i0•iiiiiiiiiiiiii•• • ••••• ± o • 7 � • �•�• a ••�•�•�•p�•�•�•�•�•�•�•�•� 7>Zn 1 6 e � • • ,,�i��� 41. •���� •i�►••.A •i• Wiii♦ iiiiiiiii • i • • . vi--• � > ►� %i .ice oMo • • _F__ •�•�• • •�•�•�•�•�•�•�•�•�•�•�•�•�• • •.• •.• X005004r E •. • • � • �? • • • � • � • � • � • � • � ii ii . • • • • • i • • „• ii iiiiiiiiiii iiiii °;,ri10 .:l' r••••••••••• • • O• • • •O• • . •00•• `W a`OD • • i ii• � i � i � Q ° o N •iii ► • •••••••••••• i � • � � i�••�•�•�•�•�•�•�•�•�•�•� i � • �•�• •O � •�•�•�•� •�•�•�•�•�•�Oii • • ii � • • • • • • • • • •• ••� • • •• � •••• ••••••••••••••••••••••••••••••• . . . •• •• *: riiii••iiir cn E:.— z » Bpi, x EW IRB ♦ ♦ ••••••••••♦ •• I ' i•••• •• ••• •••• • ii♦ •iir •• ••� •i ♦ •iiii i iiii • ••••i ii r x u • iiiii • •• iiiiiiiiiiiiiiiii• — i lA • ► <. • • i +8 95 :30:5:R3.. •• ii• •iii• ' ® •i ii ii • m iiii iiiiiii iiii• i iii iiii i i• • iiiii• i iii••••iiiiiiiiiiii W 0 U' a) W 7440 33 k25.9�3' • 8 x+x 4 (, „ ) . ••• •• ••roi•p•�•8 O 4 •• • O r • • 000 •riiri•••••Ori• •r00 00000000 Olt. ••• OOr © ODOR •ODOODODOOO " o • _ •� C s • ' • Oii•Dii •�i• •ii0 ii�'� • iii �i••bii0•�• • %i•� %i•%• �• % % % %� �i %i ►• i %i. � % % % % 4 • Y ° • % %•� ••ip� � % c� Q ' _ l �G ••••.••� • i • •���• �•��• • �•�•�• • � : A �•�• ►�• _ .�•••j• Jo ,s,,,,, ►r••r•••• •••••••• •��•�•��•�•�•� •� �•A . •�•�•� — cB — p 1 � a� ®��� r•••jrrrrrrrrr `r , r• - 1= � NE - ® /. ®;z� —�e •�••••••••••••♦ ♦♦ is p CO -a P I xc T RZ�YC�S(_ - - -b""11-''''''''''''........5 _ � • .•��•�•�•� •••• •♦ P —osP Q Ca 1. aligisW DRIVEWAY 0 RELOCATE STREET LT. TO � •'°"� ii• • • •i i CO U 0 0 BACK OF SIDEWALK��� ► re • • � •��� , " — — — — c� — N STA. 7 +68.8 ♦♦ o•. / 1 CONSTRUCTION NOTES \ • •• N STA. 8 +92.8 (38.5 RT.) • O. • p• I ' 00r••O 00 4 "` . ❖r. ❖..o• •4 / O REMOVE AND REPLACE WITH NEW CONC TRAFFIC ` \ � � i IN �•�•�•�•�• •�O • — I I CURB IN EXISTING LOCATION. \ © \ I v �• �•••0.►•• o I ° to 20 CONSTRUCT PARALLEL CURB RAMP 7114 o Z �•�•�• cp 3 NEW ASPHALT PAVEMENT SECTION c n ►•r•00• \ w " [ .. •i " I ( as ' 4O NEW CEMENT CONC TRAFFIC CURB AS SHOWN I7 I I - o = NEW \ AI i —gin m 1 1 I e- O TRAFFIC SIGNAL POLE ' LEGEND CURB RETURN DATA CURB RETURN DATA co PC 9 +45.22 (30.5' RT.) 1164.24 PC 5 +64.11 (18.2' LT.) 1163.45 ° 6 INSTALL NEW TYPE 1 CATCH BASIN. GE = 1163.35 0.17 DEPTH GRIND MC 1163.92 MC 1164.30 0 0 INSTALL SOLID LID FRAME &GRATE ON EXISTINGXI &OVERLAY AREA PT 5 +67.14 (18.13' RT.) 1163.37 $ �� PT 10 +51.49 (30.5' RT.) 1164.65 ' ca CB CONNECT NEW CB TO EX. WITH 3' 12" HDPE R = 35.0' L = 56.15' � � e � i o STORM DRAIN PIPE. I_ WIDENING SECTION of R = 35.0 L = 54.04 T = 36.19 A = 91 , 4 :P T = 34.08' = 88'28'13" '0 REMOVE & RESET EX. 4' CHAIN LINK FENCE AND NEW CURB &GUTTER METAL GATE. • I: ) NEW CEMENT CONC. SIDEWALK .�F SS,3 1 % 11 1 , J L [ 1 _, 0 cL ,s5 i 1._ -,.-1p/ c • 1 0 as 3 1 1 1 1 1 1 1! f 1 z E o Y f 1 1 1 1 OS co I U U 1 1 I 1 I •C Li c CONSTRUCTION NOTES O(1) m O REMOVE AND REPLACE WITH NEW CONC. TRAFFIC c `; > I ) 8 CURB IN EXISTING LOCATION. = c = E 1 � ' � N M I I I I 1 1 ! 1 1 I f y} V W ' I I I I 1 1 Y PARKING LOT ® CONSTRUCT PARALLEL CURB RAMP id LOIT ! 1 PARKING LOT ! QlAA• 1 , • ,in .,.. ; _ _ I .. . . ` h ,.� ∎ �� 1 —OP— _ — � _ _ O3 NEW ASPHALT PAVEMENT SECTION 4'0• . i 1 I ! - o. W fie . €6 �.� + � - -- � ;.,.�� ~ / one— . \ _ -0xx — ±��a1�w_ . � �. D � 1 � so - -- �p � � .. O SD l> SD SD , • .,- EX. CONC. SIDEWALK SDMH ® NEW CEMENT CONC TRAFFIC CURB AS SHOWN .¢ 1 ION ♦♦+♦♦♦♦ ♦♦♦ \ ,.�+�� ♦ ♦ ♦ ♦ �!i ♦ + + + ♦ !i + ♦ + i�i ? +: ♦ i ♦ i! + i + i. O ♦♦♦ �- `♦ ♦�i �i i + + ►�♦�` + +� + �. ■ i w w w w ® NEW TRAFFIC SIGNAL POLE r • • Fo FO FO FO FO FO FO + +� +♦♦♦ ♦ ♦ + ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ + + + + + + + ; + ♦ Vara i +i +i ♦i +i ♦i ♦i i♦ i �i♦ i♦ i♦ i♦ i +i ♦i ♦i ♦i ♦i ♦i ♦i +i +i +i +i +i +i +i +i ♦i + 13 O • �►enue ® INSTALL NEW TYPE 1 CATCH BASIN. GE = 1163.35 INSTALL SOLID LID FRAME & GRATE ON EXISTING • H �i + + i +i +i +i i +i♦ + • + i♦ i+ i♦ i♦ i♦ i+ i♦ i+ i+ i♦ i♦ i♦ i♦ i♦ i ♦Oi ♦i +i +i +i +i +i +i ♦i ♦i +i +i +i + + ♦ – – — �— — N oro E CB. CONNECT NEW C B TO EX. WITH 3' 12" H DP E E N coo N +i +i +i ♦i +i+ ♦ ♦ 1. � i♦ i♦ i+ i♦ i♦ i♦ i♦ i♦ i♦ i♦ i♦ i♦ i♦ i♦ i♦ i♦ i♦ i ♦i ♦i ♦Oi ♦i ♦i ♦i ♦i ♦i ♦i ♦i ♦Oi ♦i ♦i +i o — o (-NJ W ♦� ♦� ♦� ♦� +Z ' ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ + � M1 ♦ ' �1�' ♦� +� ♦�8 +� +� ♦� ♦� ♦� ♦� ♦� +� ♦ MATCH EXISTING CURB STORM DRAIN PIPE o Z ♦ ♦ i i i i ii x ♦ ' �G� 0:. 0 + '� ♦ + ♦ + ♦ + ♦ + ♦ + + + + + ++ + + + + ♦ + ♦ + ♦+ ♦+ eL ,_ o ♦♦♦♦♦ ♦ ♦♦♦ ♦♦♦♦♦♦++♦♦♦♦♦++ 12 +32.70 (25.47 RT.) – z ♦+ ♦+ ++ ++ ♦+ y .: ♦ ♦ � ♦ IBC 1 64:(5 + + ♦ � ♦ � ♦ � ♦ + ♦ � + � + � + � + + ♦ � + � + � + � ♦ + ♦ i 1 _ cn � :+��,Ard., +++.+.+:+.+.+:++:+.+.+.+.+:+:+:+ :+:+:+:+3:+:+:+:+�+�+: +5� +: +:+� TBC EL. =1 64.30 > a) v a�i i. ®�®i..— _ �Q o i. 1 L Q :. o 2 i WM '' �� -- T T — T T T -- — -- -- Z C 1 • "P PT 11 +59.19 (29.68'RT.) ` — CO 06 rcs TBC EL= 1164.49 V 0 �, - o RELOCATE STREET LT. TO p Q L . BACK OF SIDEWALK \\ \ v 1 STA. 11 +20 (38.5' RT.) \ b a ti e 1 7110 LEGEND I �� 0 17 DEPTH GRIND it) O) 1 & OVERLAY AREA ct M 0 O , _ — C ,7J U ii \ \ ., =_ WIDENING SECTION w o , 112, !I 1 NEW CURB & GUTTER I I NEW CEMENT CONC. SIDEWALK 1 1- -z- s gER.s as `� or *4Lg CL w ' , k• T = o o O 1 :P. N Q O {Q7 � o i G o a C cl) 4 1 11 , 1 T — — I I 1 1401 o N CO Valley West Avenue y R R R R- jRc i o ' G GAS GAS GAS Q C o) � - -- -- 1 .0 b C \\\\\\ 1 Z �'n w \9 4. et Q i O m — 1r— ..L —,' t9'— ttc h t C t Go ! C i ___..1!1! ..t%t4 ts..a•raD�.) 6 CD V LL3 �> � I \ 1503 i)° tr I 1501 9 I I BUS STOP UP > Al II 41107 ff. , = R a—! I 'SEE WIRING DIAGRAMS ON SHEET # 9 FOR THE 1 i , i I I 1 1 I I i FOUR TYPE -3 &TWO TYPE -1 SIGNAL POLES. _ ® 3w 1 ti I i I ! I // ` I I Ai .. • • q e f i6� C f � i i I I I I I I ! a) 0 II 11 / �- 1 , Z ' I PAIRKINiG L01T PARKING SLOT co O LI I• • 7 / _ %Vic- 40 I I ! I ! I I > 00 ■ 1 - ARBORVITAE lee `` {/ yI. . .. , ���� -- - ' .,. 1 - - •... - 1 - = CO _ aw �5. rTU s- CV - '- -- - -i %1 �' % ® no 1 a ..t, __ -- �� . ` _ _ mil '�� 7R . Q T-- ‘. . � 0 Y\ ei NC L �Y lam. `L © \ J� J - Z © CAS 7� �GL���i. y am co C , I �� -CAS I �- S• 72nd Avenue 11' I \CAS .,,,__AP tiPmEiPA � ��' „-I- '$ GAS U O 112 i FO APB FO FO g � $ FO F A FO FO FO 1- FO FO .E FO FO FO FO FO FO FO — FO — > a E Lo d-th RoIIfM • CC Q -- - Loops 3 J , © ® ® S. 72nd Avenue , 2 ff�_ I 1 0 , ®� - - ,. '°31 En P (t2' ) m n); _ � F" ® t0' �I�_ - . . - - - 9+ (115 ' t t i J ' 0 0 gi ll 1 L31 ti k® ii. r CV ______ Alfs 1 Y" 1143" • i 4 "I a + � Ca P .............. .,. ,.,.,. ,.. «., :: ice ° ,d am ...as . .. ... . .. .... _ .._. .T:.... n ib T I atlP:.> ., , . - - -- —� +� ,�8��� �: fail Ibl '� 4X.� �F' :T . _T T T ... ...... • `�� s -- - TZ3 as .C1 .D , PLC, m O v 0 : qr UP H Lt u) J co Loop VVIre cm Ili II X 11 1111C 4 * / 4 .., _______ I 1 . 2 ii / \ 0) § N U -__■■-=_, ----r1)11-116 Li o al z t i I _ , pa I 7114 �� �� a , ��I� r �o I \ 7110 CL ■1INl11•1 C 0 E R ' Il g Dam 6 P .\\ • ....\ \ 0.) o - J 2` S /ONA4 b. I� p ly - I - % 11 1 I SIGNAL POLE REFERENCE NOTE 43 CO EXISTING NEW N PVC NEW MULTI - CONDUCTOR CONDUIT SCHEDULE _ CONDUIT PVC CONDUITS CONDUITS CABLES: VEHICLE & PED FROM WSOURCE , P1 V ID 0 --THESE SIGNAL POLES CONSIST OF (FOUR EXISTING) TYPE -3 (III) SIGNAL STANDARD RUN (# OF per SIZE) (# OF per SIZE) SIGNAL & PED P- BUTTON TO NEW SVC on LOOP- OPitCOM 03 • 5 ASSEMBLIES. EACH ASSEMBLY INCLUDES A SIGNAL POLE THAT HAS MATCHING MAST ARMS &LUMINAIRE //,��� ®_ (EMPTY) I� = (SPARE) (CONDUCTOR 'CON.' SEE GEN.NOTE NEWCA POWER TG HOME N CARE TO TO 0 ARMS, AS WELL AS ATTACHMENT PLATES, BOLT- HOLES, WELDED TENONS, AND ALL OTHER REQUIRED / +* 3" ' — 2" 3" NEW NEW PPB- NEW 11 FROM 4 LED UGHTS To CABINET Per Y# l(aom) 2 1 2" 3 2" 2 3 16 CON. 5 CON. 2 CON. (2C(SH) CABLE) EETEEMRS ANTENNA E E m HARDWARE. THE FOUR SIGNAL STANDARDS ARE IN STOCK AT THE CITY OF YAKIMA, DEPT OF PUBLIC WORKS, Q Q 3 6 6 1 t#10G 20 4 1 . 0 TRAFFIC SIGNAL SHOP, AT 2301 FRUITVALE BLVD., YAKIMA, WA, 98902. THE CONTRACTOR SHALL CONTACT ® 1 Q 2 1 6 6 2 - L v o 1 #1OG 20 4 1 .� CD DOUG METZ, SIGNAL SUPERVISOR, OR JOE ROSENLUND, STREETS & TRAFFIC OPERATIONS MANAGER, ® 1 1 1 1 1 C r; ® AT THIS LOCATION- TO SCHEDULE EQUIPMENT INVENTORY & PICK -UP (FOR SIGNAL -SITE DELIVERY ) 2 10 2 1 2 2 1-#12G 10 1 , ,5, z d I CONSTRUCTION NOTES ® ® 2 6 U W N 1 2 1 3 3 2 4-#10 O THE CONTRACTOR SHALL INSTALL A NEW UNISTRUT -MOUNT MULTI- PANEL/BOX ELECTRICAL SERVICE (SEE PROJECT DETAIL & SPECIAL PROVISIONS.) O 1 #10G 1 #12G 10 2 1 ® CON pF . 1 1 1 1 -#12G 1 Foy ° THE CRETE CONTRABASE (PCTOR SHALL EDESTAL), INSTALL, WITH ON A THE CONCRETE C NW CORNER (ADJACENT TAPRON O MEAD AVE.), A OUT NEW EMA T D- DO OR P+ STSIDE YLE, 36" SIGNAL AND CONTROLLER EXTENDING THE CABIFULL W NET ON AISED E ® �� G FROM N IDTH A R T H ® O 2 4 CABINET (ALSO, SEE PROJECT DETAIL AND SPECIAL PROVISIONS). THE CONTRACTOR SHALL PLACE THE CABINET AT THE APPROXIMATE ANGLE OF ORIENTATION 0 AS SHOWN ON THE PLAN SHEET (IE. DOOR SIDE FACES APPROX- NORTH) O THE CONTRACTOR SHALL INSTALL A NEW IN- PAVEMENT INDUCTION LOOP SYSTEM FOR VEHICLE DETECTION. IT SHALL INCLUDE CIRCULAR LOOP- DETECTOR 246 6410 3 DESIGN, TWISTED PAIR WIRING, PAVEMENT SAW CUTTING, WIRE SPLICING WITH LABELS, CONDUITS & JUNCTION BOXES. THE CONTRACTOR SHALL REFER TO THE ® O 2 1 1 1 2 1 410G 1 #12G 6 1 1 WSDOT STANDARD PLANS J- 50,12 -00 & J- 50.15, AND THE APPLICABLE PLAN DIAGRAMS, WHICH REVISE AND /OR AUGMENT THE APPLICABLE PARTS OF THE 1 2 1 2 46 8410 STANDARD PLANS. 1 O 1410G 14126 I O 4 THE CONTRACTOR SHALL INSTALL A NEW TYPE 1- EQUIVALENT JUNCTION BOX (SEE SPECS). ,(® O 1 1 2410 1412G 6 1 1 C co - 0 2 6 i.76 E 4 O THE CONTRACTOR SHALL INSTALL A NEW TYPE 2- EQUIVALENT JUNCTION BOX (SEE SPECS). p I •® > . N o0 © THE CONTRACTOR SHALL INSTALL A NEW TYPE 3- EQUIVALENT JUNCTION BOX (SEE SPECS). 4 1 2410 Q S N O THE CONTRACTOR SHALL REPLACE AN EXISTING (IRON LID) JUNCTION BOX WITH A NEW TYPE 2- EQUIVALENT JUNCTION BOX (SEE SPECS). / •{ I J 2 \ O 2 1 1 1 1 #126 1 1 Z I ! ® 10 1 1 1 1 2410 12G 1 1 c . a) ® THE CONTRACTOR SHALL REPLACE AN EXISTING (IRON LID) JUNCTION BOX WITH A NEW TYPE 3- EQUIVALENT JUNCTION BOX (SEE SPECS). °� 1 U_ - O THE CONTRACTOR SHALL INSTALL A NEW TYPE 1- EQUIVALENT JUNCTION BOX, FOR INDUCTION LOOP WIRE CONDUITS. (SEE SPECS). 2 410 > Z ® 1Q 1Q 2 2 2 1 #12G 4 1 cn Y I 10 THE CONTRACTOR SHALL INSTALL A NEW "YAGI" RADIO- INTERCONNECT ANTENNA- MOUNTED SIDE -OF -POLE #2, LOCATED JUST BELOW LUMINAIRE ARM •A 1 o2f ATTACHMENT PLATE, WITH FINAL ANTENNA ORIENTATION DIRECTION CHECKED & APPROVED BY THE CITY TRAFFIC ENGINEER OR HIS APPOINTED DESIGNEE. a) O) 0 11 AT THE APPLICABLE POINTS DURING THE SIGNAL INSTALLATION, THE CONTRACTOR SHALL REMOVE THE FOUR (4) EXISTING UNISTRUT POST- MOUNTED SIGNS AS A 0 2 1 2 2 2410 > 1 412G 4 1 Q w I FOLLOWS. TWO OF THE FOUR = "SCHOOL XING" SIGNS W/ ARROWS- ON THE NW & SE CORNERS OF 72ND AVE. & MEAD AVE., AND, TWO= "STOP" SIGNS- ONE ON /� O 1 1 1 1 > - U THE NE CORNER (FACING EAST) & ONE ON THE SW CORNER (FACING WEST), OF 72ND AVE. & MEAD AVE. (IN COORDINATION WITH THE CONTRACTORS WORK /� �� C SCHEDULE, THE CITY SIGN SHOP SHALL PERMANENTLY REINSTALL THE TWO "SCHOOL XING" ASSEMBLIES RELATIVE TO THE NEW FINAL INTERSECTION /� -0 CROSSWALK LOCATIONS.) ® O 1 1 1 1 2 G 1 ~ I 12 THE CONTRACTOR SHALL INSTALL FOUR (4) NEW STREET NAME SIGNS, MAST -ARM MOUNTED AS SHOWN ON THE PLANS. SIGN NAMES & LOCATIONS AS FOLLOWS. TWO (2): " W MEAD AVE" - ON NE & SW CORNER POLE- MAST ARMS. TWO (2): "S 72ND AVE" - ON NW & SE CORNER POLE- MAST ARMS. THE STREET NAME SIGNS 2 4 SHALL BE SUPPLIED BY THE CITY SIGN SHOP, & THE CONTRACTOR SHALL CONTACT DOUG METZ, CITY- TRAFFIC SIGN SUPERVISOR TO COORDINATE SIGN PICK -UP /DELIVERY ® AS PER POWER CO— 2 1 246 1-#1OG ED tD I GENERAL NOTES o CONDUIT NOTES: 11 THE CONTRACTOR SHALL COORDINATE WITH THE CITY ENGINEERING JOB INSPECTOR AND THE LOCAL POWER COMPANY 0) 0 CONDUIT RUN #'S 6 / 12 / 18 ARE THE THREE PRIMARY RUNS THAT CROSS 72ND AVE. & MEAD AVE.: c cn II REPRESENTATIVE(S) FOR ALL SERVICE PROVISIONS REGARDING NEW POWER FOR THE PROPOSED SIGNAL AND FOUR (4) NEW RUN #6 & #18= OPEN TRENCHED, RUN #12= SLEEVE THROUGH EXISTING CONDUITS. w rn c �� — I LUMINAIRE -ARM MOUNTED LED INTERSECTION LIGHTS, INDLUDING, BUT NOT LIMITED TO, ANY REQUIRED TEMPORARY AND /OR w PERMANENT NEW POWER SUPPLY(S) REQUESTS, & METER SETS BY POWER COMPANY (P P & L). DETERMINATIONS & THE CONTRACTOR IS RESPONSIBLE FOR ESTIMATING, SUPPLYING, & INSTALLING THE REQUIRED TYPE ° `2 `o m SUBSEQUENT WORK RELATED TO A FINAL POWER SOURCE /LOCATION TO FEED THE SIGNALS NEW STAND -ALONE AND # OF CABLES, CONDUCTORS, & /OR WIRES IN EACH CONDUIT RUN, AS INDICATED ON THE Tl D _ > UNISTRUT- MOUNTED ELECTRICAL SERVICE, SHALL BE MADE BY THE CITY ENGINEER VIA COORDINATION AMONG THE PARTIES 1.41,-.M SCHEDULE, ASSOCIATED DIAGRAMS AND THE PLANS. I LISTED ABOVE. ,eE R ,9,9 co © THE PAINTED CROSSWALK -TO -STOP BAR OFFSET DIMENSIONS SHOWN ON THE PLAN FOR SOUTHBOUND & EASTBOUND ' 4 '..0 THE CONTRACTOR SHALL SUPPLY AND FILL ALL CONDUIT RUNS AS NEEDED TO PROVIDE ADEQUATE A. 4 °'' "''�,. ` POWER/ SIGNAL" TO ALL PEDESTRIAN & VEHICLE SIGNALS, PED —HEADS & PUSH BUTTONS, LUMINAIRES, o �s °—' APPROACHES, SHALL ALSO APPLY TO NORTHBOUND & WESTBOUND APPROACHES, RESPECTIVELY, UNLESS INDICATED y`� fi &VEHICLE LOOP DETECTORS, AS SHOWN ON THE PLANS, DETAILS & SPECIAL PROVISIONS. Z co 1:, m OTHERWISE ON THE PLANS _ o L © THE CONTRACTOR SHALL SUPPLY AND INSTALL SIDE -OF -ROAD, POST - MOUNTED "NEW SIGNAL AHEAD" TEMPORARY � { ALL NEW CONDUIT RUNS, INCLUDING THOSE ADJACENT—TO OR SHARING EXISTING CONDUIT, SHALL o z • CONSTRUCTION SIGNS (4) FOUR TOTAL, ONE LOCATED ON EACH APPROACH, WITH FINAL LOCATIONS :, ULTIMATELY HAVE A MINIMUM OF TWO 2 —INCH AND ONE 3 —INCH SCHEDULE 40 ELECTRICAL CONDUIT, PLUS U '� ru "TRAFFIC- ENGINEER APPROVED" & TO MEET THE MUTCD AND WSDOT REQUIREMENTS FOR ADVANCED PLACEMENT� �.�� ONE 2 —INCH SPARE (EMPTY) CONDUIT, UNLESS INDICATED OTHERWISE ON THE CONDUIT SCHEDULE. co o (SIGNS MAY NOT BE SHOWN ON PLAN) c 0 O I 121 � ® CNDUIT RUNS #'D: 14 / 17 / 19 ARE PART OF AN EXISTING 72ND AVENUE (EAST SIDE) STREET LIGHT PRIOR TO THE START OF ANY POLE FOUNDATION EXCAVATION, THE CITY TRAFFIC ENGINEER, (JOE ROSENLUND), OR HIS CIRCUIT. EXISTING RUN SHALL BE REPLACED WHERE SHOWN WITH 2 NEW 2" CONDUITS AND PLACED AS APPOINTED DESIGNEE, SHALL FIELD VERIFY, ADJUST AS NEEDED, & APPROVE THE FINAL STAKED LOCATION & ORIENTATION SHOWN ON THE PLAN. THE EXISTING STREET LIGHT CONDUIT RUNS SHALL BE REMOVED WHERE POSSIBLE AND OF THE FOUR (4) TYPE -3, & TWO (2) TYPE -1 SIGNAL POLES INDICATED ON THE PLANS WHERE NOT, ABANDONED IN PLACE. 6 I 11 y pc C _ I r • , ALL HANDHOLES ! I AT 180' Luminaire Arm shall be al m oriented parallel C ,t, (directly over), the Mast t Arm � e •r.. N c s TYPICAL El c SIGNAL MAST —ARM ANGLE 270• T O co ATTACHMENT POINT • w C (perpendicular to Luminaire Arm -to- Signaler � « 3 8 of st centerline) E PLA ole attachment point I +" CA I •••••• C MAST ARM ATTACHMENT PLATE AND U LU N ' B ASE PLATE ALIGNMENTS A B 1 or® Oor® 1 4 _0'd 1. B2 B3 *For all four existing Mast Arm Poles, the Mast Arm attachment plate is at an Or B4 O O © 2 0 1�►��� . approx– perpindicular /right angle to alignment of the base plate as shown below. — g 1�►4s and each mast arm extends from along pole centeline, through, the "0 degree — a B5 If � t point (180 deg. from hand holes), perpindicular to the applicable street centerline. T - - - -- — �1 r I VERTICAL CLEARANCE l MINIMUM: 16' -6" !` MAXIMUM: 19' -0" < l - 2 3/4" CHAMFER 3 - OIA PLASTIC DRAIN TUBE 1 SMUT PAD 1HIGWESS� — g 1 0) M I. -2' 0 N N UT HT. +Y mm MA X PAVE L " u I 4 0 � c 1 CV 2 3 UNPAVED L + S URFACE I � Q ., o SURFACE I.-' `,_- 9 O B( m z '��' T� *See WSDOT- Standard Plans so- I V A c I CLASS 3000 - q J -21 15 -01, J- 20.16 -00, & J- 20.16 -02 for complete layout & MIN ! 1 > • ♦ — - 1 RQAIIWAY � _ < 2 �� U CONCRETE _ I- ` mounting details of pedestrian of sl E U -� �. ,� r — ° push buttons & pedestrian signal CU O (o 8 No. 8 BARS !, c • , heads. (See Standard Plan —Also see WSDOT Standard Plans, "Signal Standard 1 W Z E EQUALLY SPACED � ���� J -21 10 for signal standard D for Signal Display Vertical Clearance . :2 Y 1--- 2 I �.� ' — Aleo see WSDOT Standard Plane ae follows: < co 0 foundation details.) Chart on Detail Sheets IS -13 and 2.01E. J- 21.15 -01, J- 20.16 -00, & J- 20.16 -02 for HOOPS, RD. OR SQ. complete layout & mounting details of pedestrian ]., @ > — AT 1' APPROX. CTRS. , , Ie (NOT TO SCALE) push buttons &pedestrian signal heads. > T 3 SQ. OR 3' RD.. OR 4' RD. FOUNDATION DETAIL TYPE -1 SIGNAL STANDARD (Pole # 5 8 Pole #6) ( ) TYPE -3 III COMBINATION > < U .--. MAST - ARM /LUMINAIRE ARM (NOT TO SCALE) N cV SIGNAL POLE (STANDARD) r` I TYPE -3 (III) SIGNAL STANDARD' EQUIPMENT DIMENSIONAL LOCATION CHART - SEE EQUIPMENT LAYOUT FOR TYPE -1 STANDARDS AS SHOWN ON DETAIL ABOVE 1 N FIELD LOCATION MWNTIND SIGNAL MAST ARM DATA I i FBI x 133 x A ( POLE ATTACHMENT POINT ANGLES (degrees) *FOUNDATION TO EIGHT(FT) OFFSET DISTANCES (FT) — (Z) (POLE CL ATTACHMENT POINT) WINDLOAD AREAS (FT') s (X)(Y) (xx YXz� _ 0 CORNER OFFSET ILTIRTI POA Al ( A2 A3 B1 B2 B3 84 B5 81 B2 B3 84 85 rorAL(Ff)' C D E1 E2 - F 01 G2 H - 11 - - 12 - 3'RD 4'RO o 1 Northeast SEE III/3 17' -6" 31' 41' S0' - 3" 43' 37 -8' 28' -6" 7.83 7.83 7.83 925.00 16' 0 0 - 90 180 - 7 ft. NOTE r� ° 11 2 Southeast III/3 17' -6" 31' 41' 33' -6" 30' -6" 23' -6' 14' -6" 7.83 7.83 7.83 472.00 16' 0 0 - -- - -- 90 180 - -- - -- - -- 7 ft. w II 3 Southwest III /3 17-6" 31' 41' 50' -3" 43' 38' 28' -8" 7.83 7.8.3 7.83 925.00 16' 0 0 - -- - -- 90 180 - -- - -- - -- 7 ft. 3 . � o co 4 Northwest ABOVE o_ o = III/3 17' -6" 31' 41 31 -6 24' -3" 21'-6" 12' -8" 1 7.83 7.83 7.83 472.00 16' 0 0 - -- - -- 90 180 - -- - -- - -- 7 ft. - N I FOUNDATION —Fo ad ditional specifications regarding foundation de LEGEND * P 9 9 depth P 0 EXISTING MAST -ARM TENONS. DEPTHS (FT) requirements for Type -3 poles, see WSDOT Standard 1 - - E a. Vehicle Signal Head f. LED Luminaire a) co Plans- Detail Revision Sheet 2.01E, (FOUNDATION DEPTH ER 0) — O2 DRILL 25 mm HOLE IN MAST ARM AND b. Vehicle Vie Detection Camera 9• Pedestrian Signal Head TABLE) ��$ "'< Q v 1 INSTALL PLASTIC SPLIT BUSHING FOR A, ` �� ( Applica e „ . o CABLE ENTRANCE. (FOR INSTALL OF PELCO h. Terminal Cabinet ", w - o ASTRO- BRACKET VEH. -SIG MOUNT ASSEMBLY) c. Street Name Sign (12" height) a a o_ AVE" co NOTE. (Type - 3 Signal Standards) < Q FIELD INSTALLED. "S. 72ND i. Accessible Pedestrian ' ` a io "W. MEAD AVE" °o Type-3 # 's 1 /2/3/4) Push Button All four (4) Te -3 Signal Standards, (Pole ' � I including the signal poles, mast arms, and luminaire arms, along ° • CS) TWO TYPE - STANDARDS, (SW & NE CORNERS), d. Pre -Empt Detector j. Handhole with all connection hardware, are in stock at the City of Yakima, sroivnL Public Works Department, Traffic Signal Shop. The contractor shall WITH TYPE -E PEDESTRIAN SIGNAL HEAD MOUNTING, e. (No Assignmnent This Layout) contact Doug Metz with the city signal shop to schedule and 7 I TYPE -D VEHICLE SIGNAL HEAD MOUNTING, AND coordinate equipment inventory /checks and pick -up /site delivery. "ACCESSIBLE" PEDESTRIAN PUSH BUTTON ASSEMBLIES• l i , 1 C 1 O New L.E.D / (� Luminaire 1 Luminaire New L.E.D C 1 E Luminaire Arm to be attached to signal pole Luminaire Arm signal po I o with arm oriented parallel attached to signal pole 0) o with arm oriented parallel ›- . 0 to (directly over) Mast Arm. to (directly over) Mast Arm. ` `o v O N Two of Four Type -3: Combo. Mast Arm/ T Two of Four Type -3: Combo. Mast Arm I C r Mast -Arm mounted Luminaire Arm Poles, stocked at C.O Y I Luminaire Arm Poles, stocked at mast Y I >.):71) c g o I Preemption Sensor (Birdey) Public Works Signal Shop: cut to length Mast -Arm mounted Public Works Signal Shop. Full mast arm t' C = NW Comer Pole: WB Phase -8 as indicated (see Plans /Specs). For EB Preemption Sensor (Birdey) length used 3 signal heads installed on o SE Corner Pole: EB Phase -4 (Phs -4/7 &FYA -7) & WB (Phs -8/3 &FYA -3) NE Corner Pole: NB Phase -6 existing tenons for Phs -2/5 &FYA -5, and I U W SW Corner Pole: SB Phase -2 Phs- 6 /1 &FYA1 24" I - �1�� . ... ii��Cut © i; r ' � . 1 t o Mast Ieng Arm lh V' (Se Po le Layout Sh I _ Q f V 0 Two (2)- Three - Section GYR -Bal 0 O S. 72ND AVE( I r 0 MEAD AVE �a ll2. t SE & NW- Corner Pedestrian I \ signal mounted with new Astro- Signals, signal -pole mounted: Three- Section GYR -Bal Three - Section FYLTA sign Bracket Assembly (See Specs.) Q NW Corner Ped -8 & Ped -2 signals mounted on existing tenons mounted with new Astro- NW Corner WB Phase -8 Q SE Corner Ped-4 & Ped -6 NE Comer NB Phase -6 NE & SW- Corner Pedestrian Bracket Assembly (See Specs.) FYLTA signal: C R SW Corner SB Phase -2 Signals signal -pole mounted: N NW Corner WB Phs -3 & FYA -3 SE Corner EB Phase -4 0 1 signal -pole mounted with Astro- NE Corner Ped -6, SW Corner Ped -2 O SE Corner EB Phs -7 & FYA -7 Bracket Assembly (See Specs.) Three - Section FYLTA signal \ "r T i Corner Phs -1 & FYA -1 mounted on existing tenon II I C� O SE Corner Phs -5 & FYA -5 IR NE Corner NB Phs -6/1 &FYA -1) i O N SW Corner SB Phs -2/5 &FYA -5) > • — I I Ter on back of inal Box pol se et Terminal Box set I O Ca o CV on back of pole i C o Accessible Ped Push Button Assemblies A) Accessible Ped Push Button Assembl v v NW Corner PPB -8 & PPB-2 I NE Corner PPB -6, SW Corner PPB -2 I > > H CU I SE Corner PPB-4 & PPB -6 _I Q • a I ta •U CO i 1 z° ca E ELEVATION- POLE #2 & POLE #4 Q � ELEVATION- POLE #1 & POLE #3 1 2 a) 0 o (NW & SE Corners) (NE & SW Corners) —..... *Two (2) Type -3 Poles with Mast Arms cut to length *Two (2) Type -3 Poles with Mast Arms to remain full length > " c I ( *None of the mast arm tenons shall be used for signal mounting) N N I Three - Section FYLTA signal: Type -1 Pole, center mounted NE Corner Phs -7 &FYA -7 SW Corner Phs -3 &FYA -3- \ I N v c t a) ,- c 0 NE & SW- Corner Pedestrian Q a cf°) 11 Signals, side (Type -E) mounted p4 Uj ii NE Corner Ped -8, SW Corner Ped-4 -6 . co m I N N _ U 11 0 LL 0 2 > Accessible Ped Push Button Assembly ° a- S co 1 NE Corner PPB -8, SW Comer PPB-4-,_ ^, fi@E 144 4� k` �` — * r t UJ • . ELEVATION .favAL Pole #5 & Pole #6 � , I (NE & SW Corners) "' *Two (2) Type -1 Signal Poles I 11 me I' 1 VVII JF'LlUt UIHIbI -UAIVI WIRE SPLICE DIAGRAM WIRE SPLICE DIAGRAM c I POLE - #5 VEHICLE & PEDESTRIAN SIGNAL #S / MOVEMENTS Q VEHICLE AND /OR PED PHASES, SIGNAL HD #'S, MOVEMENTS VEHICLE AND /OR PED PHASES, SIGNAL HD #'S, MOVEMENTS � TYPE - NE Corner) ODD PHS -7 LEFT w� POLE—#4 POLE — #1 WIRING SCHEMATIC ( TURN 8 FYLTA -7 PedBWALK�CtOnFDW Phs3 -Lek Phs1 -Left VV--> E Phs1 -Left ! s TYP 3- SECTION LeftTurn SIGNAL PHASE CONT 16 COND CABLE — (TYPE -3, NW Corner) & VEHICLE Phs8 -Thru Phs8 -Thru & FYLTA -1 Ped & - WK/Dw (TYPE -3 NE Corner) Phs6 -Thr Phs6 -Thr �` ' ili a 5 5C Ped2 - WK/DW & FYLTA - Ped6 - WK/DW ODD PHS + FL- YEL -LT -ARROW INDCTN PHS USE SPLICE I Ha., 4 - — 7 -2 08 - pea Head PHASE CONT 16 COND CABLE c — 5C SC 5C 5C 5C 5C PHASE CONT 16 COND CABLE coneuaar — 5C 5C 5C 5C E I (PROTECTED /PERMISSIVE) Neutral -- W hil e— 1 White White INDCTN PHS USE SPLICE# 47,1 — 3 -1 $ -1 •$ -2 1 - 2 BB- Ped -Htl p2 -Ped He ad INDCTN PHS USE SPLICE# Ne""sp 1 -1 $ -1 $ -2 a6 -Ped Hd •— Heatlp — LTTUax.REO Fvirn Red 2 Re Neutral Whi te— 1 White White White White White White i ODD O —~ cLEARAx E Neut ral White 1 While Wh White While • tr rEARANCE Fv =/" oran 3 Orange RED CLEAR 8 Red 2 Red — Red RED CL EAR 6 R� 2 Red Red al 0) 0 PHASE — RA" euowcL AR 8 Orange 3 Orange Orange TELOW CLEAR 6 Orange 3 Orange Orange C RED —. cZT awN 7 Green 4 Green GREEN 8 Green 4 Green Green GREEN 6 Green 4 Green Green o e YEL —CLEAR O o rvi 8 Black r x, r n 8 , Black 5 Red kg Hwc 6 Black 5 • O • (COUNTDOWN) 5 Red c L En an x c _ _ _ i28tl Ko l Fr - Red A+ O I for ODD PHS — WAL 8 Blue 6 Green Y/ WALK 8 Blue 6 Green 6 Blue 6 Gr een ww�� O C & for FYA Red /Black T 7 Red Red /BlackT 7 Red O W m m ODD PHS p RedBlackT 7 DRN EL s c co m LT ARa� E` 3 $ • CLEARANCE F 7 TA - Orange/Black 8 Orange aE iTc .,�T Orange/Black 8 Orange ,t,,, GREEN (AND) — Orange/BlackT 8 ` - • FYLT — Arrow B� • P cae naROw v.3 3 n Green /BlackT 9 Green c 1 Green /BlackT 9 Green /BlackT 9 .F LASHING Green d•+ C d • = I T v TAr i ERrvn New F'''''' Blue /BlackT 10 Black k ] *• -+ Blue / BlackT 10 B lack 'FLASHING U W V CD 1 >- YELLOW' LEFT F aloe /slack T 10 Black °vow 2 Black/Whde T 11 Red Black/White T 11 TURN ARROW WALK 2 Blue/White T 12 Green Blue/WmteT 12 � Black/wmteT 11 - - Red/W Red/ White 13 Red RedhiteT 13 ku�n ° 4 cT EnR Ei - - Blue/White r 12 LEAi+CE e F R n::- de Green/WhT 14 Orange Green/WhdeT 14 � Red/ White T 13 i t GreenAWnne T 14 BlackRedT 15 RR RH r niiaow ry URN ARROW `T Black /Red T 15 Green Black/Red T 15 YELLOW LE, .� White /BlackT 16 Black wnrte /BlackT 16 ;� W White/Black T 16 PUSH BUTTON- WIRING Q PUSH BUTTON- WIRING PED PUSH BUTTONS -NE CORNER/POLE #1 • ..!t PED PUSH BUTTONS -NW CORNER/POLE #4 !I IIrr PED PUSH BUTTON 5- CONDUCTOR CONT. PEDESTRI 0 -.. ](_�' I PPB -NE CORNER/TYPE -1 POLE #5 - -- 5- CONDUCTOR CONT. PEDESTRIAN 0 5- CONDUCTOR CONT. PEDESTRIAN 0 USAGE PHZ 06 USAGE PHZ 08 02 Logic Ground White 06 Black USAGE PHZ 08 Logic Ground White Red SB Push Button Logic Ground - White EB Push Button 08 Black W «E Push Button 08 Black SB Push Button 02 Green I WIRE SPLICE DIAGRAM u) WIRE SPLICE DIAGRAM WIRE SPLICE DIAGRAM POLE — #2 VEHICLE AND/OR PED PHASES, SIGNAL HD W'S, MOVEMENTS O V EHICLE & PEDESTRIAN SIGNAL /MOVEMENTS V EHICLE AND /OR PED PHASES, SIGNAL HD #'S, MOVEMENTS Phs7 -Left Phs5 -Left Wc ^ N �' POLE - #6 POLE — #3 (TYPE -3 , SE Corner) &FYLTA - Phs4 -Thru Phs4 - &FYLT -5 P e d 4 - WK Dw I s E ODD PHS -3 LEFT w—> E Phs5 -Left N P ed6 - 1QDW N TURN & FYLTA -3 Ped4WALK•CtOnFOW r s #-MUk — co (TYPE - SW Corner) T _ (TYPE -3, SW Corner) — Phs2-Thru Phs2-Thru RED cO ^daacr— 5C 5c 5C 5C 5C 5C v co & FYLTA -5 p�2 -wK/DW PHASE CONT 16 COND. CABLE � PHASE CONT 16 COND CABLE Wi — 5C 5C PHASE CONT 16 COND CABLE x lo- INDCTN PHS USE SPLICE# Head a ro — 7 -1 4 -1 4 -2 5 -2 a4- Ped -H tl p6 -Ped Head O CV INDCTN PHS USE SPLICE -# q ia — concacor 5C 5C 5C 5C t✓ O 3- 2 p4-Ped Hea New S g Neut. INDCTN PHS USE SPLICE# 1 NW" — 5 -1 2 - 2 - 62 - Ped Hd Nauval Wh ite 1 While White White W hite White White Q p WNte 1 White White R ed _ � Neutral White 1 White White White White 4 2 Red Rea 7_ z cLEARa cE.AT, Red 2 Red RED CLEAR 2 Red 2 Red Red YELLOW CLEAR 4 Orange 3 Orange Orange U 4 Green 4 Green LT TURN-TEL =HS, o range 3 O range YELLOW CLEW 2 oran 3 Oran Orange Fua�wc Green >, () N I cLFARANCE FYTTA, GREEN 2 G re en 4 Gr een Green C O U TWP11k 4 Black 5 Red 2 7 Red IcouNTDOw 3 G reen 4 Green 4 ewe 6 Green = < C' 2 PROr- LTTnRN kDnnNTnDwNI O cRN ARROW DONT wPlrc 2 Black Fro ooN'r wnu 4 Black 5 Red Irnu 5 Red Lr TURN RED Red /BIackT (COUNTDOWN) 2 Blue 6 Green cLEARANCE - WALK 4 Blue 6 Green Lr TURry - RED RHSS Red/Black 7 R e d RHSr O e ran /BlackT a Z E cLEARANCE cLEnanneE 9e 8 Orange ar (1) Red /BlackT 7 LTTUaN.YEL VJ 'cur 'cur= — ysr-' Orange/Black 8 Orang I uR ARROW Fr ,A, Green /BlackT 9 Green C G Q Orange /BlackT 8 TTURN F E ''' ''' ce ARROW 5 Green /BlackT 9 Green NAaRO Blue/Black 10 Black @ Green /BlackT 9 Tu"FLASHING T FvLras BlueBlackT 10 Black iiorvrwwN 6 Black JWhrteT 1 1 Red 4J "FLASH. Back/WhiteT 11 WALK 6 Bue/VYhiteT 12 Green > Biue /BlackT 10 Bl ack LTTURN -RED vHa - mss - Red/white T 13 Red e Q .--' TURN ARROW Fnrms Blue/WhiteT 12 CLEARANCE FY // ,� E L PH558 Gr een/WhdoT V Red/White T 13 CLEAR -1rLTFS 14 T. Black /vVhiteT 11 Oran BIUe/White T 12 Green/White T 14 GRrvrnta r 5 Black/Red T 15 (n N Green Red/Whrte T 13 Black/Red T 15 T uaN D D3F, FYLTA s White /Black T 16 I` Green/White T 14 White /BlackT 16 T Black Black/Red T 15 PUSH BUTTON- WIRING PUSH BUTTON- WIRING PED PUSH BUTTONS -NE CORNER/POLE #1 PED PUSH BUTTONS -SE CORNER/POLE #2 White /BlackT 16 5- CONDUCTOR CONT PEDESTRIAN 0 5- CONDUCTOR CONT. PEDESTRIAN 0 PED PUSH BUTTON USAGE PHZ 02 EIGHT (8) ODD PHS EIGHT (8) G -Y -R USAGE PHZ 04 06 PPB- NE - 1POLE #5 Logic Ground White FYLTA SIGNALS BALL SIGNALS Logic Ground - White Red 5- CONDUCTOR CONT. PEDESTRIAN NB Push Button 02 Black + WB Push Button 04 Black o ap USAGE PHZ I Logic Ground - White NB Push Button 06 Green CK u) li o WFE Push Button © ODD O EVEN 0 04 Black —PHASE R — PHASE to 0 II RED RED I I cu ,I — YEL -CLEAR EVEN 3 . NI - � for ODD PHS Y —PHASE o PREEMPTION SELECTOR CONFIGURATION & for FYA YEL - CLR 0 ODD PHS EVEN 2 CH.- PE SELECTOR 2 CH.- PE SELECTOR — GREEN (AND) G — PHASE - /-%-S5 1 1 1 FYLT —Arrow GREEN oR PE-SELECTOR #1 PE-SELECTOR #2 SIGNAL HD #'S: SIGNAL HD "S: � ��° gE ' 1::r: E °-' CO CHANNEL 1 = CHANNEL 1 = 11 - 21 11 -11 �_� 6- 116 -21 �, - o as VEH PHASE -2 (SB) VEH PHASE -4 (EB) 1 PE SELECTOR #2 13 -11 17 -11 18 -21 8 -1 4 -1 • - : ' - o s PE- SELECTOR #1 14 -21 � =' CHANNEL 2 = CHANNEL 2 = ® 15 -11 1� 1 2112 -11 V 05 1 VEH PHASE -6 (NB) VEH PHASE -8 (WB) NEW VEHICLE SIGNAL HEADS *ALL SIGNAL INDICATIONS ARE 12" LED'S 9 1 ` 11 ■ 1 , 1 VEHICLE AND PEDESTRIAN 0 SIGNAL - PHASING DIAGRAM IN - TO SIGNAL CONTROLLER CABINET as II - D i ^ *^ P HASE -6 CURB LANE Y � gER Sy LOOP #'s.z /3 /a ii, . p) I.- >- c -, ,... 1 SBD ` e 14 PHASE -6 INSIDE LANE L" NBD R` PHAS E-6 CURB LANE v o m �' ' I r - • STOP -BAR LOOP #1 ® LOOP #'S. 6 / 7 / 8 `1 a LEFT LEFT I I p 0 • TURN TURN ' apzs� OF PHASE -6 INSIDE LANE PHASE -1 LEFT TURN LANE .. � c t 0 1 ' � S7 0NA6 1 ` + STOP -BAR LOOP #5 LOOP #'S: 10 111 / 12 i- C = N U w r >. PHASE -1 LEFT TURN LANE ir STOP -BAR LOOP #9 %MA ; 02 _ � I N g 4 s t 0 // IP- • ® ® ® �' i. SBD THRU & _ 6C .�>i� - . t // t � ^ PERMISSIVE LEFT NBD THRU & LL 6 -5 . PHASE- 6INSIDE LANE! PERMISSIVE LEFT `� c� STOP i � BARS N 06 �/ W ' • 1 - ®1 ® PHASE -1 LEFT TURN LANF� N . 0 `- VVV O co � 1 (Not To Scale) o va o t ��������i���������������� t���������� DETECTOR LOOP -TO- SIGNAL PHASE ASSIGNMENTS E eL 0 ,z Z Il WBD LEFT 07 E B D LEFT *(THIS "TYPICAL" SPLICE ASSIGNMENT DIAGRAM IS FOR NORTHBOUND 72ND AVE. PHASE -6 & PHASE -1 0) AND INDICATES LOOP WIRE SPLICING FROM "LOOP JUNCTION BOX" TO CONTROLLER CABINET) C < 1 TURN ;3 TURN co 2 a o Q U TYPE-3 ' ' E 8 -Ped 04 ' - SIGNAL POLE TYPNAL E-1 PLAN LEGEND AL iii _iii...._ WBD THRU & E B D THRU & NEW PEDESTRIAN SIGNAL ; _ T ('wax' +'�- couNTDOwN' =FOw) • POLE MOUNT NEW NEMA SIGNAL - CONTROLLER CABINET I ON CONCRETE BASE W/ 36 IN CON. APRON PERMISSIVE LEFT PERMISSIVE LEFT T� NEW ACCESSIBLE PEDESTRIAN NEW "1AGI " ANTENNA PUSH BUTTONS ; M M M GED POLE MOUNT / film FOR INTERCONNECT SYSTEM NEW LE SECTION FYLTA c �I 0 I I NEW LED UIMINARE VEHICLE SIGNAL HEAD 4 -Ped ON LUMINAIRE ARM POLE MOUNT 1 EXISTING TYPE 1 (EQUIV) JUNCTION BOX NEW "QUAZITE -TYPE 1" JUNCTION BOX tT 0 II N VEH CLE SIGNAL HEAD (For induction loop wires &conduit) L j ca II NEW OPTICOM DETCTR MAST ARM MOUNT I NEW "QUAZITE -TYPE 2" JUNCTION BOX (D ti § o . 2 I VEHICLE MOVEMENTS MA ARM MOUNT VEH ICLE SIG SECTI HE FY AD TA ® = "QUAZITE -TYPE 3" JUNCTION BOX a_ 0 = > MAST ARM MOUNT E (Primary- have R.O.W.) P, POLE NOTE. TYPE -3 & TYPE-1 POLES CD 1 ® C C NOTE @ E • ■ • c P E RMISSIVE (Yielding) TURNS • • • NEW IN- PAVEMENT INDUCTION LOOPS ® WIRE /CONDUIT -RUN NOTE c I o • I (See Plan & Details for component labels) Q z ® VEHICLE - SIGNAL HEAD # -TO- (3- o 0) WIRING DIAGRAM CALL -OUT - RI i E > PEDESTRIAN MOVEMENTS 1 - EXISTING U/G ELECTRICAL CONDUIT n GENERAL NOTE cu Cn J NEW U/G ELECTRICAL CONDUIT 10 ' IN 11 NLDS II E o 3 --: C \ \ L - - ->- -- -- - - - T -- -- o - -- —\ 1 ---p ).. s L C) 0 CL) , ; - - - as cn ii, _ _ _ _ >- •c ... _ „, \\ \ \ \\ \ 1 1 4+25 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 a m I \ 1 1 1 1 1 ! °mr 1503 1501 0 p ! a� m ' 1 '� k ' 1 1 i 1 1 1 1 1 I*i I I I C E. k. \ 47 38 0 : > ' 5) ` at \\ m m �' z U W I > \ __ U°11 11 : I I ■ i ■ I ■ I 1 ■ y I I I I I I I � 1 I I I i I I I I I '+",„„,,._.1.,..i. ``. �' � � � � � b I I I I I I I I ! ; I I I I I I I I � � � . , - \ = I I PARKING LOT ! 1 pARK�IKC R 1 I �_ _ • I I I 1 1 I I I I I I I 1 14 • I i I ■ 1 1 1 ■ 1 1 0 _ - ARBORVITAE ARBORVITAE -� - ♦ b I I I . . r � , r ' ... , 1:41-7 -- -- II _ . -1 ' O - SCHOOL IRK; 1 1 1130 ' • n 1 ► venue 8+61 ,,.5' p p . 10+47.6 0 le , _ © S. i 2n� Avenue 13.2' 0 0 • + 29 110+51.6 01 i + 11127 p 6 +89 7+870 8 9 ,1' p 11.9' cn t 50 11 I © 11 +03 12 12 +73 1 1 124' - 10' 1 rro MoN p r) 1 - 9 +47 A LM. CAP — co IMP p 7 +01 f 100' © E 7764.50 '� 12 +64012.6' N 1 11' O > —'— v co 13.0' 0 © iI O / _ 0 10+56.6 0 O 10 wrimmarar_______,,.., ;Ai 10+94 © o 8+46 12 +60 12.5' L C o _ �1� - � ___... 4, p - Tamprpo■npim. TPEO _ _ __ z E — il UP O f — \ w U \ % 11 "111.114 / a32 i . i \ IN \ 11 11 4 mi 1 N , , .. € "5 1 4101105 : o I a — 711 © \ I 7110 I > 6 I \ cy, 1 . §1 rill 1 g 1 \ �i� 1 0 inid 11C d 111 I y O 0 �C -- I — I --I E8E G) !moo I I -1 1 I I I ,A � �� fi p9 0) o II L f j cn Ws II I STRIPING NOTES ' t'`A `° O APPLY PLASTIC LEFT TURN ARROWS PER WSDOT STANDARD PLAN M -24 40 -01 siorrat. s'''": 1 02 APPLY PLASTIC STOP LINE PER WSDOT STANDARD PLAN M -24 60 -03 GENERAL TAE 4, CU 0 O3 APPLY 4" PAINTED DASHED WHITE LANE LINE PER WSDOT STANDARD PLAN M- 20.10 -02 a , g 2. ALL NEW INTERSECTION - APPROACH PAVEMENT MARKINGS, INCLUDING WHITE LANE + I -Q ® LINES (SKIPS), WHITE CONTINUOUS LANE SEPARATION LINES, DOUBLE YELLOW APPLY 4" PAINTED DOUBLE YELLOW CENTERLINE /LANE STRIPE PER WSDOT STANDARD PLAN M - 20 10 - 02. CENTERLINES, TURN - LANE ARROW LEGENDS, & PEDESTRIAN CROSSWALK LINES, 5 SHALL BE COMPLETED BY THE CONTRACTOR AS SHOWN THE STRIPING ` O APPLY 8" PAINTED WHITE WIDE LANE LINE PER WSDOT STANDARD PLAN M - 20 10 - 02. CONTRACTOR SHALL USE PREFORMED ('HOT TAPE') THERMOPLATIC, 125 MIL. I MINIMUM FOR ALL STOP BARS, CROSSWALK LINES & TURN - ARROW LEGENDS © APPLY PLASTIC TYPE 2SL LEFT TRAFFIC ARROW PER WSDOT STANDARD PLAN M- 24.40 -01 11 11