Loading...
HomeMy WebLinkAboutR-2010-030 8th Street Reconstruction; Public Works Board; Washington State Direct Appropriation; DFIRESOLUTION NO. R-2010-30 A RESOLUTION authorizing and directing the City Manager to execute agreements, certifications and readiness surveys pursuant to the award of a Washington State Direct Appropriation administered by the Public Works Board, in the amount of $1,000,000 to complete reconstruction of 8th Street between "A" Street and Chestnut Avenue as part of the Downtown Futures Initiative (DFI). The City Manager will also be authorized to execute any other such documents that may be deemed necessary and prudent for the completion of this project. WHEREAS, the Washington State Legislature in Laws of 2009, made an appropriation to support the Local and Community Projects Program and directed the Washington State Public Works Board ("PWB") to administer those funds; and WHEREAS, the enabling legislation stipulated that $1,000,000.00 was thereby appropriated for the Yakima Downtown Futures Initiative in Yakima, Washington; and WHEREAS, the scope of work to be added to the attached boiler plate contract between the City and the PWB involves improvements to Downtown Yakima such as new sidewalks, irrigation and electrical infrastructure, trees, pedestrian lighting, planters, and other necessary improvements; and WHEREAS, the PWB is willing to provide the appropriated funds, in accordance with the terms and conditions of the attached boiler plate agreement; and WHEREAS, the City Council of the City of Yakima deems it to be in the best interest of the City of Yakima to enter into the attached contract with the PWB for the receipt of state funds, now, therefore; BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA The City Manager is hereby authorized and directed to execute the final Washington State Public Works Board Contract, and all related documents, for the receipt of state funds for Phase 4 of the Yakima Downtown Futures Initiative. ADOPTED BY THE CITY COUNCIL this 2nd day of March, 2010. Micah Cawley, M. or ATTEST: Washington State Public Works Board 906 Columbia Street SW Post Office Box 48319 Olympia, Washington 98504-8319 (360) 725-3150 www.pwb.wa.gov cRIC;(rJAL }--CLRKS- Capital Agreement between: For: City of Yakima and Public Works Board Project Name: Yakima Downtown Futures Initiative Contract Number: LG09-951-125 Project Type: 2009-2011 Washington State Capital Di rect-Appropriation Execution/Start Date: Date of Contract Execution Department of Commerce Phase 4 Budget TABLE OF CONTENTS CONTRACT FACE SHEET 1 CONTRACT TERMS AND CONDITIONS 2 Part 1. SPECIAL TERMS AND CONDITIONS 2 1 1. DEFINITIONS :. 2 1.2. AUTHORITY 2 1.3 PURPOSE 2 14 ORDER OF PRECEDENCE. 2 1 5 GRANT AMOUNT ... 2 1.6. CERTIFICATION OF FUNDS ... . ........ 3 1 7. MODIFICATION TO THE PROJECT COSTS . . .. 3 1 8 PROJECT EXPENDITURES, ELIGIBLE FOR REIMBURSEMENT 3 1 9 BILLING PROCEDURES AND PAYMENT . . 4 1 10 CERTIFIED PROJECT COMPLETION REPORT AND FINAL PAYMENT 5 1.11' REPORTS .... ........ .... . 5 1 12 EVALUATION AND MONITORING 5 1 13 'OWNERSHIP OF PROJECT/CAPITAL FACILITIES .. .. 6 1.14. CHANGE OF OWNERSHIP OR USE FOR CONTRACTOR -OWNED PROPERTY6 1 15 CHANGE OF USE FOR LEASED PROPERTY . . 1 16 HISTORICAL AND CULTURAL ARTIFACTS 6 1.17 SIGNAGE, MARKERS, AND PUBLICATIONS 1 18. PREVAILING WAGE LAW 7 1 19. INSURANCE n 7i 120 RECAPTURE PROVISION 9' 1 21. REDUCTION. IN FUNDS 1.22 REAPPROPRIATION :9 Part 2. GENERAL TERMS AND CONDITIONS - 10 2.1 DEFINITIONS' .;10 2.2.° ALLOWABLE COSTS.. .................. '10 2:3' ' ALL WRITINGS CONTAINED'HEREIN ... 10 '2'.4.. AMENDMENTS 10 2 5 AMERICANS WITH DISABILITIES ACT (ADA) OF 1990, PUBLIC LAW 101-336, ALSO REFERRED TO AS THE "ADA -28 CFR PART 35 10 2 6 APPROVAL .. .. 10 2.7 ASSIGNMENT . 10 2 8' .ATTORNEYS' FEES 11 2 9 AUDIT .. ... . 11 2 10. CODE REQUIREMENTS 12 2 11 CONFIDENTIALITY/SAFEGUARDING OF•INFORMATION 12 212 CONFORMANCE 13 2.13 COPYRIGHT PROVISIONS 13 2 14 DISALLOWED COSTS 13 215 DISPUTES 13 2 16 DUPLICATE PAYMENT 14 2 17 ETHICS/CONFLICTS OF INTEREST 14 City of Yakima - Page i Table of Contents LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract 2.18 GOVERNING LAW AND VENUE 14 2 19 INDEMNIFICATION 14 2.20 INDEPENDENT CAPACITY OF THE CONTRACTOR 14 2 21 INDUSTRIAL INSURANCE COVERAGE 15 2.22. LAWS .15 2.23 LICENSING, ACCREDITATION AND REGISTRATION . 15 2.24 LIMITATION OF AUTHORITY ..... . 15 2 25 LOCAL PUBLIC TRANSPORTATION COORDINATION 15 2.26 NONCOMPLIANCE WITH NONDISCRIMINATION LAWS 16 2.27 POLITICAL ACTIVITIES 16 2.28 PREVAILING WAGE LAW . 16 2.29 PROHIBITION AGAINST PAYMENT OF BONUS OR COMMISSION 16 2 30 PUBLICITY 16 2.31. RECAPTURE .. . 16 2.32. RECORDS MAINTENANCE. . 16 2 33 - REGISTRATION WITH DEPARTMENT OF REVENUE 17 2 34 RIGHT OF INSPECTION 17 2.35. SAVINGS .. 17 2 36 SEVERABILITY .' . .. 17 2.37 SURVIVAL. ......... . 17 2 38. TAXES .. : 17 2 39 TERMINATION FOR CAUSE / SUSPENSION . 17 2 40 TERMINATION.FOR CONVENIENCE 18 241 TERMINATION'PROCEDURES . . 18 2 42. WAIVER . 18; ATTACHMENT 1: PROJECT SCOPE OF WORK 19 ATTACHMENT II: CERTIFICATI.ON OF THE AVAILABILITY OF FUNDS TO COMPLETE THE PROJECT . 21 ATTACHMENT'111: ESTIMATED. PROJECT COSTS 23 ATTACHMENT IV: CERTIFICATION OF THE. PAYMENT AND REPORTING OF PREVAILINGMAGES - ' 24 ATTACHMENT V: CERTIFICATION OF-THE-INTENT TO ENTER.THE. LEADERSHIP`IN ENERGY AND ENVIRONMENTAL DESIGN (LEED) :CERTIFICATION PROCESS ; ' ' 25 City of Yakima Page ii Table of Contents LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract CONTRACT FACE SHEET Contract Number: LG09-951-125 Washington State Department of Commerce PU.BLIC WORKS BOARD 2009-2011 GRANT PROGRAMS—DIRECT-APPROPRIATION PROJECTS 1. Contractor City of Yakima 129 North 2nd Street Yakima, WA 98901 2. Contractor Doing Business As (optional) N/A 3. Contractor Representative Robert J Desgrosellier 129 North 2nd Street Yakima, WA 98901 4. Public Works Corina Grigoras, PO Box 48319, Clare Billings, PO Box 42525 Board Representative Special Programs Manager, Public Works Board Olympia,‘ WA 98504-8319 Managing Director, Contracts Administration Unit Olympia, WA 98504-2525 5. Contract Amount' $1,000,00000 6. Funding Source Federal ❑ State Q Other ❑ N/A. ❑. 7. Contract Start Date Contract Execution Date 8. Contract End Date 24 months from Contract execution (provided that funds are re appropriated into the 2011-2013 biennium) 9. Federal Funds (as,applicable) Federal Agency CFDA Number N/A - N/A ' N/A 10. Tax ID # 916001293 11. SWV # ° 12. UBI # 13. DUNS# "' 3 14. Contract Purpose : . The Board and the Contractor have entered into this Contract to undertake a legislatively -approved project thatfurthers the goals and objectives of Washington State, as indicated in the Engrossed Substitute House Bill 1.216, Section 1050 (4), enacted on May 15, 2009 The Board, defined as the Washington State. Public Works Board, and Contractor acknowledge and accept the terms of this Contract and attachments and.have executed this Contract on the date below to start as of the date and year last .written below The rights and obligations of both parties to this Contract are governed by this Contract and the following other documents incorporated,by reference Contractor Terms and Conditions including ATTACHMENT I PROJECT SCOPE OF WORK; ATTACHMENT II CERTIFICATION 'OFTHE AVAILABILITY OF FUNDS TO COMPLETE THE PROJECT, ATTACHMENT III ESTIMATED PROJECT COSTS, ATTACHMENT IV. CERTIFICATION. OF THE PAYMENT AND REPORTING OF PREVAILING WAGES, and ATTACHMENT V CERTIFICATION OF INTENT TO ENTER THE LEADERSHIP IN ENERGY AND ENVIRONMENTAL DESIGN.(LEED) CERTIFICATION PROCESS ' FOR THE CONTRACTOR .. F e ' HE PUBLIC WORKS BOARD. Signature k.A • zcxxs 3t-. Jo - . LaRocque, Execu we Directo L //o Print Name ^ T C ��/ 'y`atn er Date APPROVED AS TO FORM ONLY This 7th Day of December, 2009 Title / 3- 3_ lD Rob McKenna Attorney General Signature on File Date CITY coNTRAc r RESOLUTION NO. NO. o?OIO-o Kathryn Wyatt Assistant Attorney General R-26/0-30 City of Yakima LG09-951-125 Page 1 Contract Face Sheet 3/1/2010 2009-2011 Direct -Appropriation Contract CONTRACT TERMS AND CONDITIONS PUBLIC WORKS BOARD 2009-2011 GRANT PROGRAMS—DIRECT-APPROPRIATION PROJECTS Part 1: SPECIAL TERMS AND CONDITIONS 1.1. DEFINITIONS As used throughout this 2009-2011 Washington State Capital Budget Direct -Appropriation Contract the following terms shall have the meaning set forth below:' A. "Contract" shall mean this'2009-2011 Washington State Capital Budget Direct -Appropriation Contract. B "Contracto' shall mean the entity identified on the Contract Face Sheet performing service(s) under this'Contract and who is a party to the Contract, and shall include all employees and agents of the Contractor C "The Board" shall mean the Washington. State Public Works Board created in Revised Code of;., Washington (RCW)'43 155.030, and who is a Party to the Contract. 1.2. AUTHORITY Acting under the authority of Chapter 43 155 RCW, the Board has awardedthe Contractor a.2009- 2011 Washington State Capital Budget Direct -Appropriation grant fora legislatively -approved::, project.,;The Engrossed Substitute House Bill 1216, Section 1050 (4), enacted on May 15, 2009, made ah appropriation to support the Temporary Public Works Board Grant Program and directed: the Board to administer those funds 1.3: PURPOSE The'Board and the Contractor have entered into this Contract to undertake a legislatively -approved project that furthers the goals and objectives of Washington State' The project will be undertaken ,‘,"„by the Contractor and will include the activitiesmidentified in ATTACHMENT.I PROJECT SCOPE .. OF WORK. The project must be undertaken in accordance With the Contract terms and conditions, and all applicable state and local laws and ordinances, which -by this referenc"e°°are incorporatedAnto this Contract as thoughset.forth fully herein 1.4. ORDER OF PRECEDENCE In the event of an inconsistency in this Contract, :the inconsistency shall Abe resolved by giving precedence in:.the following order A. Applicable federal and State of Washington statutes and regulations B Special Terms andConditions including all the attachments. C General Terms and Conditions. 1.5. GRANT AMOUNT The Board shall pay an amount not to exceed the awarded grant amount of $1,000,000.00 for the eligible costs necessary for or incidental to the performance of work as set forth in ATTACHMENT I PROJECT SCOPE OF WORK. City of Yakima Page 2- Contract Terms and Conditions LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract 1.6. CERTIFICATION OF FUNDS - A. The release of state funds under this Contract is contingent upon the Contractor certifying that it has expended or has access to funds from other sources as set forth in ATTACHMENT II. CERTIFICATION OF THE AVAILABILITY OF FUNDS TO COMPLETE THE PROJECT to complete all the project activities identified in ATTACHMENT I PROJECT SCOPE OF WORK. Such sources may consist of a combination of any of the following i Loans or grants. ii. Eligible project expenditures prior to the execution of this Contract. iii. Cash dedicated to"the project. iv Funds available through a letter of credit or other binding loan commitment(s) v Pledges from foundations or corporations. vi. Pledges from individualdonors.. vii The value of real property when acquired solely for the purposes of this.project, as established and evidenced by a current market value appraisal performed by a licensed, professional real estate appraiser, or a current property tax statement. The' Board will not consider appraisals for prospective values of such property for the purposes of calculating the amount of matching fund credit. viii In-kind contributions, subjectto the Board's approval B The Contractor shall maintain records sufficient to evidencethat it has access to or has , expended funds from such sources, and shall make such.records available for the Board's review upon reasonable request., 1.7. MODIFICATION TO THE PROJECT COSTS Notwithstanding any other provision of this Contract, the Contractor may, at its discretion, make modifications not to exceed fifteen percent (15%) of each costcategory item in the ATTACHMENT 111 ESTIMATED' PROJECT COSTS The Contractor shall notify the Board in writing when making any budget modifications that would. ,exceed fifteen percent (15%) of any cost category line item asidentified in ATTACHMENT III. ESTIMATED PROJECT COSTS Nothing in this section.shall;be construed to permit an increase in the amount of grant as set forth Section 1 5 of this Contract 1.8. PROJECT:EXPENDITURES ELIGIBLE FOR REIMBURSEMENT Payrnents.to the Contractor -shall be made-cin.a reimbursementbasis only For the purposes"of this Contract, eligible costs shall`be construed to_mean costs incurred and paid, or costs incurred and payable within thirty (30) days Only costs thathave been incurred on or after May 15, 2009, are eligible for reimbursement under this Contract. .. ., The Contractor may be reimbursed for eligible costs related to the activities identified'in ATTACHMENT I PROJECT SCOPE OF WORK, in the following cost categories A. Real property and costs directly associated with such purchase, when purchased or acquired solely for the purposes of the project; B Design, engineering; architectural, and planning, C Archaeological/historical review; D Construction management and construction observation (from external sources only), E. Construction costs including, but not limited to, the following City of Yakima Page 3 Contract Terms and Conditions LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract i. Site preparation and improvements, ii Permits and fees, iii. Labor and materials, iv Taxes on project goods and services, v. Capitalized equipment; vi. Information technology infrastructure, and vii. Landscaping F Insurance premiums as required in Section 1 19; • G Other costs authorized through the legislation. 1.9. BILLING PROCEDURES AND PAYMENT The Board shall reimburse the Contractor for eligible project expenditures up to the maximum payable under this Contract. 'When requesting reimbursement for costs incurred or.expenditures made, the Contractor shalf.submit a signed and completed Invoice Voucher (Form A=19), referencing the ATTACHMENT I PROJECT SCOPE OF WORK:project activity performed, and any appropriate documentation The Invoice Voucher must be certified by an official of the Contractor with authority to bind the Contractor Each Invoice Voucher must be accompanied by a Project Status Report, which describes, in'" narrative.form, the progress made on the project since the last invoice was submitted, as well as a report°ofproject status to date The Board will not release payment for any reimbursement request received unless and until the,Project Status Report is received After approving the Invoice Voucher and Project Status Report, the Board shall promptly remit a warrant to the Contractor - The final Invoice Voucher payment shall not occur prior to the completion of all project activities as identified in ATTACHMENT.' :PROJECT SCOPE OF WORK. A sum not to.exceed ten' percent , ; (10°/0)' of the grant amount will be retained until all project activities are complete and a Certified Project Completion -Report is completed and submitted by the Contractor, per Section 1 10 The=Contractor shall submit all Invoice Vouchers and any required documentation to Contracts:Administration Unit Department of Commerce PO Box 42525 Olympia, WA 98504-2525 The' Board will pay the Contractor upon acceptance of services provided and receipt of,properly completed invoices, which -shall be submitted to the Board not more often than'monthly Payment shall be considered timely if.made.by the Board within thirty (30) calendar days after receipt of properly completed invoices: Payment shall be sent to -the address'designated by the Contractor The Board may, in its sole discretion, terminate the Contract or withhold payments claimed by the Contractor for services rendered if the Contractor fails to satisfactorily comply with any term or condition of this Contract. ° " No payments in advance or in anticipation of services or supplies to be provided under this Contract shall be made by the Board City of Yakima Page 4 Contract Terms and Conditions LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract Duplication of Billed Costs. The Contractor shall not bill the Board for services performed under this Contract, and the Board shall not pay the Contractor, if the Contractor is entitled to payment or has been or will be paid by any other source, including grants, for that service Disallowed Costs. The Contractor is responsible for any audit exceptions or disallowed costs incurred by its own organization or that of its subcontractors. 1.10. CERTIFIED PROJECT COMPLETION REPORT AND FINAL PAYMENT The Contractor shall complete a Certified. Project Completion Report when activities identified in ATTACHMENT I PROJECT SCOPE'OF WORK are complete The Board will supply the Contractor with the Certified Project Completion Report forms upon request. The Contractor shall provide the following information to the Board. A. A certified statement of the actual dollar amounts spent, from all funding sources, in completing the project as described in ATTACHMENT I PROJECT SCOPE OF WORK. • B A certified statement that the project, asdescribed in ATTACHMENT I PROJECT SCOPE OF WORK, is complete and,: if applicable, meets required standards' C Certification that..all:,costs associated with the project have been incurred and accounted for Costs are incurred When goods and services are received and/or contract work is performed. The Contractor will submit the Certified Project Completion Report together with the last Invoice Voucher for a sum not to exceed the balance of the grant amount including the ten percent (10%) - retainage, as described in Section 1 9 The final Invoice Voucher payment shall not occur prior to the completion of all project activities identified in ATTACHMENT I PROJECT SCOPE OF WORK 'and the Board's receipt of the Certified Project Completion Report. 1.11. REPORTS The Contractor shall furnish the Board with Project Status Reports when submitting Invoice Vouchers (as described in Section 1 9), Quarterly ProjectReports atthe end of each quarter, a Certified Project Completion Report at project completion (as described in Section 1 10), and other • reports as.the Board may require Failure to file -reports as requested may result inrtermination of this Contract. 1.12. EVALUATION AND MONITORING ° The Contractor shall cooperate with and -freely participate:in any monitoring or evaluation activities conducted by the Board, including site inspections, if necessary The Contractor may be asked by the Board to provide photographs, 'either hard copy or electronically, which visually depict .the -progress made on the project. The Board or the State Auditor -and any of their representatives shall have full access to and the right to examine all of the Contractor's records with respect to all matters covered in this Contract. Such representatives shall be permitted to audit, examine, and make excerpts or transcripts from such records and to make audits of all contracts, invoices, materials, payrolls, and records of matters covered by this Contract. Such rights last for six (6) years from the date final payment is made hereunder City of Yakima Page 5 Contract Terms and Conditions LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract 1.13. OWNERSHIP OF PROJECT/CAPITAL FACILITIES The Board makes no claim to any real property improved or constructed with funds awarded under this Contract and does not assert and will not acquire any ownership interest in or title to the capital facilities and/or equipment constructed or purchased with state funds under this Contract. This provision does not extend to claims that the Board may bring against the Contractor in recapturing funds expended in violation of this Contract. 1.14. CHANGE OF OWNERSHIP OR USE FOR CONTRACTOR -OWNED PROPERTY The Contractor understands and agrees.that any or all assets acquired, constructed, or otherwise improved by the Contractor using the funds under this Contract shall be held and used by the Contractor for the purposes stated in ATTACHMENT I PROJECT SCOPE OF WORK for a period of at least ten (10) years from the date the final payment is made. For a period of at least ten (10) years from thedate the final payment is made, iri :the event that the Contractor decides to change or transfer ownership of any or all assets acquired, constructed, or otherwise improved by the Contractor using the funds under this Contract, the Contractor agrees that any such decision or action must be submitted in writing and' approve&bythe Board in writing atleast thirty (30) days prior t� the execution of such decision or action In the event the Contractor is found to be out of compliance with this section, the Contractor shall repay the principal amount of the grant as stated in Section 1 5, plus interest calculated at the date of interest on State of Washington general obligation bonds issued most closely to theeffective, date of the legislation in which the:subject asset was authorized Repayment shall be made pursuant to Section 1.20 Recapture Provision 1.15. CHANGE OF USE FOR LEASED PROPERTY The Contractor understands and agrees that any facility leased by the Contractor that is `constructed, renovated, or otherwise improved using state funds under this Contract shall be"used by the Contractor for the purposes stated in ATTACHMENT I. PROJECT SCOPE OF WORK'for a. period; of:at least ten (10) years from the date the final payment is made In the event the Contractor is found to be out of compliance with this section, the Contractor shall repay the principal amount of"the grant as stated in Section 1 5, ,plus interest calculated:at.the rate, of interest on State of Washington general obligation, bonds issued most closely to the<effective date of'the legislation: in which the subject facility.was authorized Repayment shall" be made pursuant to Section 1 2Q ,Recapture Provision 1.16. HISTORICAL AND CULTURAL ARTIFACTS In the event that historical or cultural artifacts are discovered at the project site during construction, the Contractor shall immediately stop construction and notify the state historical preservation officer at the Washington State Department" of Archaeology and Historic:Preservation In the event that the Contractor finds it necessary to amend ATTACHMENT I PROJECT SCOPE OF WORK, the Contractor may be required to re -comply with Executive Order 05-05 1.17. SIGNAGE, MARKERS, AND. PUBLICATIONS If, during the period covered by this Contract, the Contractor displays or circulates any communication, publication, or donor recognition identifying the financial participants in the project, any such communication or publication must identify "The Taxpayers of Washington State" as a participant. City of Yakima Page 6 Contract Terms and Conditions LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract 1.18. PREVAILING WAGE LAW The project funded under this Contract is subject to state prevailing wage law (Chapter 39 12 RCW) The Contractor is advised to consult the Industrial Statistician at the Washington Department of Labor and Industries to determine the prevailing wages that must be paid The Board is not' responsible for determining the prevailing wages applying to this project or for any prevailing wage payments that may be required by law 1.19. INSURANCE A. Private Organizations The Contractor shall provide insurance coverage as set out in this section The intent of the required insurance is to protect the State of Washington should there be any claims, suits, actions, costs, damages, or expenses arising from any loss, or negligent or intentional act or omission of the Contractor or its subcontractors,or agents of either, while performing under the terms 'of this Contract. The insurance required shall be issued by an insurance company authorized to do business within the State ofWashington Except for Professional Liability or Errors and Omissions Insurance, the insurance shall name the State of Washington, its agents, officers, and employees, as additional insureds under the insurance policy All policies "shall be primary to any other valid and collectable insurance. The Contractorhall instruct the insurers to give the Board thirty (30) calendar days advance notice of'any insurance cancellation or modification The Contractor shall submit to the Board within fifteen (15) calendar days of the Contract start date, a certificate of insurance, which outlines the coverage and limits required under this insurance section During the term of the Contract, the Contractor shall submit renewal certificates not less than thirty (30) calendar days prior to expiration of each policy required under this section-` The Contractor shall provide insurance coverage that shall be maintained in full force and effect during the term of this Contract, as follows Commercial General Liability. Insurance Policy. Provide a: Commercial General' Liability :Insurance Policy, including contractual.. liability, written onn;an;occurrence basis, in adequate quantity to protect against legal liability arising`_out of Contract.activity but no less than . $1,000,000 per occurrence Additionally, the Contractor is' responsible for.ensuring.that any subcontractors provideadequate insurance coverage for the activities arising out of `.subcontracts Automobile Liability. In the event that performarice pursuant to this Contract involves the use of vehicles, owned or operated by the Contractor or its subcontractors, automobile liability insurance shall be required The minimum limit for automobileliability is $1,000,000 per occurrence, using a Combined Single Limit for bodily injury and property damage Professional Liability, Errors, and Omissions Insurance. The Contractor shall maintain Professional Liability or Errors and'Omissions insurance The Contractor shall maintain minimum limits of no less than $1,000,000 per occurrence to cover all activities by the Contractor and licensed staff employed or under Contract to the Contractor The State of Washington, its agents, officers, and employees need not be named as additional insureds under this policy. Fidelity Insurance. Every officer, director, employee, or agent who is authorized to act on behalf of the Contractor for the purpose of receiving or depositing funds into program accounts City of Yakima Page 7 Contract Terms and Conditions LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract or issuing financial documents, checks, or other instruments of payment for program costs shall be insured to provide protection against loss. i The amount of fidelity coverage secured pursuant to this Contract shall be $100,000 or the highest of planned reimbursement for the Contract period, whichever is lowest. Fidelity insurance secured pursuant to this paragraph shall name the Contractor as beneficiary ii. Subcontractors that receive $10,000 or more per year in funding through this Contract shall secure fidelity insurance as noted above Fidelity insurance secured by subcontractors pursuant to this paragraph shall name the Contractor as beneficiary The Contractor shall provide, at the Board's request, copies of insurance instruments or certifications from the insurance issuing agency. The copies or certifications shall show the insurance coverage;,the designated beneficiary, who is covered, the amounts, the period of coverage, and that the Board will be provided thirty (30) days advance written notice of cancellation. B. Self-Insured'Contractors With prior approval, from the Board, the Contractor may provide insurance coverage under -a self-insured/liability Ii5ool or self-insured risk management program In order to -obtain permission from the Board, the Contractor shall provide. i. a description of its'self-insurance program, and ii. a certificate and/or letter of coverage that outlines coverage, limits; and,deductibles. All self-insured risk management programs or self-insured/liability pool financial reports must comply with Generally Accepted Accounting Principles (GAAP) and adhere to accounting standards promulgated by. i Governmental Accounting. Standards Board (GASB); ii -Financial Accounting Standards Board'(FASB), and iii The Washington State Auditor's annual instructions for financial reporting Contractors participating in joint risk.pools shall -Maintain sufficient.documentation to support the aggregate claim liability information reported on the balance sheet: The State of Washington, its agents, and ernployees need not be named:as additional insured under a self- insured property/liability pool, if the pool is prohibited from naming third parties as additional insured Contractor shall provide annually to they Board a summay of coverages and a letter of self- insurance, evidencing continued coverage under Contractor's self-insured/liability pool or self- insured risk management program Such annual summary of coverage and letter of self- insurance will be provided on the anniversary of the start date of this Contract. Employers Liability ("Stop Gap") Insurance. In addition, the Contractor shall buy employers liability insurance and, if necessary, commercial umbrella liability insurance with limits not less than $1,000,000 each accident for bodily injury by accident of $1,000,000 each employee for bodily injury or disease City of Yakima Page 8 Contract Terms and Conditions LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract Excess Coverage. By requiring insurance herein, the Board does not represent that coverage and limits will be adequate to protect Contractor and such coverage and limits shall not limit Contractor's liability under the indemnities and reimbursements granted to the Board in this Contract. Unemployment and Industrial Insurance. The Contractor shall be in full compliance with all state unemployment and industrial insurance laws while performing work under this Contract. The Board will not be. responsible for payment of industrial -insurance premiums or for any other claim or benefit for the Contractor, or any subcontractor or`employee of the Contractor, which might arise under the industrial insurance laws during performance of this Contract. Protection of Project Property, Contractor's Assumption of Risk. The Contractor shall continuously maintain adequate protection of all the project work from damage and shall protect theproperty from injury or loss arising'in connection with this Contract The entire work of the Contractor shall be at the sole risk of the Contractor The Contractor may elect to secure fire, extended coverage, and vandalism insurance or all-risk insurance to cover the project work during the course of construction. The Contractor shall take all necessary precautions for the safety of employees working on the project, and shall comply with all applicable provisions of federal, state, and local,'safety laws and building codes to prevent accidents or injuries to persons, on, about, or adjacent to the premises where thevwork,is being performed 1.20. RECAPTURE PROVISION In the event that the Contractor fails to expend state funds in accordance with state.law and]or the provisions of this Contract, the Board reserves the right to recapture state funds in a,Sn`amount equivalent to the extent of noncompliance Repayment by the Contractor of state funds under this recapture provision shall occur within thirty (30) days of demand. In the'event that the Board;is required to institute proceedings to enforce this recapture provision, .the Board shall be a entitled to its cost thereof, including reasonable attorney's fees 1.21. REDUCTION IN FUNDS In the event state fundsappropriated for.the work contemplated under this Contract are withdrawn, reduced, or limited;in any way by the Washington State Governor or Legislature during the Contract period, the parties hereto shall be bound by any such revised funding limitations as implemented at the discretion -of the Board, and shall meet and renegotiate the Contract accordingly 1.22. REAPPROPRIATION The parties hereto understand and agree that any state funds not expended by June -30, 2011, including the ten percent (10%) retainage:as;described in Section 1 8, will lapse orytliat date unless specifically reappropriated by the Washington State Legislature or Governor Th6'Board will make all necessary efforts to seek reappropriation of funds into the 2011-2013 biennium If funds are so reappropriated, the. Board's obligation under the terms of this Contract shall'be contingent upon the terms of such reappropriation City of Yakima Page 9 Contract Terms and Conditions LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract Part 2. GENERAL TERMS AND CONDITIONS 2.1. DEFINITIONS As used throughout this Contract, the following terms shall have the meaning set forth below. 2.2. A. "Authorized Representative" shall mean the Public Works Board Chair and/or the designee authorized in writing to act on the Chair's behalf B "Contractor" shall mean the entity identified on theface sheet performing service(s) under this Contract, and shall include all employees and agents of the Contractor C. "The Board" shall mean The Washington State Public Works Board created in Revised Code of Washington (RCW) 43 155 030, and who is a Party to the Contract. D "PersonalInformation" shall mean information identifiable to any person, including, but not limited to, information that relates to a person's name, health, finances, education, business, use or receipt of,governmental.services or other activities, addresses, telephone numbers, social security numbers, driver license numbers, other identifying numbers, and any financial identifiers. E. "State" shall mean the state of Washington F "Subcontractor" shall mean onenot in'thetlemployment of the Contractor, who is performing all or part of those services.under this'Contract under a separate contract with the.Contractor The. terms "subcontractor" aria "subcontractors" mean subcontractor(s) in any tier` ALLOWABLE COSTS Costs allowable under this Contract are actual expenditures according to an approved budget up to -the maximum amount stated on the Contract Award or Amendment Face Sheet. y i , 2.3. ALL WRITINGS CONTAINED HEREIN This Contract contains all the terms and conditions agreed upon' by the parties No other understandings, oral or otherwise, regarding the subject.rnatter of this Contract shall be deemed to exist or to bind any of, the parties hereto 2.4. AMENDMENTS This Contract may be amended by mutual agreement of the parties Such amendments shall not be binding unless. they are in writing and -signed by personnel authorized to bind each of the parties. 2.5. AMERICANS WITH DISABILITIES'ACT (ADA) OF 1990, PUBLIC LAW 101-336, ALSO REFERRED TO AS THE "ADA" 28 CFR PART 35- - The Contractor must comply with the ADA, which provides comprehensive civil rights protection to individuals with disabilities in the areas of employment, public accommodations, state and local government services, and telecommunications • 2.6. APPROVAL This Contract shall be subject to the written approval of the Board's Authorized Representative and shall not be binding until so approved The Contract may be altered, amended, or waived only by a written amendment executed by both parties 2.7. ASSIGNMENT Neither this Contract, nor any claim arising under this Contract, shall be transferred or assigned by the Contractor without prior written consent of the Board City of Yakima Page 10 Contract Terms and Conditions LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract 2.8. ATTORNEYS' FEES Unless expressly permitted under another provision of the Contract, in the event of litigation or other action brought to enforce Contract terms, each party agrees to bear its own attorneys _fees and costs 2.9. AUDIT A. General Requirements Contractors are to procure audit services based on the following guidelines The Contractor shall maintain its records and accounts so as to facilitate the audit requirement and shall ensure that Subcontractors also maintain auditable records. The Contractor is responsible for any audit exceptions incurred by its own organization or that of its Subcontractors The Board reserves the right to recover from the Contractor all disallowed costs resulting from the audit. As applicable, Contractors required to have an audit must ensure.the audits are performed in accordance with Generally Accepted Auditing Standards (GAAS), Government Auditing. - Standards (the Revised Yellow Book) developed by the Comptroller General Responses to any unresolved management findings and disallowed or questioned costs shall =, be included with the audit report. The Contractor must respond to the Board requests for information or corrective action concerning audit issues within thirty (30) days of the date of request. - B. State funds Requirements Contractors expending $100,000 or more in total state funds in a fiscal year must .have a financial audit as defined by Government Auditing Standards (The Revised -Yellow Book) and according to Generally Accepted Auditing Standards (GAAS) The Schedule of State Financial Assistance must be included The schedule includes Contractor agency name State program name, BARS account number Contractor Agency, contract number Contract award amount including amendments (total grant award) Beginning balance Current year revenues Current year expenditures Ending balance Program total g< If the Contractor is a state or local government entity, the Office of the State Auditor shall conduct the audit. Audits of non-profit' organizations are to be conducted by a certified public accountant selected by'the Contractor The Contractor shall include the above audit requirements in any subcontracts In any case, the Contractor's financial records must be available for review by the Board City of Yakima Page 11 Contract Terms and Conditions LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract C. Documentation Requirements The Contractor must send a copy of any required audit Reporting Package as described in OMB Circular A-133, Part C, Section 320(c) no later than nine (9) months after the end of the Contractor's fiscal year(s) to Department of Commerce ATTN Audit Review and Resolution Office 906 Columbia Street SW, Fifth Floor PO Box 48300 Olympia WA 98504-8300 In addition to sending -a copy of the audit, when applicable, the Contractor must include • Corrective action plan for'audit findings within three (3) months of the audit being received by the Board • Copy of the Management Letter 2.10. CODE REQUIREMENTS All.constructibn and rehabilitation projects must satisfy the requirements of applicable local, state, and federal building, mechanical, plumbing, fire, energy and -barrier -free codes Compliance with the Americans with Disabilities Act of 1990 28 C F R. Part 35 will be required, as specified by the local building'Department. 2.11. CONFIDENTIALITY/SAFEGUARDING OF INFORMATION A. "Confidential Information" as used in this section includes P. All material provided to the Contractor by the Board that is designated as "confidential" by the Board; b All materialproduced by the Contractor that is designated as "confidential" by the Board, and` c All personal information in the possession of the Contractor that may not be disclosed under state or federal law "Personal information" includes but is not limited to information. related to a person's name, health, finances, education, business, use of governmentservices, addresses, telephone numbers, social. security number, driver's.., license.number and other identifying numbers, and "Protected Health Information" r undethe federal Health Insurance Portability and Accountability Act of 1996 (HIPAA) B „ The Contractor shall comply with all state and federal laws related to the use, sharing, transfer, sale, or disclosure of Confidential Information •The Contractor shall use Confidential Information solely for the purposes of this Contract and shall not use, share,, transfer, sell or disclose any Confidential Information to any third party except with the prior written consent of the Board or as may be required by law The Contractor shall take all; necessary steps to assure that Confidential Information is safeguarded to prevent unauthorized use, sharing, transfer, sale or disclosure of Confidential Information or violation of any state or federal laws related thereto Upon request; the Contractor shall provide the:Board with, its policies and procedures on confidentiality The,Board may require changes to such policies and procedures as they apply to this Contract,whenever the Board reasonably determines'that changes are necessary to prevent unauthorized disclosures The Contractor shall make the changes within the time period specified by the Board Upon request, the Contractor shall immediately return to the Board any Confidential Information that the Board reasonably determines has not been adequately protected by the Contractor against unauthorized disclosure C Unauthorized Use or Disclosure The.Contractor shall notify the Board within five (5) working days of any unauthorized use or disclosure of any confidential information, and shall take necessary steps to mitigate the harmful effects of such use or disclosure City of Yakima Page 12 Contract Terms and Conditions LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract 2.12. CONFORMANCE If any provision of this Contract violates any statute or rule of law of the state of Washington, it is considered modified to conform to that statute or rule of law 2.13. COPYRIGHT PROVISIONS Unless otherwise provided, all Materials produced under this Contract shall be considered "works for hire" as defined by the U S Copyright Act and shall be owned by the Board The Board shall be considered the author of such Materials. In the event the Materials are not considered "works for hire" under the U S Copyright laws, the Contractor hereby irrevocably assigns all right, title, and interest in all Materials, including all intellectual property rights, moral rights, and rights of publicity to the Board effective from the moment of creation of such`Materials "Materials" means all items in any format and; includes, but is not limited to, data, reports, documents, pamphlets, advertisements, books, magazines, surveys, studies, computer programs, films, tapes, and/or sound reproductions, "Ownership" includes the right to copyright; patent, register and the ability to transfer these.rights For Materials that are delivered under the Contract, but that incorporate pre-existing materials not produced under the Contract, the.Contractor hereby grants to the Board a.nonexclusive, royalty= "free; irrevocable license (with rights to sublicense to others) in such Materials.to.translate, reproduce, distribute, prepare derivative works, publicly perform, and publicly display The Contractor warrants and represents thatthe Contractor has all rights and permissions, including intellectual property rights, moral rights and rights of publicity, necessary:to grant such a license -to the Board s` ,The Contractor shall exert all reasonable effort to advise the Board, at the time of delivery of. Materials furnished under this Contract, of all known or potentialinvasions of privacy contained therein and of any portion of such document which was not produced in the performance of this Contract. The Contractor shall provide the Board with prompt¢writtennotice of each notice or claim ',Of 'infringement received "by the Contractor with respect to any Materials delivered under this Contract. The Board shall have.the right to modify or remove any restrictive markings placed upon the. Materials by the Contractor' 2.14. DISALLOWED COSTS' The Contractor is.responsible for any audit exceptions or disallowed costs incurred by its own organization or that of its Subcontractors. 2.15. DISPUTES Except as otherwise provided in this Contract, when a dispute arises between the parties and it cannot be resolved by direct negotiation, either party may request a dispute hearing with the Chair of the Board;'who may designate a neutral person to decide the dispute The request for a dispute hearing must: • be in writing, • state the disputed issues, • state the relative positions of the parties; • state the Contractor's name, address, and Contract number; and • be mailed to the Chair and the other party's (respondent's) Representative within three (3) working days after the parties agree that they cannot resolve the dispute The respondent shall send a written answer to the requestor's statement to both the Chair or the Chair's designee and the requestor within five (5) working days City of Yakima Page 13 Contract Terris and Conditions LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract The Chair or designee shall review the written statements and reply in writing to both parties within ten (10) working days. The Chair or designee may extend this period if necessary by notifying the parties. The decision shall not be admissible in any succeeding judicial or quasi-judicial proceeding The parties agree that this dispute process shall precede any action in a judicial or quasi-judicial tribunal Nothing in this Contract shall be construed to limit the parties' choice of a mutually acceptable alternate dispute resolution (ADR) method in addition to,the disputehearing procedure outlined above 2.16. DUPLICATE PAYMENT The Contractor certifies,that work to be performed under this Contract does not duplicate any work to be charged against ariyother contract, subcontract, or other source 2.17. ETHICS/CONFLICTS OF INTEREST In performing.under.this Contract, the Contractor shall assure compliance'with the Ethics in'Public Service Act (Chapter 42 52 RCW) and any other.applicable state or federal law related to ethics or conflicts of interest. . 2.18. GOVERNING LAW ANDV.ENUE. This Contract shall be"construed and interpreted in accordance with the laws of the state of Washington, and the°.venue of any action brought hereunder shall be in the Superior Court for Thurston County 2:19. INDEMNIFICATION 1: 'To the fullest extent permitted bylaw, the Contractor shall indemnify; defend, and hold harmless the state of Washington, the Board, all.other agencies of the stateand all officers, agents and employees of the state, -from and against all claims or damages for injuries to persons orproperty or death arising out of or incident to the Contractor's performance or -failure to perform the Contract. The Contractor's obligatiori to -indemnify, defend, and hold"harrnless includes any claim by the - Contractor's agents, employees, representatives, or any Subcontractor or its agents, employees, or representatives. The Contractor's obligationto indemnify, defend, and hold harmless shall not be eliminated by any actuarbr alleged concurrent negligence of the state or its agents, agencies, employees -and officers Subcontracts.shall include.a comprehensive indemnification clause holding harmless the Contractor, the Board, the state of Washington; .its .officers, employees and authorized agents. The Contractor waives its immunity under Title 51 RCW to the extent it is required to indemnify, defend and hold harmless the state and its agencies, officers, agents or employees. 2.20. INDEPENDENT CAPACITY OF THE CONTRACTOR The parties intend that an independent contractor relationship will be created by this Contract. The Contractor and its employees or agents performing under this Contract are not employees or agents of the state of Washington or the Board The Contractor will not hold itself out as or claim to be an officer or employee of the Board or of the state of Washington by reason hereof, nor will the Contractor make any claim of right, privilege or benefit which would accrue to such officer or employee under law Conduct and control of the work will be solely with the Contractor City of Yakima Page 14 Contract Terms and Conditions LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract 2.21. INDUSTRIAL INSURANCE COVERAGE The Contractor shall comply with all applicable provisions of Title 51 RCW, Industrial Insurance. If the Contractor fails to provide industrial insurance coverage or fails to pay premiums or penalties on behalf of its employees as may be required by law, the Board may collect from the Contractor the full amount payable to the Industrial Insurance Accident Fund The Board may deduct the amount owed by the Contractor to the accident fund from the amount payable to the Contractor by the Board under this Contract, and transmit the deducted amount to the Department of Labor and Industries, (L&I) Division of Insurance Services This provision does not waive any of L&I's rights to collect from the Contractor. 2.22. LAWS The Contractor shall comply with all applicable laws, ordinances, codes, regulations and policies of local and state,and federal governments, as now or hereafter amended including, but not limited to Washington State Laws and Regulations • Affirmative action, RCW 41 06 020 (1"1) Boards of directors or officers of non-profit corporations — Liability - Limitations, RCW 4.24 264 "Disclosure -campaign finances -lobbying, Chapter 42 17 RCW Discrimination -human rights commission, Chapter 49 60 RCW Ethics in public service, Chapter 42 52 RCW Housing assistance program, Chapter 43 185' RCW Interlocal cooperation:act, Chapter 39`34 RCW- Noise control., Chapter 70 107 RCW Office of minority and "women's business enterprises, Chapter 39 19 RCW and Chapter 326-02, WAC Open public meetings act, Chapter 42 30 RCW Prevailing wages on public works, Chapter 39 12 RCW Public records act, Chapter 42 56 RCW Relocation assistance: real property acquisition policy, Chapter 8':26 RCW Shoreline managemerntact of 1,971, Chapter 90 58 RCW State budgeting, accounting, and reporting system, Chapter -43 88 RCW .State building code; Chapter 19.27 RCW and Energy-related building standards, Chapter 19 27A RCW, and Provision's in buildings for aged and handicapped. persons, Chapter. 70 92 RCW State Coastal Zone Managernent-Program, Publication 01-06-003, Shorelands and Environmental Assistance Program, Washington State Department of Ecology State environmental policy, Chapter 43 2.1 C,RCW 'State Executive Order 05-05 Archeological and Cultural Resources 2.23. LICENSING, ACCREDITATION AND REGISTRATION The Contractor shall comply with all applicable local, state, and federal licensing, accreditation and registration requirements or standards necessaryfor the performance of this Contract. 2.24. LIMITATION OFAUTHORITY Only the Authorized Representative or Authorized Representative's designee by writing (designation to be made prior to action) shall have the express, implied, or apparent authority to alter, amend, modify, orwaive any clause or condition of this Contract. 2.25. LOCAL PUBLIC TRANSPORTATION COORDINATION Where applicable, Contractor shall participate in local public transportation forums and implement strategies designed to ensure access to services. City of Yakima Page 15 Contract Terms and Conditions LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract 2.26. NONCOMPLIANCE WITH NONDISCRIMINATION LAWS During the performance of this Contract, the Contractor shall comply with all federal, state, and local nondiscrimination laws, regulations and policies. In the event of the Contractor's non- compliance or refusal to comply with any nondiscrimination law, regulation or policy, this Contract may be rescinded, canceled or terminated in whole or in part, and the Contractor may be declared ineligible for further contracts with the Board. The Contractor shall, however, be given a reasonable time in which to cure this noncompliance. Any dispute may be resolved in accordance with the "Disputes" procedure set forth herein 2.27. POLITICAL ACTIVITIES Political activity of Contractor employees and officers are limited bythe State Campaign Finances and Lobbying provisions of Chapter 42 17 RCW and the Federal Hatch Act, 5 USC 1501 - 1508 No funds may be used for working for or against ballot measures or for or against the candidacy of any person for public office 2.28. PREVAILING..WAGE LAW The Contractor certifies that all contractors and subcontractors performing work on,the Project shall comply with state Prevailing Wages on Public Works, Chapter 39 12 RCW, as applicable to the Project funded by this Contract, including but not'Iimited to the filing of the "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" as required. by RCW 39'12 04Q The Contractor shall maintain records sufficient to evidence compliance with Chepter 39.12 RCW, and shall make'such records available for the Board's review upon:request. 2.29. PROHIBITIONAGAINST PAYMENT OF BONUS OR COMMISSION 'The funds provided under this Contract shall not be used in payment of any bonus or commission for the purpose of obtaining approval of the application for such funds or any other approval or concurrence under•this Contract provided, however, that reasonable fees or bona fide technical consultant, managerial, or other such services, other than actual solicitation, are,not hereby prohibited if otherwise eligible as project costs 2.30. PUBLICITY The Contractor agrees not to•publish or use any advertising or publicity -materials in which the, state of Washington or the Board's name is mentioned, or language used from which theconnection with the state of Washington's or. the Board's name may reasonably be inferred or implied,.withouf the prior written consent of the Board - - 2.31. RECAPTURE In the event that the Contractor fails to perform this Contractin accordance with state laws, federal laws, and/or the provisions of this Contract, the Board reserves the right to recapture funds in an amount to compensate the Board for the noncompliance in addition to any other remedies available at law or in equity Repayment by the Contractor of funds under this recapture provision shall occur within the time period specified by the Board In the alternative, the Board may recapture such funds from payments due under this Contract. 2.32. RECORDS MAINTENANCE The Contractor shall maintain all books, records, documents, data and other evidence relating to this Contract and performance of the services described herein, including but not limited to accounting procedures and practices which sufficiently and properly reflect all direct and indirect City of Yakima Page 16 Contract Terms and Conditions LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract costs of any nature expended in the performance of this Contract. Contractor shall retain such records for a period of six years following the date of final payment. If any litigation, claim or audit is started before the expiration of the six (6) year period, the records shall be retained until all litigation, claims, or audit findings involving the records have been finally resolved 2.33. REGISTRATION WITH DEPARTMENT OF REVENUE If required by law, the Contractor shall complete,registration with the Washington State Department of Revenue 2.34. RIGHT OF INSPECTION At no additional cost to the Board, all records,relating to the Contractor's performance under this Contract shall be subject at all reasonable times to inspection, :review, and audit by'the ,Board, the Office of the State Auditor, and federal and state officials`so authorized by law; in order to monitor and evaluate performance, compliance, and quality assurance under this Contract. The Contractor shall provide access to its facilities for this purpose 2.35. SAVINGS • In the event funding from state, federal, or other, sources is withdrawn, reduced, or limited in any way after the effective date of this Contract and"prior,;to normal completion, ,the Board may terminate the Contract under the "Termination for Convenience" clause, without the ten business day notice requirement. In lieu of termination, the Contract may be amended to reflect the new funding limitations -and conditions 2.36. SEVERABILITY If any provision of this Contract or any provision of any document incorporated by reference shall - be held invalid, such invalidity shall not affect the other provisions of this.Contract that can be: given effect without the invalid "provision, if such remainder conforms to the requirements of law and the fundamental purpose ofthis Contract and to this end the provisions. of this Contract are declared.to be severable 2.37. SURVIVAL , The terms, conditions;. and warranties contained in this Contract that by their sense and context are intended to survive the completion of the performance, cancellation or termination of this Contract shall so survive 2.38. TAXES All payments accrued on account of payroll taxes, unemployment contributions, the Contractor's income or gross receipts, any other taxes, insurance or expenses for the Contractor or its staff shall be the sole responsibility of the.Contractor 2.39. TERMINATION FOR CAUSE / SUSPENSION In event the Board determines that the Contractor failed to: comply with any term or condition of this Contract, the Board may terminate the Contract in whole or in part upon written notice to the Contractor Such termination shall be deemed 'for cause" Termination shall take effect on the date specified in the notice. In the alternative, the Board upon written notice may allow the Contractor a specific period of time in which to correct the non-compliance During the corrective -action time period, the Board may suspend further payment to the Contractor in whole or in part, or may restrict the Contractor's right City of Yakima Page 17 Contract Terms and Conditions LG09-951-125 3/1/2010 .2009-2011 Direct -Appropriation Contract to perform duties under this Contract. Failure by the Contractor to take timely corrective action shall,allow the Board to terminate the Contract upon written notice to the Contractor "Termination for Cause" shall be deemed a "Termination for Convenience" when the Board determines that the Contractor did not fail to comply with the terms of the Contract or when the Board determines the failure was not caused by the Contractor's actions or negligence If the Contract is terminated for cause, the Contractor shall be liable for damages as authorized by law, including, but not limited to, any cost difference between the original contract and the replacement contract, as well as all costs associated with entering into the replacement contract (i e., competitive bidding,mailing, advertising, and staff time) 2.40. TERMINATION FOR CONVENIENCE Except as otherwise providedin this Contract the Board may, by ten (10) business days written notice, beginning on the second day after the mailing, terminate this Contract, in whole or in part. If this Contract is so terminated, the Boardshall be liable only for payment required under the terms of this Contract for services rendered or goods delivered prior to the effective date of termination 2.41. TERMINATION PROCEDURES After receipt of.a notice of termination, except as otherwise directed by the Board, the Contractor shall A: Stop work under the Contract on the date, and to the extent specified, in -the notice, B. Place no further orders or subcontracts for materials, services, or facilities related to the Contract; ,; C Assign to the State all of the rights, title, and interest of the Contractor under the orders and subcontracts so terminated, in which case the Board has the right, at its discretion, to settle or pay.any or all.claims arising out of the termination of such orders and subcontracts Any,, attempt by the""Contractor to settle such claims must have the prior writtenapproval of the Board; and - D Preserve and transfer any materials; Contract deliverables and/or the Board property in -the Contractor's possession as directed by the Board Upon terrnination of the Contract, the 'Board shall pay the. Contractor for any;service,provided:by the Contractor under the Contract prior to'the date of termination The Board may withhold any amount due as the Board reasonably determines:is:necessary to protect the Board against potential loss or liability resulting from the termination The Board shall pay any withheld amount to the Contractor if the Board later determines that loss or liability -will not occur The rights and remedies of the Board under this section are in addition to any other rights and remedies provided under this Contractor otherwise provided under law 2.42. WAIVER - Waiver of any default or breach shall not be deemed,to be a waiver of any subsequent default or breach Any waiver shall noLbe construed to be a `modification ofthe terms of this Contract unless stated to be such in writing and -signed by Authorized Representative of the Board City of Yakima Page 18 Contract Terris and Conditions LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract ATTACHMENT 1: PROJECT SCOPE OF WORK PUBLIC WORKS BOARD 2009-2011 GRANT PROGRAMS—DIRECT-APPROPRIATION PROJECTS Contractor: City of Yakima Contract Number: LG09-951-125 Project Title: Yakima Downtown Futures Initiative Phase 4 The project's scope of work is comprised of the following activities. Along 8th Street, between "A" Street and Chestnut Avenue, the project will feature period lighting and amenities that correspond with the historic fabric of Yakima's core area and the North Front Street Historic District. Amenities of the DFI Phase IV will include: - New sidewalks with wheelchair ramps (new curb and gutter as,necessary), -New trees and a tree lighting system, - Pedestrian lighting, (13,foot tall Historic style)„ - Raised planters and hanging, flower baskets, - Relocation and replacement of existing street lights, - Pedestrian and transit benches, , Water, sewer,irrigation and electrical service improvements as needed.' •- a Along the Yakima Convention Center the alignment of 8thStreetwill curve easterly away from the Center allowing. for wider sidewalks for Convention Center facility use. The anticipated project schedule is as follows: - Prelir"ninary Survey: January 2010 - Preliminary Design: February 2010 - Design: March::2010 - Advertisement and Opening of Bids: -April 2010 - Project Award: April 2010 - Construction: May. — September 2010 Project Closeout:November 2010 If the above scope of work includes engineering, planning, or design activities, the Contractor shall make all plans and documents funded in whole or in part by'this Contract available for the Board's review upon reasonable request. The project will be considered complete'when all the activities identified in the above scope of work are complete Additionally, the project performance -measures listed below must be accomplished by December 2011 The new outdoor plaza created will accomodate an additional 500 people for conference needs. This not only increases the size of conferences that the Convention Center can accommodate but it will add bookings for the Center for outdoor meetings, luncheons, and local events that cannot be booked with the current facility. It is estimated that all bookings in 2011 will increase by 5% compared to 2010, resulting in a 3% revenue increase. City of Yakima Page 19 Attachment 1: Project Scope of Work LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract The Contractor, by its signature below, certifies that the project's scope of work and performance measures set forth above have been reviewed and approved by the Contractor's governing body as of the date and year written below SIGNATURE A - Zai 5 3-c. NAME C � � /VVc ad -e.l TITLE o DATE City of Yakima Page 20 Attachment 1: Project Scope of Work LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract ATTACHMENT II: CERTIFICATION OF THE AVAILABILITY OF FUNDS TO COMPLETE THE PROJECT PUBLIC WORKS BOARD 2009-2011 GRANT PROGRAMS—DIRECT-APPROPRIATION PROJECTS Contractor: city of Yakima Contract NunibertG097951A25 TypeO1 Funding : Funding Source t in i ,,' .,..z-, AinouTlii This Direct-Appropriatior Washington:State Public : Works Board ,' ,, ,.' $1,000,000.00 Grants Grant #1 „ ..7.4. • - , . , . ..ti!, I.,: ;if, $ 0 00 Grant.-, #2 . . . $0.00 i Grant #3 , .' 1..-,.„- ., ,,, ',,; ,,.- 1; %r ' : ,Fj 1 ''' , ' $ 0 0 0 :, $0.00, - Tpta I .Grants, = . 1' 'Loans Lb an #1- , ',,,,,' , - $01:10 Loari#2 '' - .7 • - „, :, , . f ',-,, I .:P , "f , $CYOO ,Loan,#3 $Q 00 , . TotalLoans 4 „ . ;, , ' ' 9 $0.00 j Local Revenue , : ' Local Revenue #1 , ' ' Local Revenue #2 , -, . <;REET- , , - ~ ° - $50,000 00 - :$0 00 Local' keventie #3 '','-' , , „ , -,:,...k , „ , ' ' ' ' ,, $000 Total Local Revenue :‘'': „.. , • $50,000.00 _ Other,Eund Other FundS11 . $0.00 ' Other Funds #2‘ ,.., ",. .... , ,•., $0 00 Total Other Funds ;,,,,,,k $0.00 TOTAL PROJECT FUNDING„ • $1,050,000.00 The Contractor, by its signature below, certifies' that project funding from sources other than those provided by this Contract and identified above has been reviewed and approved by the Contractor's governing body or board of directors, as applicable, and has either been expended for eligible project expenses, or is committed in writing and available and will remain committed and available solely and specifically for carrying out the activities described in ATTACHMENT I PROJECT SCOPE OF WORK, as of the date and year written below The Contractor shall maintain records sufficient to evidence that it has City of Yakima Page 21 Attachment II: Availability of Funds Certification LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract expended or has access to the funds needed to complete the activities described in ATTACHMENT I PROJECT SCOPE OF WORK, and shall make such records available for the Board's review upon reasonable request. SIGNATURE R. A- Zags r . NAME TITLE / DATE /6 City of Yakima Page 22 Attachment II: Availability of Funds Certification LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract ATTACHMENT III: ESTIMATED PROJECT COSTS PUBLIC WORKS BOARD 2009-2011 GRANT PROGRAMS—DIRECT-APPROPRIATION PROJECTS Contractor: City of Yakima Contract Number: LG09-951-125 Cost Category `': Amount= Engineering Report. g.,:. $2,500 00 , Cultural & HistoricaFResources Review (Section 106 or: EO zh'F •05-05 ,'$500.00 Environmental Review' $0 00 Land/Right-of-Way Acquisition ,.q ,$0" 00 Permits 4 `$0 00 {'Public Involvement/information _: " : ;.;$2,;000.00 . Bid Documents45; $ 000:00 is z. Construction $1,000;000".00 Othet': a ' $0.00 :,Other... $0.00 ' Other.;; $0 00 k Other Other_ 3: $000- $0 00 ;Other ,, $0 00 TOTAL ,ESTIMATED PROJECT COSTS.$1,050;000.00 The Contractor, by'its signature below, certifies that the -Estimated Project Costs set forth above have ' been reviewed and 'approved by the Contractor's goVerriing body or board ofdirector`s;.as applicable, as of the date and year written^below SIGNATURE NAME C T4- IN\ a N TITLE / ek DATE City of Yakima Page 23 Attachment III: Estimated Project Costs LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract 1 ATTACHMENT IV: CERTIFICATION OF THE PAYMENT AND REPORTING OF PREVAILING WAGES PUBLIC WORKS BOARD 2009-2011 GRANT PROGRAMS -DIRECT -APPROPRIATION PROJECTS Contractor: City of Yakima Contract,Nurnber: LQ09-951-125 ;4 1: 4E-:oi- •,,,,. The Contractor, by:it signature beloW,;'certiftes that all contractors and subcontractors performing work on the project as described'in:ATTACHMENT I. PROJECT SCOPE OF WORK shali.,domply with prevailing wage laws sef forth,:in Chapter 3.91'.12 RCW,es applicable to the projectfunded by„,this Contract, including but not limited to the filing. of the ."Statement of Intent tOiPay,preVailini,Wages" andAffidavit of Wages 17eid" as required by 39 12 040 The Contractor shall maintain recordS;eufficient'to evidence compliance with ChaPter39..12 RCW; and shall records available for the Bdard's , - „ ,.• review,Upon,request: " '... , • , - - ,,,,,, , If any state funds are used by the gontractbrforthe purpose of construction, applicable State Prevailing Wages mustjoepaid., , The Contractor, by its signature beloW, certifies that the declaration set forthTabovehas been reviewed and approved by the;Conttectors,governing body as of the date and;year Written beloW • '.. 10° ./A • e --a.75 NAME C M a Ot , • . TITLE DATE CITY CONTRAC f NO:f RESOLUTION NO. iq -010/0-7 .9C; City of Yakima Page 24 Attachment IV Prevailing Wages Certification LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract ATTACHMENT V: CERTIFICATION OF THE INTENT TO ENTER THE LEADERSHIP IN ENERGY AND ENVIRONMENTAL DESIGN (LEED) CERTIFICATION PROCESS . PUBLIC WORKS BOARD 2009-2011 GRANT PROGRAMS—DIRECT-APPROPRIATION PROJECTS 'Contractor: City of Yakima Contract Number: LG09=951-125 The Contractor, by its signature below, certifies that it will enter into the Leadership in Energy and Environmental Design (LEED) certification, process, as stipulated in RCW 39 35D, as applicable to the project described in ATTACHMENT I. PROJECT SCOPE OF WORK funded by this Contract. The Contractor shall, upon receipt'of LEED certification by the United States Green Building Council, provide documentation of such certification to the Board The Contractor, by -its signature below, certifies that the declaration"set forth above has been reviewed and approved by the Contractor's governing body or board of directors, as applicable, as of the date and year written below SIGNATURE NAME OT AFLICALE •ettero4 project) TITLE DATE City of Yakima Page 25 Attachment V LEED Certification LG09-951-125 3/1/2010 2009-2011 Direct -Appropriation Contract E 2.6 Li AMENDMENT FACE SHEET Grant Number: LG09-951-125 PROJECT COMPLETION AMENDMENT Washington State Department of Commerce PUBLIC WORKS BOARD 2009-2011 WASHINGTON STATE CAPITAL BUDGET DIRECT -APPROPRIATION 1. Contractor , , ' City of Yakima 129 North 2nd Street Yakima, WA 98901 . . '2. Contractor Doing Business As (optional) N/A , . . . 3. Contractor Representative,(only if updated) , ,,,, N/A , 4publiC Works Board Representative (only if updated) 'N/A: 5. Original Grant Amount ,,- , $1,000,000 00 ,, - ' ' 6. DeObligation s '.' i': Y;$0.00:,, ' ' 7,7. Final Grant Amount -.-; •$1,000,900 00 8. Amendment Federal: Funding Source ' 9. Amendment Start Date . ' ''' AmendrneritExecution bate ' 0. Amendment End Date ; Upon Project Completion State:a Other: N/A: ' , 11. Federal Funds (as 'applicable) -, Federal Agency :" ' -- : ,,:- ,,- CFDA Nurnbee---,. N/A N/A ; .:- ' -, ,NiA 12. Amendment Purpose,, The purpose of this Amendment is-tqcertify the project completion for the 2006.72011 Washingtori:'State;CaPital Budget Direct -Appropriation Grant Contract LGO9=9611125 TheBoard, defined as the Washington StatePublic Works Board and Contrector.eaknowledgeend,accept the terms of : , this Contract As Amended and attachments and have executed this Contract Amendment on the date below to start as of the date and year referenced abOVe. The rights and obligations of both patties‘tO‘this Contract As Amended are; governed by this Contract Amendment and the following other documents incorporated by reference Amendment,: Terms and Conditions, including'AtteCnmentl Certified Project Completion Report A of this Contract Amendmentshallbe attachect,tOarid'Made e part of the original Contract between the Board and the Contractor :Any reference in the original Contract to.the',..;,pontrect" shall mean the "ContrectAs'Arriended " . . .. FOR THECONTRACTOR' ,,--:' . : ' - , ' 10, / i ,k ' FOR PUBLIC WORKS BOARD * :„ , Signatu'_• 'r"-- Ocutcl, 6: -e) ,,:: J. 'n LandCque, xec ve [rector: Print Name OA ,.. „ . ,., If ---- bete ,,. _ . APPROVED AS TO FORM ONLY , . . ThiS 28th Day of October, 2009 Title i D -I ' . ' ' - ,-.,„ , .. . . : i 1 i Date - ' Rob McKenna Attorney,General ..,, Signature:on File Kathryn Wyatt Assistant Attorney General City of Yakima LG09-951-125 Page 1 11/21/2011 Project Completion Amendment 2009-2011 Capital Budget Direct -Appropriation AMENDMENT TERMS AND CONDITIONS PUBLIC WORKS BOARD 2009-2011 WASHINGTON STATE CAPITAL BUDGET DIRECT -APPROPRIATION The purpose of this amendment is to acknowledge the projectthasbeen certified complete and the final grant amount on for the 2009-2011- Washington, State Capital, Budget Direct -Appropriation Grant Contract LG09-951-125 has been adjusted, if necessary, as reflected below.. , The Public Works. Board (or;its successor), Ya'departmeneof the;:state of WashingtorP(hereinafter referred to as the "Board") and -City of Yakima (hereinafter referred to as the "Contractor") agree to amend the 2009-2011 Washington State Capital BudgetDireet-Appropriation Grant Contract LG09-951-125 as described: below.,,, All of the activities identified,in}the Project Scopewof.Work'of 2009-2011 Washington State Capital Budget Direct-AppropriationGrant:. Contract` LGO9-951.-125 are complete and the final amount.of the grant shall be $1,000,0,00:00. . The attachment to this amendment, Attachment I: Certified Project.Coinpletion:Report, includes the following sections: Project or Consultant Certification; Chief Executive Officer,Certification, Estimated`;and Actual Project Costs by Cost Category; Estimated and Actual Project. Funding; Final Reimbursement"'- 'Kula,. n; n Project T _ _r_ _--- - - - e Measures RePOrt.,x City of Yakima LG09-951-125 Page 2 11/21/2011 Project Completion Amendment 2009-2011 Capital Budget Direct -Appropriation ATTACHMENT I: CERTIFIED PROJECT COMPLETION REPORT PUBLIC WORKS BOARD 2009-2011 WASHINGTON STATE CAPITAL BUDGET DIRECT -APPROPRIATION Grant Number: LG09-951-125 Project Name: Yakima Downtown Futures Initiative Phase 4 Project Completion Date: April 5, 2012 ,7 4 Contractor: City of Yakima Address: 129 North 2nd Street Yakima, WA 98901 PROJECT MANAGER OR CONSULTANT CERTIFICATION The Project Manager or Consultant of the Contractor certifies that: AZ- • To the best of his/her knowledge, the data prdV;idediihig *report iS'true:aitd correct as i'k the signature date indicated below;. . „ • The project was completed itlacebrdance\Vith,the Contract's Project Scope of Work; and • The project was,cornpleted Op , ,;., , re br„t.tet,riZ:Zi a 0') 1 (Enter Actual tteOfPtojeci,Conilet,ie:n.::): Sigriature of Project Mana Title / 4/1 Print Name,„ Date of Signature CHIEF EXECUTIVE OFFICER CERTIFICATION_, The ChiefExecutive Officer of -Me, Contractor certifies that . . - • • To the best of:WS/lief knowledge, the iiiformation'and data provided in this report is true andcorrect as of the signature date indicated below and no project costs listed in this report incurred after the actual clateof the project completion as enteieclabi*; • Records supporting the information provided inthisreport are on file and will be made available by the Contractor upon request; and • There are no outstanding liens against ihiprojecf. fp ,Iyuf Signature of Chief Executive 0 icer • Title „ /45/t Print Name Date of Signature Obvca1d City of of Yakima LG09-951-125 Page 3 11/21/2011 Attachment I: Certified Project Completion Report 2009-2011 Capital Budget Direct -Appropriation ESTIMATED AND ACTUAL PROJECT COSTS BY COST CATEGORY .'1 7 . s -,V -,,,"*.t',.';?; ,' ,z,,',25. ".."-: ,.-X,. ry „ „ :,-C2WCATtc:K.,, ,j; ,- : i '.. . , , ' ',7.z 4` SICITYCAtEM SMOt1 "1. 44,,,a.zw,..,7 -- ,,,, ,,..- ,,, k, „:„, ,., - - , • ' '' , A '..:,',' ,,,,, -,,,,, ,-,,..N.,.,,,X,4,... r .,. $2,500.00 Engineering Report '''''. •:' ':',:',A.:,17',7Z17 This Direct- = . Washington State rnhlic„r Appropriation Grant l Work Poaye, --, :, = ' '31;000;000.00 $2,500.00 edltuialkflistOri61RediiresRevievv- '; . ($ee'tiOn'l 66. or Eo:OS=.05,)' ;,j.., '''' ' . ..1 ' .- ' ' , ... . 1:;000000.00 , „-- - - Gants....,i.`=.-. ' : $500 00'$5, , , .0' 0Q. Q 0 Environmental Review , ,. , - Grant #1 ' , - `,--- $0.00 $0.00 Lan" -.1-OfilVa.SIA&IbigitiOn , ,.-- .4, $0.00 .' $0'60 4 , , ,,,,,,,, :: t:, ••,;- !.-=.4-- :'.- iv-;,;',„-''' Permits , , , $0.00 , Grant #3 ' $0.00 ' . $0.00 „ - Public Irivbh,(4nent/Lhfo'iinatiOn:' (';', ''''''- ', ' - $0.00 ' ''''''-- ' $2 000.00$4000-:00 ,,,,, Bid Documents ' - ,, , $0.00 'Loans -:-':-' -', ',- - -=' ' ' - -; $45,000.00 . $45,000.00 Construction- ' , , - . -',:'-''' 1. - , 4 s .>,,,, - ,,,,,, ,,. - v. ',Ze; $0.00 Loan #1 i • , i,; ' ,„ .., .,„ ' $1 000 D00'.00 1 - = '$1,006-0000) Other: . $0.00 $0.00 ' - $0.00 Othef:',.. ' -;' , ' '` „‘, , .. $0.00 '''' ' ' ' $0 00 .. ,- - , ,., 0'.'00 . Other: , - ' . ' - $0.00 .- $0.00 , .. : , :,. -,; $0.00 Other --,`' ,„:::- i ,, : ,,. ' ' ' ' - ' $0.00 - ' - - 2:-' " i , ., 0-.'9,9 Other: $50,000.00 ''' =- $0.00 $50,000.00 ,-i.., $0.00 ,, ,.- Other ''',- , - -- ,, ,,,,,-- - ; = $0.00 , ..;,,.. ;' $(:E.Q0 ....-,;,;:-, ..-• , ;--„, ‘, ,-.., '' - ''''..-'0-0, TOVAtfsilqorttOjE ;COSTS .. „ $1 05o botvo $0.00 ,-$,4' 10 f5,..,.,0„.--;0,-,00- zA0 ESTIMATED AND ACTUAL PROJECT FUNDING - - ',' ' ' §VEN-'fl',A; ' .1, ITIN:01 - - ,. '7 ''. - > --''' ' - -,, :: : 1,:- ''''''' ''''ti',3,' f4r .`„; .'.i, r,,,,:. > ' :=IMATI„I'A,N1 :„ - '''''. •:' ':',:',A.:,17',7Z17 This Direct- = . Washington State rnhlic„r Appropriation Grant l Work Poaye, --, :, = ' '31;000;000.00 ... . 1:;000000.00 , „-- - - Gants....,i.`=.-. .0' , „ , ,. , - Grant #1 ' , - `,--- ' $0.00 , $0.00 Grant #2,.. ';'-'' c , -• $0.00 , , $0.00 , Grant #3 ' ' . - '''''' '' ', ' - $0.00 $0.00 Total Grants $0.00 ' - ,, , $0.00 'Loans -:-':-' -', ',- - -=' ' . -„, ';'„-2 :er • ,,,, i'A:';'; -'" -',:'-''' 1. - ',,:,,, - ,,,,,, ,,. - v. ',Ze; $0.00 Loan #1 i • , i,; ' ,„ .., .,„ ,, ' - , $0.00 Loan #2 $0.00 $0.00 Loan #3 „‘, , .. $0.00 $0.00 Total Loans , - $0.00 $0.00 ',''- Y'ri., 77 - -;!', "n`,',Z,' ' l''' ioe : evenoe' - '-' , . „.. ' --,`' ,„:::- i : ,,. ..,.. ', Local Revenue #1 REET $50,000.00 $50,000.00 Local Revenue #2 $0.00 $0.00 Local Revenue #3 $0.00 $0.00 City of Yakima LG09-951-125 Page 4 11/21/2011 Attachment h Certified Project Completion Report 2009-2011 Capital Budget Direct -Appropriation Total Local Revenue $50,000.00 $50,000.00 Othif, uil , Other Funds #1 $0.00 $0.00 Other Funds #2 $0.00 $0.00 Total Other Funds $0.00 $0.00 , .2, t, ,==.40. :.,,,,,.,,,, ',,, , Aoa.,'''';'''r;' , -a , ;TQTAJ ,, ,;05p;000:00 , - , FINAL REIMBURSEMENT CALCULATION Grant Amount Total Actual Project Costs Total Reimbursed To Date Final Reimbursement (refund due if number is negative) $1,000,000.00 $1,050,000.00 $885,456.53 $114,543.47 De -Obligation • PROJECT PERFORMANCE MEASURESREPORT The project performance measures listed,J)cloivhave been/will be accomplished by42/1/2911*. , $0.00 The new outdoor plaza created accommodates an additional 500 People. This increased the total square footage of rentable space by 6,000 square feet (space rental is seasonal) : It has added bookings for the Center for outdoor meetings, luncheons, and local events that would not otherwise have been booked with the facility without the plaza.tIn addition, the plaza has given the Center a new spacious entrance to accommodate larger crowds and gives the Center a spectacular look and feel. Even without the full year having passed, in 2014 the COnvention Center has increased bookings by 10% and end -of -year revenues are in line to have increased13y 9%. While the increases were not all directly accountable to the plaza, it has been a huge selling point and will continue to be in the years to Come. - *If these performahce'40easureSsaie riot yet completed; fthis'Oc:.fepreSehtsthe.puticipkedd4te on which the Contractor will submit a Performance Measure Repott/Updat&tothe Public Works Odaid. ... . z t • City of Yakima LG09-951-125 Page 5 11/21/2011 Attachment I Certified Project Completion Report 2009-2011 Capital Budget Direct -Appropriation r • BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. . t ) `f - For Meeting of: March 2, 2010 ITEM TITLE: Consideration of a Resolution authorizing the City Manager to execute agreements, certifications and readiness surveys pursuant to the award of a Washington State Direct Appropriation administered by the Public Works Board, in the amount of $1,000,000 to complete reconstruction of 8th Street between "A" Street and Chestnut Avenue as part of the Downtown Futures Initiative (DFI). SUBMITTED BY: Bill Cook, Director of Community and Economic Development CONTACT: Bill Cook, 575-6113 SUMMARY EXPLANATION: As the state grant has been awarded by the Washington State Public Works Board (PWB) and as the PWB is the administrator of these funds, the City is processing the appropriate paperwork to secure a contract with the PWB in the amount of $1,000,000 Tess the Public Works Boards' contract management costs in accordance with the terms and conditions of the award. A PWB boiler plate contract is attached which will be finalized by the PWB upon receipt of their requested Contract Readiness Survey. The City has committed $50,000 in local funds to the design and preliminary Engineering of this project. The PWB funding will be used for construction only. Construction willcommence late this spring in conjunction with the East "A" Street portion of the DFI Project. All construction work is anticipated to be completed late summer. Resolution X Ordinance _ Contract _Other: (Specify) Funding Source: Washington to and Public Works Board Approval for Submittal: City Manager STAFF RECOMMENDATION: Staff recommends approval of the resolution. BOARD RECOMMENDATION: COUNCIL ACTION: 1 G fTY GaRK 3 Z D Rt Li City of Yakima Engineering Division Yakima Downtown Futures Initiative Phase 4 Pedestrian Streetside Improvements 8th Street - Chestnut Avenue to `A' Street 14 Construction Contract Specifications & Bid Documents City Project Number 2284 129 North Second Street Yakima, WA 98901 Phone (509) 575-6111 Fax (509) 576-6314 May 2010 111111 INN MIN IN111 MI III1N NE 111111 111111 MN NMI INN En 11E1 1111111 BID SUMMARY Yakima DFI Phase 4 - Pedestrian Streetside Improvements 8th Street - Chestnut Avenue to 'A' Street CITY PROJECT NO. 2284 ENGINEERS ESTIMATE BELSAAS & SMITH CONST., INC. Ellensburg, WA KRCI LLC Wenatchee, WA GRANITE NW, INC. Yakima, WA WEST COAST CONST CO., INC. Woodinville, WA ITEM NO. Bid Security 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS 500 00 500.00 350.00 350.00 500.00 500.00 1,500.00 1,500.00 1.00 1.00 2 MOBILIZATION 1 LS 55,000.00 55,000 00 58.000.00 58.000 00 54,500.00 54,500.00 60,000.00 60,000.00 69,000.00 69,000.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 15,000.00 15,000 00 4,000.00 4,000.00 5,000.00 5,000.00 25,000.00 25,000.00 18,500.00 18,500.00 4 CLEARING AND GRUBBING 1 LS 30,000.00 30,000.00 7,000.00 7,000.00 9,000.00 9,000.00 20,000.00 20,000.00 18,300.00 18,300.00 5 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS 3,000.00 3,000.00 7,000.00 7,000.00 8,000.00 8,000.00 35,000.00 35,000.00 18,000.00 18,000.00 6 SAW -CUT, PER INCH DEPTH 5,000 LF 0.30 1,500.00 0 50 2,500.00 0.20 1,000.00 0.25 1,250.00 0.20 1,000.00 7 REMOVING EXISTING CEMENT CONC. SIDEWALK 970 SY 15.00 14,550.00 13.00 12,610.00 13.50 13,095.00 7.00 6,790.00 19.00 18,430.00 8 SAW CUTTING SIDEWALK MEET LINE 80 LF 3.50 280.00 3.00 240.00 2.00 160.00 5.00 400.00 3.00 240.00 9 UNSUITABLE EXCAVATION INCL. HAUL 50 CY 40.00 2,000.00 14.00 700.00 8.00 400.00 17 75 887.50 1.00 50.00 10 ROADWAY EXCAVATION INCL. HAUL 300 CY 13.00 3,900.00 25.00 7,500.00 20.00 6,000.00 50.00 15,000.00 25.00 7,500.00 11 CRUSHED SURFACING TOP COURSE 320 TON 15.00 4,800.00 24.00 7,680.00 30.00 9,600.00 12.00 3,840.00 23.00 7,360.00 12 CRUSHED SURFACING BASE COURSE 800 TON 15.00 12,000.00 17.00 13,600.00 20.00 16,000.00 10.00 8,000.00 20.00 16,000.00 13 ASPHALT TREATED BASE 213 TON 85.00 18,105.00 78.00 16,614 00 85.00 18,105.00 63.00 13,419.00 81.00 17,253.00 14 HMA CL. 1/2in PG 64-28 250 TON 90.00 22,500.00 86.00 21,500.00 94.00 23,500.00 100.00 25,000.00 89.00 22,250.00 15 PAVEMENT REPAIR 20 SY 80.00 1,600.00 62.00 1,240 00 120 00 2,400.00 38.00 760 00 63.00 1,260.00 16 PLANING BITUMINOUS PAVEMENT 1025 SY 4.00 4,100.00 3.00 3,075 00 2.50 2,562.50 5.00 5,125.00 8.00 8,200.00 17 INTERLOCKING CONCRETE PAVERS 8200 SF 12.00 98,400.00 7.00 57,400.00 8.00 65,600.00 7.00 57,400.00 7.25 59,450.00 18 REMOVING AND REPLACING FRAME AND GRATE 1 EA 500.00 500.00 300.00 300.00 400.00 400.00 410.00 410.00 300.00 300.00 19 CATCH BASIN TYPE 1 3 EA 1,800.00 5,400.00 1,400.00 4,200.00 1,400.00 4,200.00 1,285.00 3,855.00 1,500.00 4,500.00 20 ESC LEAD 12 DAY 400.00 4,800.00 50.00 600.00 80.00 960.00 100.00 1,200.00 5,00 60.00 21 ROOT BARRIER 820 LF 8.00 6,560.00 9.00 7,380.00 8.00 6,560.00 10.00 8,200.00 9.20 7,544.00 22 TREE GRATE 10 EA 2,000.00 20,000.00 1,600.00 16,000.00 2,000.00 20,000.00 2,000.00 20,000.00 2,100.00 21,000.00 23 PRECAST CONCRETE PLANTER, 36 IN. DIAM 14 EA 1,000.00 14,000.00 790.00 11.060.00 900.00 12,600.00 900.00 12,600.00 814.00 11,396.00 24 PRECAST CONCRETE PLANTER, 42 IN. DIAM. 2 EA 1,200.00 2,400.00 1,150.00 2,300.00 1,300.00 2,600.00 1,500.00 3,000.00 1,182.00 2,364 00 25 PSIPE. SCARLET SENTINEL MAPLE 8 EA 500.00 4,000.00 330.00 2,640.00 350.00 2,800.00 400.00 3,200.00 340.00 2,720.00 26 PSIPE. CHANTICLEER FLOWERING PEAR 26 EA 500.00 13,000.00 295.00 7,670 00 320.00 8,320.00 350.00 9,100.00 303.00 7,878.00 27 PSIPE. AUTUMN BLAZE MAPLE 2 EA 2,000.00 4,000.00 1,500.00 3,000.00 1,700.00 3,400.00 1,800.00 3,600.00 1,600.00 3,200.00 28 SOD.INSTALLATION 200 SY 15.00 3,000.00 12.00 2,400.00 13.00 2,600.00 12.00 2,400.00 12.00 2,400.00 29 IRRIGATION SYSTEM 1 LS 45,000.00 45,000.00 39,000 00 39,000.00 30,000.00 30,000.00 40,000.00 40,000.00 33,000.00 33,000.00 30 CEMENT CONC.TRAFFIC CURB AND GUTTER 1,135 LF 25.00 28,375.00 12.00 13,620 00 17.00 19,295.00 12.00 13,620 00 15.00 17,025.00 31 CEMENT CONC. SIDEWALK, 4 IN. THICK 1,050 SY 50.00 52,500.00 40.00 42,000.00 50.00 52,500.00 45.00 47,250.00 37.00 38,850.00 32 CEMENT CONC. SIDEWALK, 6 IN. THICK 140 SY 55.00 7,700.00 43.00 6,020 00 56.00 7,840.00 55.00 7,700.00 50.00 7,000.00 (continued on page 2) COMPETITIVE BELSAAS ff V • CITY ENGINEERS REPORT-- /s % 1+ ++ it, =,,,t}* %,I' AWARD MADE BY CITY MANAGER CITY OF YAKIMA Yakima DFI Phase 4 - Pedestrian Streetside Improvements BIDS WERE OPENED ON JUNE 8, 2010. ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. 1 RECOMMEND THE CONTRACT BE AWARDED TO: t &SMITH CONSTRUCTION, INC } }, 'i 10 c.r�+- : ! Vl 'c.1., C.� i�tt g '-r - , , h , ,,� �0. ~' 8th Street - Chestnut Avenue to `A' Street PROJECT NO 2284 DATE. June 8, 2010 FILE. Yakima Ave DFI Phase 4 Bid Bumph SHEET 1 of 2 � ,, \� ,c yy �.. `���`1. ,N--.2. V \. . DA E CITY ENGINEEli + �-. DATE CITY MAtTIUE EN MN N i 11111 N MN 1 NM ® NM EN M NM ® 111111 1 i BID SUMMARY Yakima DFI Phase 4 - Pedestrian Streetside Improvements 8th Street- Chestnut Avenue to 'A' Street CITY PROJECT NO. 2284 ENGINEERS ESTIMATE BELSAAS & SMITH CONST., INC. Ellensburg, WA KRCI LLC Wenatchee, WA GRANITE NW, INC. Yakima, WA WEST COAST CONST CO., INC. Woodinville, WA ITEM NO. Bid Security 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT (continued from page 1) 33 SIGNPOST SOCKETS 12 EA 150.00 1,800.00 100.00 1,200.00 35.00 420.00 40.00 480.00 150.00 1,800.00 34 CEMENT CONC. SIDEWALK RAMP TYPE 1A 5 EA 900.00 4,500.00 850.00 4,250.00 925.00 4,625.00 1,000.00 5,000.00 800.00 4,000.00 35 PEDESTRIAN LIGHTING SYSTEM 1 LS 124,000.00 124,000.00 73,000.00 73,000.00 80,000.00 80,000.00 109,293.50 109,293.50 77,000.00 77,000.00 36 TREE LIGHTING SYSTEM 1 LS 50,000.00 50,000.00 52.000.00 52,000.00 54,000.00 54,000.00 8,000.00 8,000.00 54,000.00 54,000.00 37 PLAZA LIGHTING SUPPORT POLES 13 EA 900.00 11,700.00 1,080.00 14.040.00 1,100.00 14,300.00 1,500.00 19,500.00 1,200.00 15,600.00 38 SETTING REMOVABLE BOLLARD 1 EA 300.00 300.00 450.00 450.00 870.00 870.00 1,500.00 1,500.00 1,100.00 1,100.00 39 GABION WALL INCLUDING ROCK 76 CY 110.00 8,360.00 200.00 15.200.00 405.00 30,780.00 220.00 16,720.00 300.00 22,800.00 40 REPAIR OR REPLACEMENT 1 FA 50,000.00 $50,000 50,000.00 50,000.00 50,000.00 50,000.00 50,000.00 50,000.00 50,000.00 50,000.00 TOTALS: 749,130.00 589,339.00 644,492.50 666,000.00 668,331.00 CITY OF YAKIMA c- 'Y�`> S��trt it 14 Yakima DFI Phase 4 - Pedestrian Streetside Improvements r ¢+ +, tai, Ly'3y`^ fy , • • + ; _y 8th Street -Chestnut Avenue to `A' Street PROJECT NO 2284 DATE. June 8, 2010 FILE. Yakima Ave DFI Phase 4 Bid Sum pub SHEET 2 of 2 E.P.4 A.ZENT OF CO VAIIINTIT /04) PCO !OUC DEVELOPMENT WitCani R. Cock-, Dirccz.'eir F 12.1? ince?'ing- D;1.1,sion I2 N 61,41. Sou! Svc' Yakixa 9S90 I 509) 53/j] Fax (509) 576-6305 ADDENDUM NO. 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for Yakima Downtown Futures Initiative - Phase 4 8th Street - Chestnut Avenue to "A" Street CITY OF YAKIMA PROJECT NUMBER 2284 BID OPENING: Tuesday, June 8th, 2:00 p.m., City Hall Council Chambers TO' THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Construction Contract Specifications '& Bid Documents shall be modified as follows' Page 128 8-20:3(5) Conduit Delete the second paragraph in this section starting with "A new 3" diameter Page 133: 9-15.3 Automatic Controllers Delete the second paragraph in this section starting with 'The controller for the lawn area... The Construction Plans shall be modified as follows: SHEET D1 1. Pedestrian.Light & Plaza Lighting Support Pole Foundation The conduit references are for the Pedestrian Light Poles only No conduit is to be installed on the Plaza Lighting Support Pole Foundations. SHEET El 1. Detail 11E1 — Trench for Electrical Circuits Secondary Power or Signal. Circuits a. Revise the callout of "NEW SIDEWALK OR ROADWAY MATERIALS" to read 'RESTORE TO FINISHED SURFACE AS SHOWN ON CITY OF YAKIMA DRAWINGS" 2, Detail 2/E1 — Trench fbr Utility Secondary Circuits. a. Revise the_callout_of "NEW SIDEWALK OR ROADWAY MA-T-ERIALS! to -read-- - - - - "RESTORE TO FINISHED SURFACE AS SHOWN ON CITY OF YAKIMA DRAWINGS" SHEET E3 1. Elementary Wiring Diagram 1/E3 — New Exterior Lighting Controls New Electrical Service 182. Revise the contactor from breaker 1.82-6 to tree lighting to be a spare Delete the callout ofyakirna breaker 182-6. Addendum 1 Page 1 of 2 5127/2010 This ADDENDUM is tbbe considered as Much. a pattbfithe contractp °Visions as if itwere included in the body of the Plans and Specifitations. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: g---vr-i-t LA - Z1 Acldendum 1 Brett Sh&fleld Chief Engineer Date " END OF ADDENDUM NO. 1 Page 2. of 2 5/27/20 t,0 City Of Yakima Yakima DFI - Phase 4 Pedestrian Streetside Improvements (8th Street Improvements — Chestnut Ave to 'A' St) City Project No. 2284 CONTENTS CITY OF YAKIMA Yakima DFI - Phase 4 Pedestrian Streetside Improvements 1St, 2"d, and 3rd Streets and Naches Avenue City Project No. 2216 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications. .. 7 Amendments to the 2006 Standard Specifications 7 CONTRACT PROVISIONS General Special Provisions .. 67 Project Description 68 1-02 Bid Procedures and Conditions . 69 1-03 Award and Execution of Contract . .... 74 1-04 Scope of Work . 76 1-05 Control of Work . .. . 76 1-06 Control of Materials . 84 1-07 Legal Relations and Responsibilities to the Public 85 1-08 Prosecution and Progress . 93 1-09 Measurement and Payment. ...... ... 96 1-10 Temporary Traffic Control . 98 2-01 Clearing, Grubbing, and Roadside Cleanup ... . .. .. 99 2-02 Removal of Structures and Obstructions 99 2-03 Roadway Excavation and Embankment. 100 2-07 Watering ... .... .. . . . .. 102 2-13 Cement Concrete Sidewalk Removal (New SectiOn) . 103 4-04 Ballast and Crushed Surfacing .... 104 5-04 Hot Mix Asphalt. ... . .. . 105 5-06 Interlocking Concrete Pavers (New Section) 110 7-05 Manholes, Inlets, Catch Basins, and Drywells 117 8-01 Erosion Control and Water Pollution Control 118 8-02 Roadway Restoration . .. 119 8-03 Irrigation Systems ... .. .. 123 8-04 Curbs, Gutters and Spillways 124 8-14 Cement Concrete Sidewalks . ..... 125 8-20 Illumination, Traffic Signal Systems, and Electrical 127 8-30 Repair or Replacement (New Section) 130 9-03 Aggregates . .... . . . .. 131 9-05 Drainage Structures, Culverts, and Conduits ..... ... 131 9-14 Erosion Control . 132 9-15 Irrigation System .. . . . 133 9-29 Illumination, Signals, Electrical ... 133 STANDARD PLANS . . 135 Contract Form . .. 141 Performance Bond Form . . . .. 143 Informational Certificate of Insurance . . .. 145 Informational Additional Insured Endorsement 147 Minimum Wage Affidavit Form . 149 PREVAILING WAGE RATES Prevailing Wage Rates .. (State Wage Rates attached as Supplements) 151 PROPOSAL Proposal Form ... 185 Item Proposal Bid Sheet. 187 Bid Bond Form ..... 191 Non -Collusion Declaration . 193 Non -Discrimination Provision 195 Subcontractor List . .... 197 Women and Minority Business Enterprise Policy ... . 199 Council Resolution . 200 Affirmative Action Plan 201 Bidders Certification .. 203 Materially and Responsiveness 205 Proposal Signature Sheet . 207 Bidders Check List . . . 209 PLANS & DETAILS Project Details Standard Details Traffic Control Plan Construction Plans 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 June 8, 2010 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Yakima DFI - Phase 4; Pedestrian Sidewalk Improvements (8th Street — Chestnut Avenue to 'A' Street) City Project No. 2284 Remove and reconstruct N 8th Street from Yakima Ave to E. 'A' Street realigning the street to create a plaza area adjacent to the Yakima Convention Center This will include new concrete sidewalk, pavers, gabion walls, trees, pedestrian lighting, irrigation, planing bituminous paving and new asphalt paving Add new pedestrian lighting and lighted trees on S. 8th Street from Chestnut Avenue to Yakima Avenue Project will include the following approximate quantities: removing 970 square yards of existing sidewalk ,planing 1025 square yards of bituminous pavement, placing 250 tons HMA, installing 1,210 square yards of sidewalk, 8,200 square feet of interlocking concrete pavers, 930 linear feet of cement concrete traffic curb and gutter, placing 5 ADA ramps, 19 pedestrian lights, 34 trees and 10 tree grates, a tree lighting system, irrigation system, 16 precast concrete planters and other related improvements all in accordance with the Plans and Specifications as prepared by the Chief Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $35.00 for each set, non refundable Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals. DATED this 13th day of May, 2010 (SEAL) Deborah J Kloster CITY CLERK PUBLISH May 17, 2010 May 24, 2010 5 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2010 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 1-02, BID PROCEDURES AND CONDITIONS January 4, 2010 1-02.7 Bid Deposit In the first paragraph, the third sentence is revised to read: For projects scheduled for bid opening in Olympia, the proposal bond may be in hard copy or electronic format via Surety2000.com or Insurevision.com and BidX.com. 1-02.9 Delivery of Proposal In the first paragraph, the first sentence is revised to read: For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and submitted in the envelope provided with it, or electronically via Expedite software and BidX.com at the location and time identified in Section 1-02.12 The following new paragraph is inserted after the first paragraph: For projects scheduled for bid opening in the Region, each Proposal shall be sealed and submitted in the envelope provided with it, at the location and time identified in Section 1- 02.12. The Bidder shall fill in all blanks on this envelope to ensure proper handling and delivery. SECTION 1-06, CONTROL OF MATERIALS April 5, 2010 1-06.1 Approval of Materials Prior to Use This section is supplemented with the following new sub -section: 1-06.1(4) Fabrication Inspection Expense In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, Washington the Contracting Agency will deduct from payment due the Contractor costs to perform fabrication inspection on the following items: • Steel Bridges and Steel Bridge components • Cantilever Sign Structures and Sign Bridges • Cylindrical, Disc, Pin, and Spherical Bearings • Modular Expansion Joints • Additional items as may be determined by the Engineer 7 The deductions for fabrication inspection costs will be as shown in the Payment Table below: Zone Place of Fabrication Reduction in Payment 1 Within 300 airline miles from Seattle None 2 Between 300 and 3,000 $700.00 per *inspection n=9 airline miles from Seattle day 3 Over 3,000 airline miles $1,000 per *inspection n_30 to from Seattle day, but not Tess than $2,500 per trip *Note - An inspection day includes any calendar day or portion of a calendar day spent inspecting at or traveling to and from a place of fabrication. Where fabrication of an item takes place in more than one zone, the reduction in payment will be computed on the basis of the entire item being fabricated in the furthest of zones where any fabrication takes place on that item. The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication inspection activities to include but not limited to; plant approvals, prefabrication meetings, fabrication, coatings and final inspection. 1-06.2(2)A General Table 2 "Pay Factors" on page 1-39 is revised to read: Table 2 Pay Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (PU + PL)— 100 Category n_3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 to n=12 to n_15 to n=18 to n_23 to n_30 to n=43 to n=67 to n_11 n_14 n_17 n=22 n=29 n=42 n_66 1.05 100 100 100 100 100 100 100 100 100 100 1.04 100 99 97 95 96 96 96 97 97 97 97 1.03 100 98 96 94 92 93 93 94 95 95 96 96 102 99 97 94 91 89 90 91 92 93 93 94 94 1.01 100 100 100 98 95 92 89 87 88 89 90 91 92 92 93 1.00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92 099 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 0.98 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90 0.97 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88 0.96 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87 0.95 59 65 68 71 72 74 75 76 78 79 80 82 83 84 86 0.94 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85 0.93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 092 55 60 63 66 68 69 70 72 73 75 76 78 79 81 82 0.91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81 0.90 53 57 61 63 65 66 67 69 71 72 74 75 77 78 80 0.89 51 56 59 62 63 65 66 68 69 71 72 74 75 77 79 0.88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78 0.87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77 0.86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76 Table 2 "Pay Factors" on page 1-40 is revised to read: 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Table 2 P: PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (Pu + Pj) —100 Category n=3 n=4 n_5 n_6 n.7 n=8 n=9 n=10 to n=12 to n=15 to n=18 to n=23 to n=30 to n=43 to n=67 to n=11 n=14 n_17 n_22 n=29 n=42 n=66 0.85 46 51 54 56 58 60 61 62 64 66 67 69 71 72 75 0.84 45 49 53 55 57 58 60 61 63 65 66 68 70 : 71 73 0.83 44 48 51 54 56 57 58 60 62 64 65 67 69 70 72 0.82 43 47 50 53 54 56 57 59 61 62 64 66 67 69 71 0.81 41 46 49 51 53 55 56 58 59 61 63 64 66 68 70 0.80 40 44 48 50 52 54 55 56 58 60 62 63 65 67 69 079 39 43 46 49 51 52 54 55 57 59 61 62 64 66 68 0.78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67 0.77 36 41 44 46 48 50 51 53 55 57 58 60 62 64 66 0.76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65 0.75 33 38 42 '44 ' 46 48 49 51 53 54 56 58 60 62 64 REJECT Values Less Than Those Shown Above Reject Quality Levels Less Than Those Specified for a 0.75 Pay Factor Note: If the value of (Pu + PO - 100 does not correspond to a (Pu + PL) - 100 value in this table, use the next smaller (Pu + P1) - 100 value. SECTION 1-07, LEGAL. RELATIONS AND RESPONSIBILITIES TO THE PUBLIC April 5, 2010 1-07.13(4) Repair of Damage The last sentence in the first paragraph is revised to read: For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2), 1-07.13(3), or 8- 17.5, payment will be made in accordance with Section 1-09 4 using the estimated Bid item "Reimbursement for Third Party Damage" 1-07.16(2) Vegetation Protection and Restoration The second paragraph is revised to read. Damage which may require replacement of vegetation includes torn bark stripping, broken branches, exposed root systems, cut root systems, poisoned root systems, compaction of surface soil and roots, puncture wounds, drastic reduction of surface roots or leaf canopy, changes in grade greater than 6 -inches, or any other changes to the location that may jeopardize the survival or health of the vegetation to be preserved. The third paragraph is revised to read: When large roots of trees designated to be saved are exposed by the Contractor's operation, they shall be wrapped with heavy, moist material such as burlap or canvas for protection and to prevent excessive drying. The material shall be kept moist and securely fastened until the roots are covered to finish grade All material and fastening material shall be removed from the roots before covering. All roots 1 -inch or larger in diameter, which are damaged, shall be pruned with a sharp saw or pruning shear Damaged, torn, or ripped bark shall be removed as ordered by the Engineer at no additional cost to the Contracting Agency. The fourth paragraph is revised to read: Any pruning activity required to complete the Work as specified shall be performed by a Certified Arborist as designated by the Engineer. 9 SECTION 1-08, PROSECUTION AND PROGRESS April 5, 2010 1-08.1 Subcontracting The second and third sentences in the eighth paragraph are revised to read: This Certification shall be submitted to the Project Engineer on WSDOT form 421-023, "Quarterly Report of Amounts Paid as MBE/WBE Participants", quarterly for the State fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through September 30, October 1 through December 31., and for any remaining portion of a quarter through Physical Completion of the Contract. The report is due 20 calendar days following the fiscal quarter_end_or_20-calendar_days_after._P_hysical_Completiori_of_the_Contract. _ _____ The last sentence in the ninth paragraph is revised to read: When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in lieu of WSDOT form 421-023, "Quarterly Report of Amounts Paid as MBE/WBE Participants". 1-08.5 Time for Completion The last two sentences in the first paragraph are revised to read: When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. SECTION 1-09, MEASUREMENT AND PAYMENT January 4, 2010 1-09.9 Payments The first paragraph is revised to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum Items to enable the Project Engineer to determine the Work performed on a monthly basis. Lump sum item breakdowns shall be submitted prior to the first progress payment that includes payment for the Bid Item in question 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 In the third paragraph, the second sentence is deleted. SECTION 1-10, TEMPORARY TRAFFIC CONTROL April 5, 2010 In Division 1-10, all references to "truck mounted" are revised to read "transportable". 1-10.2(3) Conformance to Established Standards In the fifth paragraph, the reference "(TMA's)" is deleted. 10 1-10.3(2)C Lane Closure Setup/Takedown In the second paragraph, the reference to "TMA/arrow board" is revised to read "transportable attenuator/arrow board". 1-10.3(3)A Construction Signs In the fourth paragraph "height" is replaced with "top of the ballast". 1-10.3(3)J Truck Mounted Attenuator The title for this section is revised to read' 1-10.3(3)J Transportable Attenuator In the second and fourth paragraphs, the references to "TMA" are revised to read "Transportable Attenuator". In the first paragraph, the first sentence is revised to read: Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain transportable impact attenuators as required in Section 9-35.12. In the third paragraph, the reference to "truck's" is revised to read "host vehicle's" 1-10.4(2) Item Bids with Lump Sum for Incidentals All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable Attenuator(s)". In the eighth paragraph, the first sentence is revised to read: "Transportable Attenuator" will be measured per each one time only for each host vehicle with mounted or attached impact attenuator used on the project. In the last sentence of the ninth paragraph, the reference to "TMA" is replaced with "transportable attenuator". 1-10.5(2) Item Bids with Lump Sum for Incidentals All references to "truck mounted impact attenuator(s)" are revised to read "transportable attenuator(s)". SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP April 5, 2010 2-01.3(2) Grubbing In the first paragraph Item 2 e. is revised to read: e. Upon which embankments will be placed except stumps may be close -cut or trimmed as allowed in Section 2-01.3(1) item 3. 11 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS January 4, 2010 -. 2-02.3 Construction Requirements The fourth paragraph is revised to read. The Contractor may dispose of waste material in •Contracting Agency owned sites if the Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange to dispose of waste at no expense to the Contracting Agency and the disposal shall meet the requirements of Section 2-03 3(7)C. -SECTION-5-01, CEMENT CONCRETE PAVEMEN.T-R€H,ABILITAT-ION- January 4, 2010 5-01.2 Materials The referenced section for the following item is revised to read: Dowel Bars 9-07 5(1) SECTION 5-04, HOT MIX ASPHALT April 5, 2010 5-04.3(8)A1 General The second sentence in the second paragraph is revised to read: Statistical evaluation will be used for a class of HMA with the same PG grade of asphalt binder, when the Proposal quantities exceed 4,000 -tons. The third paragraph is revised to read. Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal quantities for a class of HMA, with the same PG grade of asphalt binder, are 4,000 -tons or Tess 5-04:3(8)A4 Definition of Sampling Lot and Sublot The first sentence in the first paragraph is revised to read.' A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots 5-04.3(10)B1 General The first sentence in the second paragraph is revised to read: A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots. SECTION 5-05, CEMENT CONCRETE PAVEMENT April 5, 2010 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement All references to "AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22". 12 The eighth paragraph is revised to read: Acceptance testing for compliance of air content and 28 -day compressive strength shall be conducted from samples prepared according to WSDOT FOP for WAQTC TM 2. Air content shall be determined by conducting WSDOT FOP for WAQTC /AASHTO T 152. Compressive Strength shall be determined by WSDOT FOP for AASHTO T 23 and WSDOT FOP for AASHTO T 22. 5-05.3(12) Surface Smoothness The first paragraph is revised to read: The pavement smoothness will be checked with_equipment furnished and operated by the Contractor, under supervision of the Engineer, within 48 -hours following placement of concrete. Smoothness of all pavement- placed except Shoulders; ramp tapers, intersections, tight horizontal curves, and small or irregular areas as defined by Section 5- 05.3(3) unless specified otherwise, will be measured with a recording profilograph, as specified in Section 5-05 3(3), parallel to centerline, from which the profile index will be determined in accordance with WSDOT Test Method 807. Tight horizontal curves are curves having a centerline radius of 'curve less than 1,000 feet and pavement within the superelevation transition of those curves. 5-05.3(16) Protection of Pavement All references to "AASHTO T 22" are revised to 5-05.3(17) Opening to Traffic All references to "AASHTO T 22" are revised to SECTION 6-02, CONCRETE STRUCTURES April 5, 2010 6-02.3(6) Placing Concrete The third paragraph is revised to read: read "WSDOT read "WSDOT FOP for AASHTO T 22' FOP for AASHTO T 22' All foundations, forms, and contacting concrete surfaces shall be moistened with water just before the concrete is placed Any standing water on the foundation, on the concrete surface, or in the form shall be removed. The following new sentence is added after the fourth sentence in the fourth paragraph' The submittal to the Engineer shall include justification that the concrete mix design will remain fluid for interruptions longer than 30 -minutes between placements 6-02.3(10)D Concrete Placement, Finishing, and Texturing The following paragraph is inserted at the beginning of this section: Before placing bridge approach slab concrete, the subgrade shall be constructed in accordance with Sections 2-06 and 5-05.3(6). 6-02.3(11) Curing Concrete In the fifth paragraph "Type 10" is revised to read "Type 1 D, Class B" 6-02.3(17)F Bracing Under the heading "Temporary Bracing for Bridge Girders", the table is revised to read: 13 Girder Series Distance in Inches W42G 30 W5OG 42 W58G 63 W74G 66 - Prestressed concrete tub girders with webs with flanges 30 WF36G, WF42G, WF50G, WF58G, WF66G, WF74G , WF83G, WF95G, and WF100G 70 W32BTG, W38BTG, and - W62BTG 70 WF74PTG, WF83PTG, WF95PTG, and WF100PTG 70 6-02.3(17)N Removal of Falsework and Forms The first paragraph including table is revised to read: If the Engineer does not specify otherwise, the Contractor may remove forms based on an applicable row of criteria in the table below. Both compressive strength and minimum time criteria must be met if both are listed in the applicable row. The minimum time shall be from the time of the last concrete placement the forms support. In no case shall the Contractor remove forms or falsework without the Engineer's approval. 14 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Concrete.PIaced..In .Per -cent of -Specified Minimum _ Compressive Strength1 Minimum Minimum Time. ._-.--- Compressive Strengthl Columns, walls, non- sloping box girder webs, abutments, footings, pile caps„ traffic and pedestrian barriers, and any other side form not supporting the concrete_weight.__ — — 3 days Columns, walls, non- sloping box girder webs, abutments, traffic and pedestrian barriers, and any other side form not supporting the concrete weight or other Toads. — 1400 psi 18 hours Side forms of footings, pile caps, and shaft caps.2 — — 18 hours Crossbeams, shaft caps, struts, inclined columns and inclined walls. 80 — 5 days Bridge decks supported on wood or steel stringers or on steel or prestressed concrete girders.3 80 — 10 days Box girders, T -beam girders, and flat -slab Superstructure.3 80 — 14 days Arches.3 80 — 21 days 1 Strength shall be proved by test cylinders made from the last concrete placed into the form. The cylinders shall be cured according to WSDOT FOP for AASHTO T 23 2 Curing compound shall be immediately applied to the sides when forms are removed. 3 Where continuous spans are involved, the time for all spans will be determined by the last concrete placed affecting any span. The third and fourth paragraphs are deleted. The fifth paragraph is revised to read: Curing shall comply as required in Section 6-02.3(11) The concrete surface shall not become dry during form removal if removed during the cure period. 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings In the fourth paragraph "9-20.3(4)" is revised to read "Section 9-20 3(4)" 6-02.3(24) Reinforcement This first paragraph is revised to read: 15 Although a --bar list--is--normally included -in- the -Plans;- the Contracting -Agency -does not guarantee its accuracy and it shall be used at the Contractor's risk. Reinforcement fabrication details shall be determined from the information provided in the Plans. The third paragraph is deleted. 6-02.3(24)C Placing and Fastening The eighth paragraph is revised to read: Mortar blocks may be accepted based on a Manufacturer's Certificate of Compliance. The 14th paragraph is revised to read: Clearances for main bars shall be at least: 4 -inches between. Bars and the surface of any concrete masonry exposed to the action of salt or alkaline water. 3 -inches between: Bars and the surface of any concrete deposited against earth•without intervening forms. 2 -1A -inches between: Adjacent bars in a layer. Bridge deck bars and the top of the bridge deck. 2 -inches between: Adjacent layers Bars and the surface of concrete exposed , to earth Reinforcing bars and the faces of forms for exposed aggregate finish. 1 -1,4 -inches between: 1 -inch between. Bars and the surface of concrete when not specified otherwise in this Section or in the Plans. Barrier and curb bars and the surface of concrete. Slab bars and the bottom of the slab Slab bars and the top surface of the bottom slab of a cast -in-place concrete box girder. The following new paragraph is inserted after the 14th paragraph: Cover to ties and stirrups may be %-inch Tess than the values specified for main bars but shall not be less than 1 -inch 6-02.3(24)F Mechanical Splices Items 1, 2, and 3 in the fourth paragraph are revised to read. 1. Mechanical splices shall develop at least 125 percent of the specified yield strength of the unspliced bar. The ultimate tensile strength of the mechanical splice shall exceed that of the unspliced bar. 2. The total slip of the bar within the spliced sleeve of the connector after loading in tension to 30.0 ksi and relaxing to 3.0 ksi shall not exceed the following measured displacements between gage points clear of the splice sleeve: a. 0.01 inches for bar sizes up to No 14 16 b 0 03 inches-.for_No._.18_bars 3. The maximum allowable bar size for mechanical laps splices shall be No. 6. 6-02.3(25) Prestressed Concrete Girders Under the heading "Prestressed Concrete Wide Flange I Girder" the last sentence is revised to read. WSDOT standard girders in this category include Series WF36G, WF42G, WF50G, WF58G, WF66G, WF74G, WF83G, WF95G and WF100G. Under the heading "Spliced Prestressed Concrete Girder" the last sentence is revised to read: WSDOT standard girders in this category include Series WF74PTG, WF83PTG., WF95PTG and WF100PTG. 6-02.3(25)L Handling and Storage In the third sentence of the second paragraph, the reference to,"1-foot-9-inches" is revised to read "3 -foot -0 -inches". 6-02.3(25)N Prestressed Concrete Girder Erection The seventh paragraph is supplemented with the following: The aspect ratio (height/width) of oak block wedges at the girder centerline shall not exceed 1 0. 6-02.3(26)E Ducts Beneath the heading "Ducts for Internal Embedded Installation" the second sentence in the second .paragraph is revised to read: Polypropylene ducts shall conform to ASTM D 4101 with , a cell classification range of PP0340B14541 to PP0340B67884. 6-02.3(28)F Tolerances The reference to "PCI -MNL -166" is revised to read "PCI -MNL -116". SECTION 6-03, STEEL STRUCTURES April 5, 2010 6-03.3(25) Repair Welding In the first paragraph "2002" is revised to read "2008". 6-03.3(25)A Welding Inspection In the first paragraph "2002" is revised to read "2008". In the paragraph below the heading "Radiographic Inspection" "2002 Structural" is revised to read "2008 Bridge". 6-03.3(29) Vacant This section including title is revised to read. 17 Welded Shear Connectors All -welded shear -connectors -on steel -girder --top flanges shall -be -installed -in the field after the forms for the concrete bridge deck are in place. The steel surface to be welded shall be prepared to SSPC-SP 11, power tool cleaning, just prior to welding. Installation, production control, and inspection of welded shear connectors shall conform to Chapter 7 of the AASHTO/AWS D1.5M/D1.5 2008 Bridge Welding Code. After the welded shear connectors are installed, the weld and the disturbed steel surface shall be cleaned and painted in accordance with Section 6-07.3(9)1. SECTION 6-07, PAINTING April 5, 2010 6-07.3(9)G Application of Shop Primer Coat In the second paragraph, the second, third, and fourth sentences are deleted. 6-07.3(9)1 Application of Field Coatings The following new paragraph is inserted preceding the first paragraph: Prior to applying field coatings, the Contractor shall field install welded shear connectors on the steel girder top flanges in accordance with Section 6-03.3(29) and as shown in the Plans. After installation of the welded shear connectors, the weld and the disturbed surface of the steel girder top flange shall be cleaned in accordance with SSPC-SP 11 and primed. 6-07.3(10)H Paint System In the first sentence of the first paragraph "new steel" is revised to read "existing steel". SECTION 6-09, MODIFIED CONCRETE OVERLAYS January 4, 2010 6-09.3(6) Further Deck Preparation In the second paragraph, item number 3. and 4. are revised to read' 3. Existing non -concrete patches as authorized by the Engineer. 4. Additionally, for concrete surfaces scarified by rotomilling only, exposure of reinforcing steel to a depth of one-half of the periphery of a bar for a distance of 12 -inches or more along the bar. 6-09.3(6)B Deck Repair Preparation In the first paragraph, the second sentence is revised to read: For concrete surfaces scarified by rotomilling, concrete shall be removed to provide a 3/ - inch minimum clearance around the top mat of steel reinforcing bars only where unsound concrete exists around the top mat of steel reinforcing bars, or if the bond between concrete and the top mat of steel is broken SECTION 6-10, CONCRETE BARRIER January 4, 2010 6-10.3(1) Precast Concrete Barrier In the 12th paragraph, the first sentence is revised to read Only 1 section less than 20 -feet long for single slope barrier and 10 -feet long for all other barriers may be used in any single run of precast barrier, and it must be at least 8 -feet long. 18 6,10.3(6) _Placing Concrete. Barrier_. The first paragraph is revised to read: Precast concrete barrier Type 2, 3, 4 and transitions shall rest shaped to a uniform grade and section. The foundation surface for Type 2, 3, 4 and transitions shall meet this test for uniformity: When a 10 -foot straightedge is placed on the surface parallel barrier, the surface shall not vary more than %-inch from straightedge. If deviations exceed %-inch, the Contractor required in Section 5-04.3(13). In the second -paragraph, the first sentence is revised to -read: on a paved foundation precast concrete barrier to the centerline for the the lower edge of the shall correct them as The Contractor shall align the joints of all precast barrier segments so that they offset no more than %-inch transversely and no more than 3A -inch vertically. SECTION 6-12, NOISE BARRIER WALLS April 5, 2010 6-12.3(6) Precast Concrete Panel Fabrication and Erection The second sentence of the first paragraph in Item 3 is revised to read: The Contractor shall cast the precast concrete panels horizontally. SECTION 6-17, PERMANENT GROUND ANCHORS January 4, 2010 6-17.3(7) Installing Permanent Ground Anchors In the third paragraph, the first sentence is revised to read: The tendon shall be inserted into the drill hole to the desired depth prior to grouting. In the third paragraph, the following sentence is inserted after the first sentence* Wet setting of permanent ground anchors will not be allowed SECTION 7-02, CULVERTS January 4, 2010 7-02.2 Materials In the first paragraph, the following two items are inserted after the item "Corrugated Polyethylene Culvert Pipe 9-05.19": Steel Rib Reinforced Polyethylene Culvert Pipe High Density Polyethylene (HDPE) Pipe 7-02.5 Payment This section is supplemented with the following - 9 -05.21 9-05.23 "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam.", per linear foot. "High Density Polyethylene (HDPE) Pipe In. Diam.", per linear foot. 19 SECTION 7-04, STORM SEWERS January 4, 2010 7-04.2 Materials In the first paragraph, the following two items are inserted after the item "Corrugated Polyethylene Storm Sewer Pipe 9-05.20": Steel Rib Reinforced Polyethylene Storm Sewer Pipe 9-05 22 High Density Polyethylene (HDPE) Pipe 9-05.23 7-04.5 Payment This section is supplemented with the following' "Steel Rib Reinforced Polyethylene Storm Sewer Pipe- In. Diam.", per linear foot. "High Density Polyethylene (HDPE) Pipe In. Diam.", per linear foot. SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL April 5, 2010 8-01.2 Materials In the first paragraph, the following is inserted after the first sentence: Corrugated Polyethylene Drain Pipe 9-05.1(6) 8-01.3(1) General In the sixth paragraph, the first sentence is revised to read: When natural elements rut or erode the slope, the Contractor shall restore and repair the damage with the eroded material where possible, and remove and dispose of any remaining material found in ditches and culverts In the seventh paragraph the first two sentences are deleted. The table in the seventh paragraph is revised to read: Western Washington (West of the Cascade Mountain crest) May 1 through September 30 17 Acres October 1 through April 30 5 Acres Eastern Washington (East of the Cascade Mountain crest.) April 1 through October 31 17 Acres November 1 through March 31 5 Acres The eighth paragraph is revised to read: The Engineer may increase or decrease the limits based on project conditions. The ninth paragraph is revised to read Erodible earth is defined as any surface where soils, grindings, or other materials may be capable of being displaced and transported by rain, wind, or surface water runoff. The 10th paragraph is revised to read: 20 Erodible earth not being worked,._whether__at_final grade or_not,shallbe covered within the specified time period, (see the tables below) using an approved soil covering practice. Western Washington (West of the Cascade Mountain crest) October 1 through April 30 2 -days maximum May 1 to September 30 7 -days maximum Eastern Washington (East of the Cascade Mountain crest.) October 1 through June 30 5 -days maximum July 1 through September 30 10 -days maximum 8-01.3(1)A Submittals This section is revised to read: When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans, the Contractor shall either adopt or modify the existing TESC Plan. If modified, the Contractor's TESC Plan shall meet all requirements of Chapter 6-2 of the current edition of the WSDOT Highway Runoff Manual. The Contractor shall provide a schedule for TESC Plan implementation and incorporate it into. the Contractor's progress schedule. The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule prior to the beginning of Work. The TESC Plan shall cover all areas that maybe affected inside and outside the limits of the project (including all Contracting Agency -provided sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies of water) The Contractor shall allow at least 5 -working days for the Engineer to review any original or revised TESC Plan. Failure to approve all or part of any such Plan shall not make the Contracting Agency liable to the Contractor for any Work delays. 8-01.3(1)B. Erosion and Sediment Control (ESC) Lead In the last paragraph, "Form Number 220-030 EF" is revised to read "WSDOT Form Number 220-030 EF". 8-01.3(1)C Water Management In number 2., the reference to "Standard Specification" is revised to read "Section" Number 3., is revised to read: 3 Offsite Water Prior to disruption of the normal watercourse, the Contractor shall intercept the offsite stormwater and pipe it either through or around the project site. This water shall not be combined with onsite stormwater. It shall be discharged at its pre -construction outfall point in such a manner that there is no increase in erosion below the site The method for performing this Work shall be submitted by the Contractor for the Engineer's approval. 8-01.3(1)D Dispersion/Infiltration This section is revised to read - Water shall be conveyed only to dispersion or infiltration areas designated in the TESC Plan or to sites approved by the Engineer. Water shall be conveyed to designated dispersion areas at a rate such that, when runoff leaves the area, and enters waters of the 21 State, turbidity standards are achieved. Water shall be conveyed to designated infiltration areas at a -rate that does -not produce surface runoff. 8-01.3(2)B Seeding and Fertilizing The fourth paragraph is revised to read: The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If cellulose fiber mulch or wood fiber mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder". 8-01.3(2)D Mulching In the second paragraph, the second sentence is revised to read: Wood strand mulch shall be applied by hand or by straw blower on seeded areas. In the third paragraph, "1" is revised to read "a single" and "hydro seeder" is revised to read "hydroseeder". In the fourth paragraph, "MBFM" is revised to read "MBFM/FRM". 8-01.3(2)E Tacking Agent and Soil Binders The following new paragraph is inserted at the beginning of this Section: Tacking agent or soil binders applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If cellulose fiber mulch or wood fiber mulch is used as a tracer, the application rate shall not exceed 250 -pounds per acre. The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" is supplemented with the following: The BFM may require a 24 to 48 hour curing period to achieve maximum performance and shall not be applied when precipitation is predicted within 24 to 48 hours, or on saturated soils, as determined by the Engineer. The last paragraph including title is revised to read: Soil Binding Using Mechanically -Bonded Fiber Matrix (MBFM) or Fiber Reinforced Matrix (FRM) The MBFM/FRM shall be hydraulically applied in accordance with the manufacturer's installation instructions and recommendations. 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch The first paragraph is revised to read: Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: Western Washington' Eastern Washington (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) 22 March 1 through May 15 October 1 through November 15 only September 1 through October 1 'Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above. Written permission to seed after October 1 will only be given when Physical Completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. 8-01.3(2)G Protection and Care of Seeded Areas The first paragraph is revised to read: The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor shall restore eroded areas, clean up and properly dispose of eroded materials, and reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency. In the second paragraph, number 1. is revised to read: 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas that have been damaged through any cause prior to final inspection, and reapplied to areas that have failed to receive a uniform application at the specified rate. 8-01.3(2)H Inspection The first sentence is revised to read. Inspection of seeded areas will be made upon completion of seeding, temporary seeding, fertilizing, and mulching. The third sentence is revised to read: Areas that have not received a uniform application of seed, fertilizer, or mulch at the specified rate, as determined by the Engineer, shall be reseeded, refertilized, or remulched at the Contractor's expense prior to payment. 8-01.3(2)1 Mowing In the first paragraph, the last sentence is revised to read. Trimming around traffic facilities, Structures, planting areas, or other features extending above ground shall be accomplished preceding or simultaneously with each mowing. 8-01.3(3) Placing Erosion Control Blanket In the first sentence, "Standard" is deleted. The second sentence is revised to read: Temporary erosion control blankets, having an open area of 60 -percent or greater, may be installed prior to seeding. 8-01.3(4) Placing Compost Blanket In the first paragraph, "before" is revised to read "prior to". The last sentence is revised to read. Compost shall be Coarse Compost. 23 8-01.3(5) Placing Plastic Covering The first sentence is revised to read: Plastic shall be placed with at least a 12 -inch overlap of all seams. 8-01.3(6)A Geotextile-Encased Check Dam The first paragraph is deleted. 8-01.3(6)B Rock Check Dam This section including title is revised to read: 8-01.3(6)B Quarry SpaIl Check Dam The rock used to construct rock check dams shall meet the requirements for quarry spalls. 8-01.3(6)D Wattle Check Dam This section is revised to read: Wattle check dams shall be installed in accordance with the Plans. 8-01.3(6)E Coir Log This section is revised to read. Coir Togs shall be installed in accordance with the Plans. 8-01.3(9)A Silt Fence In the second paragraph, the second sentence is revised to read: The strength of the wire or plastic mesh shall be equivalent to or greater then what is required in Section 9-33.2(1), Table 6 for unsupported geotextile (i e., 180 lbs grab tensile strength in the machine direction). 8-01.3(9)B Gravel Filter, Wood Chip or Compost Berm In the second paragraph, the last sentence is deleted. The third paragraph is revised to read: The Compost Berm shall be constructed in accordance with the detail in the Plans. Compost shall be Coarse Compost. 8-01.3(9)C Straw Bale Barrier This section is revised to read: Straw Bale Barriers shall be installed in accordance with the Plans. 8-01.3(9)D Inlet Protection This section is revised to read: Inlet protection shall be installed below or above, or as a prefabricated cover at each inlet grate, as shown in the Plans. Inlet protection devices shall be installed prior to beginning clearing, grubbing, or earthwork activities. Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the requirements of Section 9-33.2, Table 1 for Moderate Survivability, and the minimum filtration properties of Table 2 24 When the depth of accumulated sediment and debris reaches approximately '/2 the height of an internal device or'/ the height of the external device (or less when so specified by the manufacturers) or as designated by the Engineer, the deposits shall be removed and stabilized on site in accordance with Section 8-01.3(16). 8-01.3(10) Wattles In the first paragraph, the third sentence is revised to read: Excavated material shall be spread evenly along the uphill slope and be compacted using hand tamping or other method approved by the Engineer. This section is supplemented with the following new paragraph* The Contractor shall exercise care when installing wattles to ensure that the method of installation minimizes disturbance of waterways and prevents sediment or pollutant discharge into waterbodies. 8-01.3(12) Compost Sock In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to read "waterbodies". In the second paragraph "bank" is revised to read "slope". In the third paragraph "and" is revised to read "or". This section is supplemented with the following new paragraph: Compost for Compost Socks shall be Coarse Compost. 8-01.3(14) Temporary Pipe Slope Drain The first paragraph is revised to read: Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be constructed in accordance with the Plans The last paragraph is revised to read: Placement of outflow of the pipe shall not pond water on road surface. 8-01.3(15) Maintenance In the fourth paragraph, the last sentence is revised to read: Clean sediments may be stabilized on site using approved BMPs as approved by the Engineer. 8-01.3(16) Removal In the second paragraph, the last sentence is revised to read: This may include, but is not limited to, ripping the soil, incorporating soil amendments, and seeding with the specified seed. 8-01.4 Measurement The eighth paragraph is revised to read: 25 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the linear foot along the ground line of completed barrier. 8-01.5 Payment The following bid items are relocated after the bid item "Check Dam": "Inlet Protection", per each. "Gravel Filter Berm", per linear foot. The following new paragraph is inserted before the bid item "Stabilized Construction Entrance": The unit Contract price per linear foot for "Check Dam" and "Gravel Filter Berm" and per each for "Inlet Protection" shall be full pay for all equipment, labor and materials to perform the Work as specified, including installation, removal and disposal at an approved disposal site The paragraph after the bid item "Temporary Curb" is revised to read* The unit Contract price per linear foot for temporary curb shall include all costs to install, maintain, remove, and dispose of the temporary curb. The bid item "Mulching with MBFM" is revised to read "Mulching with MBFM/FRM". SECTION 8-02, ROADSIDE RESTORATION January 4, 2010 8-02.3(2) Roadside Work Plan In the first paragraph, the second sentence is revised to read: The roadside work plan 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. The first sentence under "Progress Schedule" is revised to read: A progress schedule shall be submitted in accordance with Section 1-08.3. The Progress Schedule shall include the planned time periods for Work necessary to provide all Contract requirements in accordance with Sections 8-01, 8-02, and 8-03. The first sentence under "Weed and Pest Control Plan" is revised to read: The Weed and Pest Control Plan shall be submitted and approved prior to starting any Work defined in Sections 8-01, and 8-02. In the third paragraph under "Weed and Pest Control Plan" the first and second sentences are revised to read* 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 26 1 The last paragraph under "Plant Establishment Plan" is deleted. 8-02.3(2)A Chemical Pesticides This section is deleted. 8-02.3(2)B Weed and Pest Control This section is deleted. 8-02.3(3) Planting Area Weed Control This section including title is revised to read. 8-02.3(3) Weed and Pest Control The Contractor shall control weed and pest species within the project area using integrated pest management principles consisting of mechanical, biological and chemical controls that are outlined in the Weed and Pest Control Plan or as designated by the Engineer Those weeds specified as noxious by the Washington State Department of Agriculture, the local Weed District, or the County Noxious Weed Control Board and other species identified by the Contracting Agency shall be controlled on the project in accordance with the weed and pest control plan. The Contractor shall control weeds not otherwise covered in accordance with Section 8- 02.3(3)A, Planting Area Weed Control in all areas within the project limits, including erosion control seeding area and vegetation preservation areas, as designated by the Engineer. This section is supplemented with the following new sub -sections: 8-02.3(3)A Planting Area Weed Control All planting areas shall be prepared so that they are weed and debris free at the time of planting and until completion of the project. The planting areas shall include the entire ground surface, regardless of cover, all planting beds, areas around plants, and those areas shown in the Plans. All applications of post -emergent herbicides shall be made while green and growing tissue is present. Should unwanted vegetation reach the seed stage, in violation of these Specifications, the Contractor shall physically remove and bag the seed heads. All physically removed vegetation and seed heads shall be disposed of off site at no cost to the Contracting Agency. Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square and shall be secured by a minimum of 5 -staples per, mat. Mats and staples shall be installed according to the manufacturer's recommendations. 8-02.3(3)B Chemical Pesticides Application of chemical pesticides shall be in accordance with the label recommendations, the Washington State Department of Ecology, local sensitive area ordinances, and Washington State Department of Agriculture laws and regulations. Only those herbicides listed in the table Herbicides Approved for Use on WSDOT Rights of Way at http://www.wsdot.wa.gov/Maintenance/Roadside/herbicide_use htm may be used. The applicator shall be licensed by the State of Washington as a Commercial Applicator or Commercial Operator with additional endorsements as required by the Special Provisions 27 or the proposed weed control plan. The Contractor shall furnish the Engineer evidence that all operators are licensed with appropriate endorsements, and that the pesticide used is registered for use by the Washington State Department of Agriculture. All chemicals shall be delivered to the job site in the original containers. The licensed applicator or operator shall complete a Commercial Pesticide Application Record (DOT Form 540-509) each day the pesticide is applied, and furnish a copy to the Engineer by the following business day. The Contractor shall ensure confinement of the chemicals within the areas designated The use of spray chemical pesticides shall require the use of anti -drift and activating agents, and a spray pattern indicator unless otherwise allowed by the Engineer. The Contractor shall assume all responsibility for rendering any area unsatisfactory for planting by reason of chemical application. Damage to adjacent areas, either on or off the Highway Right of Way, shall be repaired to the satisfaction of the Engineer or the property owner, and the cost of such repair shall be borne by the Contractor. 8-02.3(5) Planting Area Preparation In the first paragraph, the second sentence is revised to read: Material displaced by the Contractor's operations that interferes with drainage shall be removed from the channel and disposed of as approved by the Engineer. 8-02.3(7) Layout of Planting The second paragraph is deleted. 8-02.3(8) Planting In the second paragraph, the first and second sentences are revised to read: Under no circumstances will planting be permitted during unsuitable soil or weather conditions as determined by the Engineer. Unsuitable conditions may include frozen soil, freezing weather, saturated soil, standing water, high winds, heavy rains, and high water levels. The fourth paragraph is revised to read: Plants shall not be placed below the finished grade. The fifth paragraph is revised to read: Planting hole sizes for plant material shall be in accordance with the details shown in the Plans. Any glazed surface of the planting hole shall be roughened prior to planting. The following new paragraph is inserted after the fifth paragraph: All cuttings shall be planted immediately if buds begin to swell. 8-02.3(9) Pruning, Staking, Guying, and Wrapping In the first paragraph, the last sentence is revised to read. All other pruning shall be performed only after the plants have been in the ground at least one year and when plants are dormant. 8-02.3(13) Plant Establishment In the third paragraph, the first sentence is revised to read. 28 During the first-year plant establishment period, the Contractor shall perform all Work necessary to ensure the resumption and continued growth of the transplanted material In the fourth paragraph, "propose" is revised to read "submit". 8-02.3(15) Live Fascines In the first paragraph, the fourth sentence is revised to read: Dead branches may be placed within the live fascine and on the side exposed to the air. In the second paragraph, the third sentence is deleted. In -the second -paragraph, the seventh -sentence is revised to, read: The live stakes shall be driven through the live fascine vertically into the slope. 8-02.3(16)A Lawn Installation In the third paragraph, the last two items "West of the summit of the Cascade Range - March 1 to October 1." and "East of the summit of the Cascade Range - April 15 to October 1." are revised to read: Western Washington (West of the Cascade Mountain crest) March through May 15 September 1 through October 1 The fifth paragraph is revised to read Eastern Washington (East of the Cascade Mountain crest) October 1 through November 15 Topsoil for seeded or sodded lawns shall be placed at the depth and locations as shown in the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth even grade without low areas that trap water and compacted, all as approved by the Engineer. In the sixth paragraph, the last sentence is revised to read: Following placement, the sod shall be rolled with a smooth roller to establish contact with the soil 8-02.4 Measurement The seventh paragraph is revised to read: Fine compost, medium compost and coarse compost will be measured by the cubic yard in the haul conveyance at the point of delivery. 8-02.5 Payment The following new paragraph is inserted above the paragraph beginning with "Payment shall be increased to 90 -percent. .. . Plant establishment milestones are achieved when plants meet conditions described in Section 8-02 3(13). The following is inserted after the bid item "Fine Compost": "Medium Compost", per cubic yard. 29 The paragraph for the bid item 'Weed Control" is revised to read. "Weed and Pest Control", will be paid in accordance with Section 1-09 6. The following new paragraph is inserted after the bid item "Soil Amendment": The unit Contract price per cubic yard for "Soil Amendment" shall be full pay for furnishing and incorporating the soil amendment into the existing soil. The following new paragraph is inserted after the bid item "Bark or Wood Chip Mulch": The unit Contract price per cubic yard for "Bark or Wood Chip Mulch" shall be full pay for furnishing and spreading the mulch -onto the existing soil. SECTION 8-03, IRRIGATION SYSTEMS January 4, 2010 8-03.1 Description In this section, "staked" is revised to read "approved by the Engineer." 8-03.3 Construction Requirements The second paragraph is revised to read. Potable water supplies shall be protected against cross connections in accordance with applicable Washington State Department of Health rules and regulations and approval by the local health authority. 8-03.3(1) Layout of Irrigation System This section is revised to read: The Contractor shall stake the irrigation system following the schematic design shown in the Plans. Approval must be obtained from the Engineer Alterations and changes in the layout may be expected in order to conform to ground conditions and to obtain full and adequate coverage of plant material with water. However, no changes in the system as planned shall be made without prior authorization by the Engineer This section is supplemented with the following new sub -section. 8-03.3(1)A Locating Irrigation Sleeves Existing underground irrigation sleeve ends shall be located by potholing. Irrigation sleeves placed during general construction prior to installation of the irrigation system shall be marked at both ends with a 2x4x24-inch wood stake extending 6 -inches out of the soil and painted blue on the exposed end 8-03.3(2) Excavation In the first paragraph, the fourth sentence is revised to read: Trenches through rock or other material unsuitable for trench bottoms and sides shall be excavated 6 -inches below the required depth and shall be backfilled to the top of the pipe with sand or other suitable material free from rocks or stones. Backfill material shall not contain rocks 2 -inches or greater in diameter or other materials that can damage pipe 30 The second paragraph is revised to read: The Contractor shall exercise care when excavating pipe trenches near existing trees to minimize damage to tree roots. Where roots are 1 -1/2 -inches or greater in diameter, the trench shall be hand excavated and tunneled under the roots When Targe roots are exposed, they shall be wrapped with heavy, moist material, such as burlap or canvas, for protection and to prevent excessive drying. The material must be kept moist until the trench is backfilled. Trenches dug by machines adjacent to trees having roots less than 1 -1/2 - inches in diameter shall have severed roots cleanly cut. Trenches having exposed tree roots shall be backfilled within 24 -hours unless adequately protected by moist material as approved by the Engineer. All material and fastenings used to cover the roots shall be removed before backfilling. The third paragraph is revised to- read: Detectable marking tape shall be placed in all trenches 6 -inches directly above, parallel to, and along the entire length of all nonmetallic water pipes, and all nonmetallic and aluminum sleeves, conduits and casing pipe. The width of the tape and installation depth shall be as recommended by the manufacturer for the depth of installation or as shown in the Plans. 8-03.3(3) Piping This section is revised to read. All water lines shall be a minimum of 18 -inches below finished grade measured from the top of the pipe or as shown in the Plans. All live water mains to be constructed under existing pavement shall be placed in steel casing jacked under pavement as shown in the Plans. All PVC or polyethylene pipe installed under areas to be paved shall be placed in irrigation sleeves. Irrigation sleeves shall extend a minimum of 2 -feet beyond the limits of pavement. All jacking operations shall be performed in accordance with an approved jacking plan. Where possible, mains and laterals or section piping shall be placed in the same trench. All lines shall be placed a minimum of 3 -feet from the edge of concrete sidewalks, curbs, guardrail, walls, fences, or traffic barriers. Pipe pulling will not be allowed for installation and placement of irrigation pipe. Mainlines and lateral lines shall be defined as follows: Mainlines: All supply pipe and fittings between the water meter and the irrigation control valves. Lateral Lines: All supply pipe and fittings between the irrigation control valves and the connections to the irrigation heads. Swing joints, thick walled PVC or polyethylene pipe, flexible risers, rigid pipe risers, and associated fittings are not considered part of the lateral line but incidental components of the irrigation heads. 8-03.3(4) Jointing In the second paragraph, the third sentence is revised to read: Threaded galvanized steel joints shall be constructed using either a nonhardening, nonseizing multipurpose sealant or Teflon tape or paste as recommended by the pipe manufacturer, or as shown in the Plans In the last sentence of the second paragraph, "will" is revised to read "shall". 31 In the fourth sentence of the third paragraph, "will" is revised to read "shall" and "at" is revised to read "of" . In the fifth paragraph, the first sentence is revised to read: On PVC or polyethylene -to -metal connections, work the metal connection first. In the fifth paragraph, the third sentence is revised to read' Connections between metal and PVC or polyethylene are to be threaded utilizing female threaded PVC adapters with threaded schedule 80 -PVC nipple only. In the sixth paragraph, the second sentence is revised to read: The ends of the polyethylene pipe shall be cut square, reamed smooth inside and out, and inserted to the full depth of the fitting. 8-03.3(5) Installation The following new paragraph is inserted after the third paragraph: All automatic control valves, flow control valves, and pressure reducing valves shall be installed in appropriate sized valve boxes. Manual control valves shall be installed in an appropriate sized valve box and where appropriate, upstream of the automatic control valves. Manual and automatic valves installed together shall be in an appropriate sized box with. 3 -inches of clearance on all sides. The fourth paragraph is revised to read. Final position of valve boxes, capped sleeves, and quick coupler valves shall be between 1/2 -inch and 1 -inch above finished grade or mulch, or as shown in the Plans. The following new paragraph is inserted after the fourth paragraph: Quick coupler valves and hose bibs shall be installed in valve boxes, either separately or within a control valve assembly box upstream of the control valves. Valves, quick couplers, and hose bibs shall have 3 -inches of clearance on all sides within the valve box. In the fifth paragraph "an" is revised to read "a minimum". The following new paragraph is inserted after the fifth paragraph: Automatic controller pedestals or container cabinets shall be installed on a concrete base as shown in the Plans or in accordance with the manufacturer's recommendations. Provide three 1 -inch diameter galvanized metal or PVC electrical wire conduits through the base and 3 -inches minimum beyond the edge or side of the base both inside and outside of the pedestal. 8-03.3(6) Electrical Wire Installation This section is revised to read: All electrical work shall conform to the National Electric Code, NEMA Specifications and in accordance with Section 8-20. Electrical wiring between the automatic controller and automatic valves shall be direct burial and may share a common neutral. Separate control conductors shall be run from the automatic controller to each valve. When more than one 32 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 automatic controller is required, a separate common neutral shall be provided for each controller and the automatic valves which it controls. Electrical wire shall be installed in the trench adjacent to or above the irrigation pipe, but no less than 12 -inches deep. Plastic tape or nylon tie wraps shall be used to bundle wires together at 10 -foot intervals. If it is necessary to run electrical wire in a separate trench from the irrigation pipe, the wire shall be placed at a minimum depth of 18 -inches and be "snaked" from side to side in the trench. Each circuit shall be identified at both ends and at all splices with a permanent marker identifying zone and/or station. Wiring placed under pavement and walls, or through walls, shall be placed in an electrical conduit or within an irrigation sleeve. Electrical conduit shall not be less than 1 -inch in diameter, and shall meet conduit specifications for PVC conduit as required in Section 9- 29.1. Splices will be permitted only in approved electrical junction boxes, valve boxes, pole bases, or within control equipment boxes or pedestals. A minimum of 18 -inches of excess conductor shall be left at all splices, terminals and control valves to facilitate inspection and future splicing. The excess wire shall be neatly coiled to fit easily into the boxes. All 120 -volt electrical conductors and conduit shall be installed by a certified electrician including all wire splices and wire terminations. All wiring shall be tested in.accordance with Section 8-20.3(11). Continuity ground and functionality testing shall be performed for all 24 -volt direct burial circuits. The Megger test, confirming insulation resistance of not less than 2 megohms to ground in accordance with Section 8-20 3(11), is required. 8-03.3(7) Flushing and Testing In the first paragraph "correct" is revised to read "as accurate" and "ordered" is revised to read "required". The third paragraph is revised to read: Main Line Flushing All main supply lines shall receive two fully open flushing's to remove debris that may have entered the line during construction: The first before placement of valves and the second after placement of valves and prior to testing. The fourth paragraph is revised to read: Main Line Testing All main supply lines shall be purged of air and tested with a minimum static water pressure of 150 -psi for 60 -minutes without introduction of additional service or pumping pressure. Testing shall be done with one pressure gauge installed on the line, in the location required by the Engineer. For systems using a pump, an additional pressure gauge shall be installed at the pump when required by the Engineer. Lines that show loss of pressure exceeding 5 - psi at the ends of specified test periods will be rejected. The fifth paragraph is deleted. In the sixth paragraph, "any" is revised to read "all". In the seventh paragraph, the second sentence is revised to read: 33 The operating line pressure shall be maintained for 30 -minutes with valves closed and without introduction of additional service or pumping pressure. In the eighth paragraph, the fourth and fifth sentences are revised to read: The Contractor shall then conduct a thorough inspection of all sprinkler heads, emitters, etc., located downstream of the break or disruption of service, and make all needed repairs to ensure that the entire irrigation system is operating properly. 8-03.3(8) Adjusting System In the first paragraph, the last sentence is revised to read: Unless otherwise specified, sprinkler spray patterns will not be permitted to apply water to pavement, walks, or Structures. 8-03.3(11) System Operation In the first paragraph, the last sentence is revised to read: The final inspection of the irrigation system will coincide with the end of the Contract or the end of first-year plant establishment, which ever is later. In the second paragraph "ordered" is revised to read "required". In the third paragraph, the last sentence is revised to read: Potable water shall not flow through the cross -connection control device to any downstream component until tested and approved for use by the local health authority in accordance with Section 8-03.3(12). The fourth paragraph is revised to read: In the spring, when the drip irrigation system is in full operation, the Contractor shall make a full inspection of all emitters, and irrigation heads This shall involve visual inspection of each emitter and irrigation head under operating conditions. All adjustments, flushing, or replacements to the system shall be made at this time to ensure the proper operation of all emitters and irrigation heads. 8-03.3(12) Cross Connection Control Device Installation In the first sentence of the first paragraph "serving utility" is revised to read "local health authority". 8-03.3(13) Irrigation Water Service The first paragraph is revised to read. All water meter(s) shall be installed by the serving utility. The Contracting Agency shall arrange for a water meter installation(s) for the irrigation system at the locations and sizes as shown in the Plans at no cost to the Contractor. It shall be the Contractor's responsibility to contact the Engineer to schedule the water meter installation. The Contractor shall provide a minimum of 60 -calendar days notice to the Engineer prior to the desired water meter installation date. In the second paragraph, "will" is revised to read "shall" 34 1 8-03.3(14) Irrigation Electrical Service The first paragraph is revised to read: The Contracting Agency shall arrange for electrical service connection(s) for operation of the automatic electrical controller(s) at the locations as shown in the Plans. The Contractor shall splice and run conduit and wire from the electrical service connection(s), or service cabinet to the automatic electrical controller and connect the conductors to the circuit(s) per the controller manufacturer's diagrams or recommendations. In the second paragraph, "conduit" is revised to read "conduits". SECTION 8-08, RUMBLE STRIPS April 5; 2010 8-08.3 Construction Requirements In the fourth paragraph, the first and second sentences are combined to read. When shown in the Plans, the rumble strips shall be fog sealed in accordance with the requirements of Section 5-02 following the completion of the shoulder rumble strip. SECTION 8-14, CEMENT CONCRETE SIDEWALKS April 5, 2010 8-14.3(5) Curb Ramp Detectable Warning Surface Retrofit This section including heading is revised to read: 8-14.3(5) Detectable Warning Surface Detectable warning surfaces shall consist of truncated domes as shown in the Plans. Where a detectable warning surface is to be applied, the Contractor shall attach the detectable warning surface to the pavement surface according to the manufacturer's recommendations The detectable warning surface shall be located as shown in the Plans The Contractor shall use one of the detectable warning surface products listed in the Qualified Products List or submit another product for approval by the Project Engineer. If the Plans require, the detectable warning surface shall be capable of being bonded to a cement concrete surface or to an asphalt concrete surface Vertical edges of the detectable warning surface shall be flush with the adjoining surface to the extent possible (otherwise not be more than 1/4 -inch above the surface of the pavement) after installation. 8-14.4 Measurement The second sentence in the first paragraph is revised to read Cement concrete curb ramp type will be measured per each for the complete curb ramp type installed and includes the installation of the detectable warning surface. The second paragraph is revised to read: Detectable warning surface will be measured by the square foot of detectable warning surface material installed as shown in the Plans. 35 1 8-14.5 Payment The pay item "Cement Conc. Curb Ramp Type " is supplemented with the following new paragraph: The unit Contract price per each for "Cement Concrete Curb Ramp Type ", shall be full pay for installing the curb ramp as specified including the "Detectable Warning Surface". The pay item "Curb Ramp Detectable Warning Surface Retrofit" is revised to read "Detectable Warning Surface". SECTION 8-15, RIPRAP January 4, 2010 8-15.2 Materials The referenced sections for the following items are revised to read: Heavy Loose Riprap Light Loose Riprap Hand Placed Riprap Sack Riprap Quarry SpaIls 9-13 9-13 9-13 9-13 9-13 SECTION 8-17, IMPACT ATTENUATOR SYSTEMS April 5, 2010 8-17.4 Measurement The first paragraph is supplemented with the following new sentence: Only the maximum number of temporary impact attenuators installed at any one time within the project limits will be measured for payment. 8-17.5 Payment In the second paragraph following the bid item "Resetting Impact Attenuator", the first sentence is revised to read: If an impact attenuator is damaged by a third party, repairs shall be made in accordance with Section 1-07.13(4) under the Bid item "Reimbursement For Third Party Damage". SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL April 5, 2010 8-20.1 Description In the first paragraph item number 3 is revised to read' 3. Intelligent Transportation Systems (ITS) 8-20.3(4) Foundations In the 12th paragraph, item number 2 is revised to read: 36 2. The top heavy -hex nuts for type ASTM F1554 grade 105 anchor bolts shall be tightened by the Turn -Of -Nut Tightening Method to minimum rotation of %-turn (90 degrees) and a maximum rotation of %-turn (120 degrees) past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotationpast snug tight. In the 12th paragraph, the following is inserted after item number 2: 3. The top hex nuts for type ASTM F1554 grade 55 anchor bolts shall be tightened by the Turn -of -Nut Tightening Method to minimum rotation of 1/8 -turn (45 degrees) and a maximum rotation of 1/6 -turn (60 degrees) past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. 8-20.3(5) Conduit In the fifth -sentence of the fourth paragraph, "conforms" is -revised to read -"conforming". 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes In item number 2 of the second paragraph, "top course" is deleted and "per" is revised to read "in accordance with". 8-20.3(8) Wiring The following new two paragraphs are inserted after the first table. Splices and taps on underground circuits shall be made with solderless crimp connectors meeting the requirements of Section 9-29 12 Only one conductor or one multi conductor cable per wire entrance will be allowed in any rigid mold splice. In the eleventh paragraph item number 5 is revised to read. 5. Video detection camera lead-in cable - the numbers of the phases the camera served. In the eleventh paragraph the following is added after item number 5: 6. For ITS cameras — the number of the camera indicated in the Contract and the number of the associated cabinet as indicated on the Plans 7. Communication cable -- labeled as Comm. This section is supplemented with the following new paragraph: Installation of coaxial or coaxial/Siamese cable or data cables with a 600 VAC rating will be allowed in the same raceway with 480 VAC illumination cable. 8-20.4 Measurement The first sentence is revised to read: No specific unit of measurement will apply to the lump sum items for illumination system, intelligent transportation system (ITS), or traffic signal systems, but measurement will be for the sum total of all items for a complete system to be furnished and installed. 8-20.5 Payment All references to "Intelligent Transportation System" are revised to read "ITS". 37 SECTION 8-21, PERMANENT SIGNING January 4, 2010 8-21.3(4) Sign Removal In the fourth paragraph, the following sentence is inserted after the second sentence: Where signs are removed from existing overhead sign Structures, the existing vertical sign support braces shall also be removed. � In the fourth paragraph, the third sentence is revised to read. Aluminum signs, wood signs, wood sign posts, wood structures, metal sign posts, wind beams, and other metal structural members, and all existing fastening hardware connecting such members being removed, shall become the property of the Contractor and shall be removed from the project. SECTION 9-01, PORTLAND CEMENT April 5, 2010 9=01.2(1) Portland Cement In the first paragraph, all the text after "shall not exceed 8 -percent by weight" is deleted and the paragraph ends In the second paragraph, "per" is revised to read "in accordance with". SECTION 9-03, AGGREGATES January 4, 2010 In this Division, all references to "AASHTO TP 61" are revised to read "AASHTO T 335". SECTION 9-04, JOINT AND CRACK SEALING MATERIALS January 4, 2010 9-04.11 Butyl Rubber This section including title is revised to read: 9-04.11 Butyl Rubber and Nitrile Rubber Butyl rubber shall conform to ASTM D 2000, M1 BA 610. If the Engineer determines that the area will be exposed to petroleum products Nitrile rubber shall be utilized and conform to ASTM D 2000, M1 BG 610 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS January 4, 2010 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe In the fourth paragraph, the word "producer's" is revised to read "Manufacturer's". 38 9-05.13 Ductile Iron Sewer Pipe The second and third paragraphs are revised to read: Ductile iron pipe shall conform to ANSI A 21 51 or AWWA C151 and shall be cement mortar lined and have a 1- mil seal coat per AWWA C104, or a Ceramic Filled Amine cured Novalac Epoxy lining, as indicated on the Plans or in the Special Provisions. The ductile iron pipe shall be Special Thickness Class 50, Minimum Pressure Class 350, or the Class indicated on the Plans or in the Special Provisions. Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical type meeting the requirements of AWWA C111. Division 9-05 is supplemented with the following new sections: 9-05.21 Steel Rib Reinforced Polyethylene Culvert Pipe Steel rib reinforced polyethylene culvert pipe shall meet the requirements of ASTM F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings for pipe 24 -inch to 60 -inch diameter with silt -tight joints. Silt -tight joints for steel reinforced polyethylene culvert pipe shall be made with a bell/bell or bell and spigot coupling and incorporate the use of a gasket conforming to the requirements of ASTM F 477 All gaskets shall be installed on the pipe by the manufacturer. Qualification for each manufacturer of steel reinforced polyethylene culvert pipe requires an approved joint system and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall, accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. 9-05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe Steel rib reinforced polyethylene storm sewer pipe shall meet the requirements of ASTM F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings. The maximum diameter for steel reinforced polyethylene storm sewer pipe shall be the diameter for which a manufacturer has submitted a qualified joint. Qualified manufacturers and approved joints are listed in the Qualified Products Lists. Fittings shall be rotationally molded, injection molded, or factory welded All joints for steel reinforced polyethylene storm sewer pipe shall be made with a bell and spigot coupling and conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All gaskets shall be installed on the pipe by the. manufacturer. Qualification for each manufacturer of steel reinforced polyethylene storm sewer pipe requires joint system conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. 39 9-05.23 High Density Polyethylene (HDPE) Pipe HDPE pipe shall be manufactured from resins meeting the requirements of ASTM D3350 with a cell classification of 345464C and a Plastic Pipe Institute (PPI) designation of PE 3408. The pipes shall have a minimum standard dimension ratio (SDR) of 32.5. HDPE pipe shall be joined into a continuous length. by an approved joining method. The joints shall not create an increase in the outside diameter of the pipe. The joints shall be fused, snap together or threaded The joints shall be water tight, rubber gasketed if applicable, and pressure testable to the requirements of ASTM D 3212. Joints to be welded by buttfusion, shall meet the requirements of ASTM F 2620 and the manufacturer's recommendations. Fusion equipment used in the joining procedure shall be capable of meeting all conditions recommended by the pipe manufacturer, including but not limited to fusion temperature, alignment, and fusion pressure. All field welds shall be made with fusion equipment equipped with a Data Logger. Temperature, fusion pressure and a graphic representation of the fusion cycle shall be part of the Quality Control records Electro fusion may be used for field closures as necessary. Joint strength shall be equal or greater than the tensile strength of the pipe. Fittings shall be manufactured from the same resins and Cell Classification as the pipe unless specified otherwise in the Plans or Specifications. Butt fusion fittings and Flanged or Mechanical joint adapters shall have a manufacturing standard of ASTM D3261. Electro fusion fittings shall have a manufacturing standard of ASTM F1055. HDPE pipe to be used as liner pipe shall meet the requirements of AASHTO M 326 and this specification. The supplier shall furnish a Manufacturer's Certification of Compliance stating the materials meet the requirements of ASTM D 3350 with the correct cell classification with the physical properties listed above. The supplier shall certify the dimensions meet the requirements of ASTM F 714 or as indicated in this Specification or the Plans. At the time of manufacture, each lot of pipe, liner, and fittings shall be inspected for defects and tested for Elevated Temperature Sustain Pressure in accordance with ASTM F 714. The Contractor shall not install any pipe that is more than 2 years old from the date of manufacture. At the time of delivery, the pipe shall be homogeneous throughout, uniform in color, free of cracks, holes, foreign materials, blisters, or deleterious faults Pipe shall be marked at 5 foot intervals or Tess with a coded number which identifies the manufacturer, SDR, size, material, machine, and date on which the pipe was manufactured SECTION 9-07, REINFORCING STEEL January 4, 2010 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement) This sections title is revised to read. 40 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement Rehabilitation) SECTION 9-08, PAINTS AND RELATED MATERIALS January 4, 2010 9-08.1(2)C Inorganic Zinc Rich Primer In the first paragraph, the reference to "Type II" is revised to read "Type I". 9-08.1(2)D Organic Zinc Rich Primer This section is revised to read: Organic zinc rich primer shall be a high performance two -component epoxy conforming to SSPC Paint 20 Type 1I SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING April 5, 2010 9-14.3 Fertilizer In the first paragraph, the second sentence is revised to read: It may be separate or in a mixture containing the percentage of total nitrogen, available phosphoric acid, water-soluble potash, or sulfur in the amounts specified. 9-14.4(1) Straw This section is revised to read. Straw shall be in an air dried condition free of noxious weeds, seeds, and other materials detrimental to plant life Hay is not acceptable. All straw material shall be Certified Weed Free Straw using North American Weed Management Association (NAWMA) standards or the Washington Wilderness Hay and Mulch (WWHAM) program run by the Washington State Noxious Weed Control Board. Information can be found at http://www.nwcb.wa.gov. In lieu of Certified Weed Free Straw, the Contractor shall provide documentation that the material is steam or heat treated to kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing there are no viable seeds in the straw. Straw mulch shall be suitable for spreading with mulch blower equipment. 9-14.4(2) Wood Cellulose Fiber This section including title is revised to read: 9-14.4(2) Fiber Mulch All Fiber Mulch materials shall be in a dry condition free of noxious weeds, seeds, and other materials detrimental to plant life. Fiber Mulch shall be suitable for spreading with a hydroseeder or mulch blower equipment. This section is supplemented with the following new sub -sections: 41 9-14.4(2)A Cellulose Fiber Mulch Cellulose Fiber Mulch shall be recycled (pulp) fiber such as newsprint, magazine stock, corrugated cardboard, cotton or straw It shall be free from chemical printing ink, germination inhibitors, and chlorine bleach and shall contain no rock, metal, and plastic. If Cellulose Fiber Mulch contains cotton or straw, the Contractor shall provide documentation that the material is steam or heat treated to kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing there are no viable seeds in the mulch. Cellulose Fiber Mulch shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will become uniformly suspended, without clumping, to form a homogeneous slurry. When hydraulically applied, the material shall form a strong moisture - holding mat that allows the continuous absorption and infiltration of water. Cellulose Fiber Mulch shall contain a dye to facilitate placement and inspection of the material. Dye shall be non-toxic to plants, animals, and aquatic life and shall not stain concrete or painted surfaces. Cellulose Fiber Mulch furnished by the Contractor shall be pre-packaged by the manufacturer. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited, independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table: Properties Test Method Requirements Water Holding Capacity ASTM D 7367 1,000 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D 644* 15 percent maximum Seed Germination Enhancement ASTM D 7322* 200 percent minimum Performance in Protecting Slopes from Rainfall -Induced Erosion ASTM D 6459 with 0 12 -inch average raindrop size. Test in one soil type. Soil tested shall be loam as defined by the National Resources Conservation Service (NRCS) Soil Texture Triangle *** C Factor = 0.15 maximum using Revised Universal Soil Loss Equation (RUSLE) * ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. ***Available at: http://soils. usda.gov/education/resources/lessons/texture/textural tri hi.jpq 9-14.4(2)B Wood Fiber Mulch Wood Fiber Mulch shall be thermally processed, defibrated, wood fiber from natural or recycled wood chips or similar woody material. The wood shall be manufactured to produce long -strand fibers that physically interlock to form a strong moisture holding mat that allows the absorption and infiltration of water. Wood Fiber Mulch shall be free from paper, straw, cotton, jute, hemp, coconut, rock, metal, and plastic. 42 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Wood Fiber Mulch shall contain a dye to facilitate placement and inspection of the material Dye shall be non-toxic to plants, animals, and aquatic life and shall not stain concrete or painted surfaces. Wood Fiber Mulch shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry. Wood Fiber Mulch furnished by the\ Contractor shall be pre-packaged by the manufacturer. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited, independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table: Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T 126 A minimum of 50% of the fiber, by mass, is collected on the combination of No 8, No 16, and No. 24 sieves Water Holding Capacity ASTM D 7367 1,300 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D 644* 15 percent maximum Seed Germination Enhancement ASTM D 7322* 300 percent minimum Performance in Protecting Slopes from Rainfall -Induced Erosion ASTM D 6459 with 0.12 -inch average raindrop size. Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture Triangle *** C Factor = 0.15 maximum using Revised Universal Soil Loss Equation (RUSLE) * ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. ***Available at: http://soils. usda.gov/education/resources/lessons/texture/textural tri hi.jpq 9-14.4(3) Bark or Wood Chips The first paragraph is revised to read: Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species and shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust shall not be used as mulch. This section is supplemented with the following: Bark or wood chips when tested shall be according to WSDOT Test Method T 123 prior to placement and shall meet the following loose volume gradation. 43 Sieve Size Percent Passing Minimum Maximum 2" 95' 100 No. 4 0 30 9-14.4(4) Wood Strand Mulch This first paragraph is revised to read: Wood strand mulch shall be a blend of angular, loose, long, thin wood pieces that are frayed, with a high length -to -width ratio and shall be derived from native conifer or deciduous trees. A minimum of 95 percent of the wood strand shall have lengths between 2 and 10 -inches. At least 5 percent of the length of each strand shall have a width and thickness between 1/16 and 1/2 -inch. No single strand shall have a width or thickness greater than %-inch. The mulch shall not contain salt, preservatives, glue, resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust or wood chips or shavings shall not be acceptable. Products shall be tested according to WSDOT Test Method 125 prior to acceptance. 9-14.4(6) Gypsum This section is revised to read: Gypsum shall consist of Calcium Sulfate (CaSO42H2O) in a pelletized or granular form. 100 percent shall pass through a No. 8 sieve. 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 Tackifier shall contain no growth or germination inhibiting materials, and shall not reduce infiltration rates. Tackifier shall hydrate in water and readily blend with other slurry materials. All tackifiers shall meet the following requirements: Properties Test Method Requirements Viscosity* ASTM D 2364 4000 cPs minimum *Testing shall be performed by an accredited independent laboratory. This section is supplemented with the following new sub -sections: 9-14.4(7)A Organic Tackifier Organic tackifier shall be derived from natural plant sources and shall have an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. 9-14.4(7)B Synthetic Tackifier Synthetic tackifier shall have an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. 9-14.4(8) Compost In the third paragraph, number 1 is revised to read 44 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. Compost material shall be tested in accordance with U.S Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02-B, "Sample Sieving for Aggregate Size Classification" Fine Compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 2" 100 1" 95 100 5/$" 90 100 %4" 75 100 Maximum particle length of 6 -inches. Medium Compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 2" 100 1" 95 100 5/$" 90 100 '/4" 75 85 Maximum particle length of 6 -inches. Medium Compost shall have a Carbon to Nitrogen ratio (C.N) between 18:1 and 30:1. The Carbon to Nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. Coarse Compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 3" x 100 1" 90 100 3/,, 70 100 %4" 40 60 Maximum particle length of 6 -inches. In number 8. of the third paragraph, the reference to "manufacturer" is revised to read "Contractor". 9-14.4(8)A Compost Approval This sections title is revised to read: 9-14.4(8)A Compost Submittal Requirements The first sentence is revised to read: The Contractor shall submit the following information to the Engineer for approval: Number 1. is revised to read: 45 1. The Qualified Products List printed page or a Request for Approval of Material (DOT Form.350-071 EF). In number 3., the reference to "manufacturer" is revised to read. "Contractor" and the reference to "analyses" is revised to read "analysis". 9-14.4(8)B Compost Acceptance This section is revised to read: Fourteen days prior to application, the Contractor shall submit a sample of the compost approved for use, and a STA test report dated within 90 calendar days of the application, and the list of feed stocks by volume for each compost type to the Engineer for review. The Contractor shall use only compost that has been tested within 90 calendar days of application and meets the requirements in Section 9-14.4(8). Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall not be used. 9-14.4(9) Bonded Fiber Matrix (BFM) This section is revised to read: Bonded Fiber Matrix (BFM) shall be a hydraulically -applied blanket/mulch/matrix comprised of biodegradable, thermally processed, defibrated, long strand fibers from natural or recycled wood chips or similar woody material, weed free straw, cotton, coconut, jute, and/or hemp. The fibers shall physically interlock to form a strong moisture holding mat that allows the absorption and infiltration of water. BFM shall be free from rock, metal, or plastic. It shall contain no more than 15 percent recycled paper and meets the requirements in Section 9-14.4(2)A. The BFM shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry Within 48 hours the BFM shall bond with the soil surface to create a continuous, absorbent, flexible erosion resistant blanket that allows for seed germination and plant growth. BFM shall contain a dye to facilitate placement and inspection of the material. Dye shall be non-toxic to plants, animal, and aquatic life and shall not stain concrete or painted surfaces. BFM shall be furnished premixed by the manufacturer. The BFM shall be furnished with an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. Under no circumstances will field mixing of additives or components be acceptable. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table: 46 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T 126 A minimum of 50% of the fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves Tackifier, Type A or Type B See Section 9-14.4(7)A Minimum 10 percent by weight of a cross-linked, polysaccharide, hydro- colloid tackifier Water Holding Capacity ASTM D 7367 1,300 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D-644* 15 percent maximum Seed Germination Enhancement ASTM D 7322* 500 percent minimum Performance in Protecting Slopes from Rainfall -Induced Erosion ASTM D 6459 with 0.12 -inch average raindrop size ** Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture Triangle *** C Factor = 0.10 maximum using Revised Universal Soil Loss Equation (RUSLE) Thickness ASTM D 6525* 0.10 -inch minimum Ground Cover ASTM D 6567* 97 percent minimum Mass Per Unit Area ASTM D 6566* 10 0 oz/yd2 minimum * ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. ** Utah State Protocol of 2.5.1 slope with rainfall simulated at 5 -inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3 5 -inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. *** Available at: http://.soils. usda.gov/education/resources/lessons/texture/textural tri hi.jpg 9-14.4(10) Mechanically Bonded Fiber Matrix (MBFM) This section including title is revised to read: 9-14.4(10) Mechanically Bonded Fiber Matrix (MBFM) or Fiber Reinforced Matrix (FRM) The MBFM/FRM shall be a hydraulically -applied blanket/mulch/matrix comprised of biodegradable, thermally processed, defibrated, long -strand fibers from natural or recycled wood chips or similar woody material, straw, coconut, jute, and/or hemp. The MBFM/FRM shall contain a minimum of 5% by weight of biodegradable or photodegradable polyfibers that are bent in multiple locations on each strand and that physically interlock with the wood fibers to form a strong moisture holding mat that allows the absorption and infiltration of water. The MBFM/FRM shall contain a cross-linked polysaccharide tackifier MBFM/FRM shall be free from paper, rock, metal, and plastic. 47 MBFM/FRM shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry The MBFM/FRM shall require no curing period upon application, and shall bond with the soil surface .to create a continuous, porous, absorbent, and flexible erosion resistant blanket that allows for seed germination and plant growth. MBFM/FRM shall be furnished premixed by the manufacturer. The MBFM/FRM shall be furnished with an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. Under no circumstances will field mixing of additivesor components be acceptable. The Contractor -shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table. Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T 126 A minimum of 50% of the fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves Tackifier, Type A or Type B See Section 9-14.4(7)A Minimum 10 percent by weight of a cross-linked, polysaccharide, hydro- colloid tackifier Water Holding Capacity ASTM D 7367 1,500 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D 644* 15 percent maximum Seed Germination Enhancement ASTM D 7322* 500 percent minimum Performance in Protecting Slopes from Rainfall -Induced Erosion ASTM D 6459 with 0.12 -inch average raindrop size.** Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture Triangle *** C Factor = 0.05 maximum using Revised Universal Soil Loss Equation (RUSLE) Thickness ASTM D 6525* 0.15 -inch minimum Ground Cover ASTM D 6567* 98 percent minimum Mass Per Unit Area ASTM D 6566* 11.0 oz/yd2 minimum *ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. ** Utah State Protocol of 2.5:1 slope with rainfall simulated at 5 -inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3 5 -inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. 48 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 *** Available at: http://soils. usda.gov/education/resources/lessons/texture/textural tri hi.ipq 9-14.5(1) Polyacrylamide (PAM) The third and fourth sentences are revised to read: The minimum average molecular weight shall be greater than 5 mg/mole and minimum 30 percent charge density. The product shall contain at least 80 percent active ingredients and have a moisture content not exceeding 10 percent by weight. This section is supplemented with the following: PAM shall be delivered in a dry granular or powder form. 9-14.5(2) Erosion Control Blanket This section is revised to read: Temporary erosion control blanket shall be made of natural plant fibers and meet the following requirements: Properties ASTM Test Method Requirements Protecting Slopes from Rainfall -Induced Erosion D 6459 with 0.12 -inch average raindrop size.* Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture Triangle** Maximum C factor of 0.15 using Revised Universal Soil Loss Equation (RUSLE) Dry Weight per Unit Area D 6475 0.36 Ib/sq. yd. minimum Performance in Protecting Earthen Channels from Stormwater- Induced. Erosion D 6460 Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture Triangle** 1.0 Ib/sq. ft. minimum Seed Germination Enhancement D 7322* 200 percent minimum Netting, if present, shall be biodegradable with a life span not to exceed one year. * Utah State Protocol of 2.5:1 slope with rainfall simulated at 5 -inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5 -inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. ** Available at: http.//soils. usda.gov/education/resources/lessons/texture/textural tri hi.jpq Permanent erosion control blanket or turf reinforcing mat shall consist of UV stabilized fibers, filaments, or netting and shall meet the following requirements. 49 Properties ASTM Test Method Requirements UV Stability D 4355 Minimum 80 percent strength retained after 500 hours in a xenon arc device Protecting Slopes from Rainfall- Induced Erosion D 6459 with 0.12 -inch average raindrop size.* Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture Triangle ** Maximum C factor of 0.15 using Revised Universal Soil Loss Equation (RUSLE) Dry Weight per Unit Area D 6475 0 50 Ib/sq. yd. minimum Performance in Protecting Earthen Channels from Stormwater- Induced Erosion D 6460 Test in one soil type. Soil tested shall be loam as defined by the NRCS Soil Texture Triangle** 2.0 Ib/sq. ft. minimum Seed Germination Enhancement D 7322 200 percent minimum * Utah State Protocol of 2.5:1 slope with rainfall simulated at 5 -inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5 -inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. ** Available at: http://soils. usda.gov/education/resources/lessons/texture/textural tri hi.ipq This section is supplemented with the following new sub -section: 9-14.5(2)A Erosion Control Blanket Approval The Contractor shall select Erosion Control Blanket products that bear the Quality and Data Oversight and Review (QDOR) seal from the Erosion Control and Technology Council (ECTC). All materials selected shall be currently listed on the QDOR products list available at http:www.ectc.orq/qdor. 9-14.5(4) Geotextile - Encased Check Dam In the second paragraph, the second and third sentences are revised to read: The geotextile material shall overhang the foam by at least 6 -inches at each end, and shall have apron type flaps that extend a minimum of 24 -inches on each side of the check dam The geotextile material shall meet the requirements for Temporary Silt Fence in Section 9- 33. 9-14.5(5) Wattles This section is revised to read: Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, compost, wood chips, excelsior, or wood fiber or shavings encased within biodegradable netting. Wattles shall be a minimum of 5 -inches in diameter. Netting material shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials such as preservatives. Netting material shall be free from cuts, tears, or weak places and shall have a minimum lifespan of 6 months. 50 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Compost filler shall be Coarse Compost and shall meet the material requirements as specified in Section 9-14.4(8). If wood chips are used they shall meet the material requirements as specified in Section 9-14.4(3). If wood shavings are used, 80 percent of the fibers shall have a minimum length of 6 -inches between 0 030 and 0.50 -inches wide, and between 0.017 and 0.13 -inches thick. 9-14.5(6) Compost Sock This section is revised to read. Compost socks shall consist of extra heavy weight biodegradable fabric, with a minimum strand thickness of 5 mils. The fabric shall be filled with Coarse Compost. Compost Socks shall be at least 8 -inches in diameter. The fabric shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials and shall be free from cuts, tears, broken or missing yarns, and be free of thin, open, or weak areas and shall be free of any type of preservative. Coarse Compost filler shall meet the material requirements as specified in Section 9- 14.4(8). Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 -inch by 2 -inch nominal dimension and 36 -inches in length, 9-14.5(7) Coir Log This section is revised to read - Coir logs shall be made of 100 percent durable coconut (coir) fiber uniformly compacted within woven netting made of bristle coir twine. with minimum strength of 80 lbs tensile strength. The netting shall have nominal 2 -inch by 2 -inch openings. Log segments shall have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. Logs shall have a minimum density of 7 lbs/cf. Stakes shall be untreated Douglas fir, hemlock, or pine species Wood stakes shall have a notch to secure the rope ties. Rope ties shall be of 1/4 -inch diameter commercially available hemp rope. 9-14.6(1) Description The fourth paragraph is revised to read Cuttings are live plant material without a previously developed root system. Source plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with a sharp instrument. Cuttings may be collected. If cuttings are collected, the requirement to be nursery grown or held in nursery conditions does not apply. Written permission shall be obtained from property owners and provided to the Engineer before cuttings are collected. The Contractor shall collect cuttings in accordance with applicable sensitive area ordinances. Cuttings shall meet the following requirements: A. Live branch cuttings shall have flexible top growth with terminal buds and may have side branches. The rooting end shall be cut at an approximate 45 degree angle. B. Live stake cuttings shall have a straight top cut immediately above a bud. The lower, rooting end shall be cut at an approximate 45 degree angle. Live stakes are cut from one to two year old wood. Live stake cuttings shall be cut and installed 51 with the bark intact with no branches or stems attached, and be 1/2 to 1% -inch in diameter. C Live pole cuttings shall have a minimum 2 -inch diameter and no more than three branches which shall be pruned back to the first bud from the main stem. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and becoming erect at the apex. Rhizomes shall have a minimum of two growth points. Tubers shall be a thickened and short subterranean branch having numerous buds or eyes. 9-14.6(2) Quality • The first paragraph is revised to read: At the time of delivery all plant material furnished shall meet the grades established by the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 and shall conform to the size and acceptable conditions as listed in the Contract, and shall be free of all foreign plant material. The third paragraph is revised to read. All plant material shall be purchased from a nursery licensed to produce plants for sale in Washington State. This section is supplemented with the following new paragraph: All nurseries and nursery vendors must have a business license issued by the Washington State Department of Licensing with a "Nursery" endorsement. Upon request, the Contractor shall furnish the Engineer with copies of the applicable licenses and endorsements 9-14.6(3) Handling and Shipping Item numbers 8 and 9 are revised to read. _ 8. Size. (Height, runner length, caliper, etc. as required ) 9. Signature of shipper by authorized representative. Item numbers 10 and 11 are deleted. 9-14.6(7) Temporary Storage The first paragraph is revised to read: Plants stored under temporary conditions prior to installation shall be the responsibility of the Contractor. SECTION 9-15, IRRIGATION SYSTEM January 4, 2010 The first paragraph is supplemented with the following: When the water supply for the irrigation system is from a non -potable source, irrigation components shall have lavender indicators supplied by the equipment manufacturer. 52 9-15.3 Automatic Controllers This section is revised to read: The automatic controller shall be an electronic timing device for automatically opening and closing control valves for predetermined periods of time. The automatic controller shall be enclosed in a weatherproof, painted, metal housing fabricated from 16 gauge sheet aluminum alloy 6061-T6 or 16 gauge sheet steel or unpainted, non -rusting industrial grade stainless steel. The pedestal shall have a completely removable locking faceplate to allow easy access to wiring. The automatic controller housing shall have hasp and lock or locking device. All locks or locking devices shall be master keyed and three sets of keys provided to the Engineer. The controller shall be compatible with and capable of operating the irrigation system as designed and constructed and shall include the following operating features: 1. Each controller station shall be adjustable for setting to remain open for any desired period of time, from five minutes or Tess to at least 99 minutes. 2. Adjustments shall be provided whereby any number of days may be omitted and whereby any one or more positions on the controller can be skipped. When adjustments are made, they shall continue automatically within a 14 -day cycle until the operator desires to make new adjustments. 3. Controls shall allow any position to be operated manually, both on or off, whenever desired, without disrupting the 14 day cycle. 4. Controls shall provide for resetting the start of the irrigation cycle at any time and advancing from one position to another. 5 Controllers shall contain a power on-off switch and fuse assembly. 6 Output shall be 24 volt AC with battery back up for memory retention of the 14 day cycle. 7. Both normally -open or normally -closed rain sensor compatibility. 9-15.4 Irrigation Heads This section is supplemented with the following new paragraph: All instructions, special wrenches, clamps, tools, and equipment supplied by the manufacturer necessary for the installation and maintenance of the irrigation heads shall be turned over to the Engineer upon completion and acceptance of the project. 9-15.5 Valve Boxes and Protective Sleeves This section including title is revised to read: 9-15.5 Valve Boxes Valve boxes shall conform to the Plans and be extendible to obtain the depth required. All manual drain valves and manual control valves shall be installed in valve box with a vandal resistant lid as shown in the Plans. 9-15.7(1) Manual Control Valves The third and fourth sentences are revised to read: The Contractor shall furnish three suitable operating keys. Valves shall have removable bonnet and stem assemblies with adjustable packing glands and shall house long acme threaded stems to ensure full opening and closing. 9-15.7(2) Automatic Control Valves In the second paragraph, the first and second sentences are revised to read* 53 Valves shall be of a normally closed design and shall be operated by an electronic solenoid having a maximum rating of 6.5 watts utilizing 24 volt AC power. Electronic solenoids shall have a stainless steel plunger and be directly attached to the valve bonnets or body with all control parts fully encapsulated. In the fifth sentence of the second paragraph, "electric" is revised to read "electrical". 9-15.7(3) Automatic Control Valves With Pressure Regulator This section is revised to read: Automatic control valves with pressure regulators shall be similar to automatic control valves described in Section 9-15.7(2) and shall reduce the inlet pressure to a constant pressure regardless of supply fluctuations. The regulator must be fully adjustable. 9-15.8 Quick Coupling Equipment In the first paragraph, the first and second sentences are revised to read: Quick coupler valves shall have a service rating of not Tess than 125 -psi for non -shock cold water. The body of the valves shall be of cast Copper Alloy No. C84400 Leaded Semi -Red Brass conforming to ASTM B 584. In the fifth sentence of the first paragraph, "will" is revised to read "shall". 9-15.9 Drain Valves This section is revised to read: Drain valves may be a 'h -inch or %-inch PVC or metal gate valve manufactured for irrigation systems. Valves shall be designed for underground installation with suitable cross wheel for operation with a standard key, and shall have a service rating of not less than 150 -psi non -shock cold water. The Contractor shall furnish three standard operating keys per Contract. Drain valves shall be installed in a valve box with a vandal resistant lid as shown in the Plans. Drain valves on potable water systems shall only be allowed on the downstream side of approved cross connection control devices 9-15.10 Hose Bibs The first sentence is revised to read: Hose bibs shall be angle type, constructed of bronze or brass, threaded to accommodate a 3/ -inch hose connection, and shall be key operated. 9-15.11 Cross Connection Control Devices This section is revised to read: Atmospheric vacuum breaker assemblies (AVBAs), pressure vacuum breaker assemblies (PVBAs), double check valve assemblies (DCVAs), and reduced pressure backflow devices (RPBDs), shall be of a manufacturer and product model approved for use by the Washington State Department of Health, Olympia, Washington or a Department of Health certified agency. 9-15.12 Check Valves The last sentence is revised to read: 54 Valves shall have angled seats, Buna-N seals and threaded connections, and shall be installed in 8 -inch round plastic valve boxes with vandal resistant lids. 9-15.14 Three -Way Valves The last sentence is revised to read: When handles are included as an integral part of the valves, the Contractor shall remove the handles and give them to the Engineer for ultimate distribution to the Maintenance Division. 9-15.15 Flow Control Valves The third sentence is revised to read: Valves shall be factory set to the flows as shown in the Plans. 9-15.17 Electrical Wire and Splices This section is revised to read: Electrical wire used between the automatic controller and automatic control valves shall be solid or stranded copper, minimum size AWG 14. Insulation shall be Type USE Chemically Cross Linked Polyethylene or Type UF, and shall be listed by a National recognized Testing Laboratory. Each conductor shall be color coded and marked at each end and at all splices with zone or station number identification. Low voltage splices shall be made with a direct bury splice kit using a twist -on wire connector and inserted in a waterproof polypropylene tube filled with a silicone electrical insulating gel, or heat shrinkable insulating tubing. Heat shrinking insulating tubing shall consist of a mastic lined heavy wall polyolefin cable sleeve 9-15.18 Detectable Marking Tape The first paragraph is revised to read. Detectable marking tape shall consist of inert polyethylene plastic that is impervious to all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the soil, with a metallic foil core to provide for the most positive detection and pipeline location. In the second paragraph, the first and second sentences are revised to read: The tape shall be color coded and shall be imprinted continuously over its entire length in permanent black ink indicating the type of line buried below and shall also have the word "Caution" prominently shown. The last paragraph is revised to read: The width of the tape shall be as recommended by the manufacturer based on depth of installation. SECTION 9-16, FENCE AND GUARDRAIL January 4, 2010 9-16.3(2) Posts and Blocks The first sentence in the second paragraph is revised to read. 55 Timber posts and blocks shall conform to the grade specified in Section 9-09.2. SECTION 9-22, MONUMENT CASES January 4, 2010 9-22.1 Monument Cases, Covers, and Risers In the first sentence, "Class 30B" is revised to read "Class 35B". SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES April 5, 2010 9-23.1 Sheet Materials for Curing Concrete In the first paragraph, "AASHTO M 171" is revised to read "ASTM C 171". 9-23.2 Liquid Membrane Forming Concrete Curing Compounds In the first sentence of the first paragraph, "AASHTO M 148" is deleted and "(ASTM C 309)" is revised to read "ASTM C 309" SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL April 5, 2010 In this division, all references to "hot -dipped" are revised to read "hot -dip". 9-29.1(2)A Expansion Fittings, Deflection Fittings, and Combination Expansion/Deflection Fittings The following new paragraph is inserted after the first paragraph: Expansion fittings for use with PVC shall allow for 4 -inches of movement minimum (2 - inches in each direction). Expansion fittings for PVC conduit shall be PVC and have threaded terminal adaptor or coupling end and shall meet the requirements listed in Section 9-29.1(4)A. 9-29.4 Messenger Cable, Fittings This section is supplemented with the following Messenger cable shall be 3/ -inch, 7 -wire strand messenger cables conforming to ASTM A 475, extra -high-strength grade, 15,400 pounds minimum breaking strength, Class A galvanized. Strain insulators shall be wet process, porcelain, conforming to EEI-NEMA Class 54-2 standards for 12,000 pound ultimate strength. Down guy assembly shall consist of an eight -way steel expanding anchor, having a minimum area of 300 square inches, made of pressed steel, coated with asphalt or similar preservative, and fitted with a %-inch minimum guy eye anchor rod 8 -feet long. As an alternate to expanding anchors, screw type anchors with two 8 -inch helix, 31/2 -inch -pitch, 1 - inch by 7 foot guy anchor rod, and rated for 7,000 pound maximum torque may be installed. All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall be hot -dipped galvanized in conformance with the requirements of AASHTO M 232. 56 9-29.6(5) Foundation Hardware The first paragraph is revised to read: Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the requirements of ASTM F1554, grade 55. Nuts shall meet the requirements of AASHTO M 291, grade A. Washers shall meet the requirements of ASTM F 844 or ASTM F 436. 9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever Bases and Sign Bridge Bases The content of this section is revised and moved to the following new sub -sections: 9-29.7(1) Unfused Quick -Disconnect Unfused quick -disconnect connector kits shall conform to the following requirements: 1. The copper pin and copper receptacle shall be a crimped type of connection or a stainless steel set screw and lug connection to the cable. The receptacle shall establish contact pressure with the pin through the use of a tinned copper or copper beryllium sleeve spring and shall be equipped with a disposable mounting pin. The receptacle shall be fully annealed. Both the copper pin and receptacle shall have a centrally located recessed locking area adapted to be complementarily filled and retained by the rubber housing. 2. The plug and receptacle housing shall be made of water resistant synthetic rubber which is capable of burial in the ground or installation in sunlight. Each housing shall provide a section to form a water -seal around the cable, have an interior arrangement to suitably and complementarily receive and retain the copper pin or receptacle, and a section to provide a water -seal between the two housings at the point of disconnection. 3. The kit shall provide waterproof in-line connector protection with three cutoff sections on both the line and load side to accommodate various wire sizes All connections shall be as described in item "1" above. Upon disconnect, the connector shall remain in the load side of the kit. 9-29.7(2) Fused Quick -Disconnect Fused quick -disconnect kits shall provide waterproof in-line fuse protection. The kit shall provide three cutoff sections on both lines and load side to accommodate various wire sizes. All connections shall be as described in item "1" above. Upon disconnect, the fuse shall remain in the load side of the kit. Fuses furnished for all lighting circuits shall be capable of handling the operating voltage of the circuit involved and shall have the following characteristics: 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load. 2. Fuses shall be capable of supporting 135 percent of the rated load for approximately 1 hour 3 A load of 200 percent, of rated load shall effectively cause instantaneous blowing of the fuse 57 4. Fuses shall be rated as listed below and shall be sized to fit the fuse containers furnished on this project, according to the manufacturer's recommendations therefore. 5. Fuses shall be listed by a nationally recognized testing laboratory Luminaire Service Voltage Size 480V 240V 120V 1,000W 10A 15A 30A 750W 5A 10A 20A 700W 5A 10A 20A 400W 5A 10A 15A 310W 5A 5A 10A 250W 5A 5A 10A 200W 4A 5A 10A 175W 4A 5A 10A 150W 3A 4A 5A 100W 2A 3A 4A 70W 2A 2A 2A 50W 2A. 2A 2A 9-29.9 Ballast, Transformers This sections content is deleted and replaced with: Heat -generating components shall be mounted to use the portion of the luminaire upon which they are mounted as a heat sink. Capacitors shall be located as far as practicable from heat -generating components or shall be thermally shielded to limit the fixture temperature to 160°F. Transformers and inductors shall be resin -impregnated for protection against moisture. Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. No capacitor, transformer, or other device shall employ the class of compounds identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other purpose. This section is supplemented with the following new sub -sections: 9-29.9(1) Ballast Each ballast shall have a name plate attached permanently to the case listing all electrical data. A Manufacturer's Certificate of Compliance in accordance with Section 1-06.3 meeting the manufacturers and these Specification requirements, shall be submitted by the Contractor with each type of luminaire ballast. . Ballasts shall be designed for continuous operation at ambient air temperatures from 20°F without reduction in ballast life. Ballasts shall have a design life of not less than 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours on and 12 hours off, with the lamp circuit in an open or short-circuited condition and without measurable reduction in the operating requirements All ballasts shall be high power factor (90%) 58 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6, Methods of Measurement of High -Intensity -Discharge Lamp Ballasts Starting aids for ballasts of a given Tamp wattage shall be interchangeable between ballasts of the same wattage and manufacturer without adjustment. Ballast assemblies shall consist of separate components, each of which shall be .capable_ of being easily replaced. A starting aid will be considered as a single component. Each component shall be provided with screw terminals, NEMA tab connectors or a single multi - circuit connector. All conductor terminals shall be identified as to the component terminal to which they connect. Ballasts for high-pressure sodium lamps shall have a ballast characteristic curve which will intersect both of the lamp -voltage limit lines between the wattage limit lines and remain between the wattage limit lines throughout the full range of lamp voltage. This requirement shall be met not only at the rated input voltage of the ballast, but also the lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of the lamp, the ballast curve shall fall within the specified limits of lamp voltage and wattage. All luminaires ballasts shall be located within the luminaire housing. The only exception shall be ballasts to be mounted on lowering assemblies and shall be external to, and attached to the fixture assembly Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources shall be Sourc e Line Volt. Lamp Wattage Ballast Type Input Voltage Variation Lamp Wattage Variation HPS any 70 400 Mag. Reg. 10% 18% Lag HPS any 750 Auto Reg. 10% 30% 1000 Lead CWA MH any 175 400 Mag. Reg. 10% 18% Lag MH any 1000 Auto Reg. 10% 30% Lead CWA 9-29.9(2) Transformers The transformers to be furnished shall be indoor/outdoor dry type transformers rated as shown in the Plans. The transformer coils, buss bar, and all connections shall be copper. Transformers, 7.5 KVA and larger shall be supplied with two full capacity taps, one at 5% and one at 10% below the normal full capacity. 9-29.10 Luminaires This section is revised to read: All luminaires shall have their components secured to the luminaire frame with ANSI, 300 series chrome -nickel grade stainless steel, zinc dichromate coated steel or ceramic coated 59 steel hardware. The luminaire slip -fitter bolts shall be either stainless steel, hot -dip galvanized steel, zinc dichromate coated steel, or ceramic coated steel. All internal luminaire assemblies shall be assembled on or fabricated from either stainless steel or galvanized steel. The housing, complete with integral ballast, shall be weathertight. The temperature rating of all wiring internal to the luminaire housing, excluding the pole and bracket cable, shall equal or exceed 200°F . All luminaires shall be provided with markers for positive identification of light source type and wattage Markers shall be 3 -inches square with Gothic bold, black 2 -inch legend on colored background. Background color shall be gold for high pressure sodium, and red for metal halide Tight sources. Legends shall be sealed with transparent film resistant to dust, weather, and ultraviolet exposure. Legends shall correspond to the following code: Lamp Wattage Legend 70 7 100 10 150 15 175 17 200 20 250 25 310 31 400 40 700 70 750 75 1,000 XI 9-29.10(1) Cobra Head Luminaires This sections content including title is revised to read. 9-29.10(1) Conventional Roadway Luminaires A. Conventional highway luminaires shall be IES Type III medium distribution cut off cobra head configuration with horizontal lamp, rated at 24,000 hours minimum. B. The ballast shall be mounted on a separate exterior door, which shall be hinged to the luminaire and secured in the closed position to the luminaire housing by means of an automatic type of latch (a combination hex/slot stainless steel screw fastener may supplement the automatic type latch). C. The reflector of all luminaires shall be of a snap -in design or be secured with screws. The reflector shall be manufactured of polished aluminum or molded from prismatically formed borosilicate glass. The refractor or lens shall be mounted in a doorframe assembly which shall be hinged to the luminaire and secured in the closed position to the luminaire by means of automatic latch. The refractor or lens and doorframe assembly, when closed, shall exert pressure against a gasket seat. The refractor lens shall not allow any light output above 90 degrees nadir. Gaskets shall be composed of material capable of withstanding temperatures involved and shall be securely held in place. 60 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 D. Each housing shall be provided with a four bolt slipfitter capable of mounting on a 2 - inch pipe tenon and capable of being adjusted within 5 degrees from the axis of the tenon. The clamping bracket(s) and the cap screws of the slipfitter shall not bottom out on the housing bosses when adjusted within the ±5 degree range No part of the slipfitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.2 -inch when the cap screws used for mounting are tightened to a torque of 32 pounds feet. E. Refractors shall be formed from heat resistant, high impact, molded borosilicate glass. Flat lens shall be formed from heat resistant, high impact borosilicate or tempered glass F. High pressure sodium conventional roadway luminaires shall be capable of accepting a 150, 200, 250, 310, or 400 watt Tamp complete with ballast. G. Housings shall be fabricated from aluminum. Painted housings shall be painted flat gray, Federal Standard 595 color chip No. 26280. Housings that are painted shall withstand a 1,000 -hour salt spray test as specified in ASTM B 117. H. All luminaires to be mounted on horizontal mast arms, shall be capable of withstanding cyclic loading in: 1. A vertical plane at a minimum peak acceleration level of 3 0 g's peak -to -peak sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for a minimum of 2 million cycles without failure of any luminaire parts, and; 2 A horizontal plane perpendicular to the direction of the mast arm at a minimum peak acceleration level of 1.5 g's peak to peak sinusoidal loading (same as 0.75 g's peak) with the internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts. I. All luminaires shall have leveling reference points for both transverse and longitudinal adjustment. Luminaires shall have slip -fitters capable of adjusting through a 5 -degree axis for the required leveling procedure. 9-29.10(2) Decorative Luminaires In the first paragraph, "150 - 400" is revised to read "50 - 400". In the second paragraph, "box shaped" is deleted In the third paragraph, the first sentence is deleted. The second sentence is revised to read: The ballast housing shall be adequately constructed to contain ballasts for 50 - 400 watt alternate high intensity discharge sources. The fourth paragraph is revised to read: Each housing shall consist of an integral reflector, containing a mogul based high intensity discharge Tamp, and a one piece heat and shock resistant, clear tempered lens mounted in a gasketed, hinged frame The reflector shall be a snap -in design or secured with screws. The reflector assembly shall have a lamp vibration damper. The reflector shall be manufactured of polished aluminum or molded from prismatically formed borosilicate glass. The housing shall have a heat resistant finish. The lens frame shall be secured to the 61 housing with ANSI, 300 series chrome -nickel grade stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. The last sentence in the fifth paragraph is deleted. The sixth paragraph is deleted. The seventh paragraph is revised to read: The finish shall meet the requirements of ASTM B 117 with the exception that the finish shall be salt spray resistant after 300 hours exposure . The first sentence in the eight paragraph is deleted. 9-29.10(3) High Mast Luminaires and Post Top Luminaires This sections content including title is deleted and replaced with: 9-29.10(3) Vacant 9-29.10(5) Sign Lighting Luminaires This section is revised to read: Sign lighting luminaires shall be the Induction Bulb type. 9-29.10(5)A Sign Lighting Luminaires - Mercury Vapor This section including title is revised to read. 9-29.10(5)A Sign Lighting. Luminaires — Isolation Switch The isolation switch shall be installed in a terminal cabinet in accordance with Section 9- 29.25 with the exception that the cabinet shall be NEMA 3R and stainless steel. The terminal cabinet shall be installed in accordance to the Standard Plans. The switch shall be either single pole, single throw, or double pole single throw as necessary to open all conductors to the luminaires other than neutral and ground conductors. The switch shall contain 600 volt alternating current (VAC) terminal strips on the load side with solderless Tugs as required for each load carrying conductor plus four spare Tugs per strip. 9-29.10(5)B Sign Lighting Fixtures - Induction The first sentence is revised to read. Sign lighting luminaires shall have a cast aluminum housing and door assembly with a polyester paint finish. In the second sentence of the sixth paragraph, "87" is revised to read "85" In the last sentence of the sixth paragraph, "Class a" is revised to read "Class A" The first sentence of the last paragraph is revised to read: A Manufacturer's Certificate of Compliance, conforming to Section 1-06 3 "Manufacturer's Certificates of Compliance" and a copy of the high frequency generator test methods and results shall be submitted by the manufacturer with each lot of sign lighting fixtures. 9-29:12 Electrical Splice Materials This section is revised to read: 62 Circuit splicing materials shall meet the following specifications 9-29.12(1) Illumination Circuit Splices This section is revised to read. Illumination circuit splices shall be split bolt vice type connectors or solderless crimped connections to securely join the wires both mechanically and electrically as defined in Section 8-20.3(8). This section is supplemented with the following new sub -sections: 9-29.12(1)A Heat Shrink Splice Enclosure Heat shrink insulating materials shall be the moisture blocking mastic type meeting Mil Spec 1230053 9-29.12(1)B Molded Splice Enclosure Epoxy resin cast type insulation shall employ a clear rigid plastic mold or a clear mylar sheet bonded to butyrate webbing forming a flexible mold. The material used shall be compatible with the insulation material of the insulated conductor or cable. The component materials of the resin insulation shall be packaged ready for convenient mixing without removing from the package. 9-29.12(2) Traffic Signal Splice Material This section is revised to read. Induction loop splices and magnetometer splices shall include an uninsulated barrel type crimped connector capable of being soldered. The insulating material shall be a heat shrink type meeting requirements of Section 9-29.12(1)A, an epoxy resin cast type with clear rigid plastic mold meeting the requirements of Section 9-29.12(1)B, or a re -enterable type with silicone type filling compound that remains flexible and enclosed in a re -enterable rigid mold that snaps together 9-29.15 Flashing Beacon Control In the first paragraph, the first word "Flashers" is revised to read "Line voltage flashers". 9-29.18 Vehicle Detector The first paragraph is revised to read: Induction loop detectors and magnetometer detectors shall comply with current NEMA Specifications when installed with NEMA control assemblies and shall comply with the current California Department of Transportation document entitled "Transportation Electrical Equipment Specifications," specified in Section 9-29.13(7) when installed with Type 170, Type 2070 or NEMA control assemblies. SECTION 9-30, WATER DISTRIBUTION MATERIALS January 4, 2010 9-30.1(1) Ductile Iron Pipe In the first paragraph, number 1. and 2. are revised to read: 1. Ductile iron pipe shall meet the requirements of AWWA C151. Ductile iron pipe shall have a cement mortar lining, and a 1 mil thick seal coat meeting the requirements of AWWA C104. Ductile iron pipe to be joined using bolted flanged joints shall be Special 63 Thickness Class 53 All other ductile iron pipe shall be Special Thickness Class 50, minimum Pressure Class 350, or the class indicated on the Plans or in the Special Provisions. 2 Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical type meeting the requirements of AWWA C111. 9-30.1(2) Polyethylene Encasement This section is revised to read: Polyethylene encasement shall be tube -form, high density cross -laminated polyethylene film, or linear low density polyethylene film, meeting the requirements of ANSI/AWWA C105. Color shall be natural or black. SECTION 9-33, CONSTRUCTION GEOSYNTHETIC April 5, 2010 9-33.4(3) Acceptance Samples The third paragraph is revised to read: Samples from the geosynthetic roll will be taken to confirm the material meets the property values specified. Samples will be randomly taken at the job site by the Contractor in accordance with WSDOT T 914 in the presence of the Project Engineer. The first sentence in the sixth paragraph is revised to read: For each geosynthetic roll that is tested and fails the Project Engineer will select two additional rolls from the same lot for sampling and retesting. The Contractor shall sample the rolls in accordance with WSDOT T 914 in the presence of the Project Engineer. SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS January 4, 2010 9-35.0 General Requirements In the first paragraph, the item "Truck Mounted Attenuator" is revised to read "Transportable Attenuator" In the second paragraph, the third sentence is revised to read: Unless otherwise noted, Requests for Approval of Material (RAM) and Qualified Products List (QPL) submittals are not required. 9-35.12 Truck -Mounted Attenuator This section including title is revised to read: 9-35.12 Transportable Attenuator Transportable attenuators are Truck -Mounted Attenuators (TMA) or Trailer -Mounted Attenuators (TMA -trailer). The transportable attenuator shall be mounted on, or attached to a host vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall b9 securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the transportable attenuator complies with NCHRP 350 Test level 64 3 requirements. Lighter host vehicles proposed by the Contractor are subject to the approval of the Engineer. The Contractor shall provide the Engineer with roll -ahead distance calculations and crash test reports illustrating that the proposed host vehicle is appropriate for the attenuator and the site conditions. The transportable attenuator shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4 -inch yellow stripes, 'alternating non -reflective black and retro -reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. This section is supplemented with the following new sub -sections: 9-35.12(1) Truck -Mounted Attenuator The TMA may be selected from the approved units listed on the QPL or submitted using a RAM. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. 9-35.12(2) Trailer -Mounted Attenuator The TMA -trailer may be selected from the approved units listed on the QPL or submitted using a RAM. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. 9-35.12(3) Submittal Requirements For transportable attenuators listed on the QPL, the Contractor shall submit the QPL printed page or a QPL Acceptance Code entered on the RAM (WSDOT Form 350-071 EF) for the product proposed for use to the Engineer for approval. The Contractor shall submit a RAM for transportable attenuators not listed on the QPL. 65 SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2010 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision (******) Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions' date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Project Specific Special Provisions normally appear only in the contract for which they were developed. 67 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This contract provides for the improvement of *'`* 8th Street, from Chestnut to 'A' Street, by removing existing curb & gutter, sidewalk and trees, planing bituminous pavement, installing new sidewalks, brick pavers, curb & gutters, roadway, pedestrian lighting, trees, tree grates, tree lighting system, irrigation system, gabion wall, planters and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. 68 Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation- required ocumentationrequired 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. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. BID PROCEDURES AND CONDITIONS 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (March 25, 2009 APWA GSP) Bidders must meet the minimum qualifications of RCW 39.04.350(1), as amended: 69 "Before award of a public works contract, a bidder must meet the following responsibility criteria to be considered a responsible bidder and qualified to be awarded a public works project. The bidder must: (a) - At the time of bid submittal, have a certificate of registration in compliance with chapter 18 27 RCW; (b) Have a current state unified business identifier number; (c) If applicable, have industrial insurance coverage for the bidder's employees working in Washington as required in Title 51 RCW; an employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; and (d) Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3)." 1-02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor Reduced plans (11" x 17") and Contract Provisions Large plans (e.g., 22" x 34") and Contract Provisions No. of Sets Basis of Distribution X10 Furnished automatically upon award. N/A Furnished only upon request. Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Invitation to Bid. 1-02.4 Examination of Plans, Specifications and Site of Work 1-02.4(1) General This section is supplemented with the following. No pre-bid approval on any proposed substitute equipment shall be granted prior to the bid opening unless specified otherwise in these Specifications. 1-02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid 70 The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal (October 10, 2008 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 1-02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1 Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 71 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. (*****) Public Opening Of Proposal Section 1-02.12 is supplemented with the following: Date Of Opening Bids Sealed bids are to be received at the following locations prior to the time specified: 1. At the City Clerk's Office, City of Yakima, 129 N. Second Street, Yakima, WA 98901 until 2:00 P.M. of the bid opening date. The bid opening date for this project is as listed in the Invitation to Bid. Bids received will be publicly opened and read after 2:00 P.M. on this date. 1-02.13 Irregular Proposals (March 25, 2009 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or 72 J• 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 (October 1, 2005 APWA GSP) Revise this section to read: A bidder may be deemed not responsible and the proposal rejected if: 1. More than one proposal is submitted for the same project from a bidder under the same or different names; 2. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; 3. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; 4. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization, 5. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; 6. The bidder failed to settle' bills for labor or materials on past or current contracts; 7. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; 8. The bidder is unable, financially or otherwise, to perform the work; 9. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27); 10. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read. Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5 Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 73 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read. After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read. Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first businessday following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within Fourteen (14) 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 Six (6) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 74 1-03.4 Contract Bond (***** APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the.bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). Add the following: The Contractor shall guarantee the material provided and workmanship performed under the Contract for a period o one year from and after the final acceptance therof by the Contracting Agency In addition to the requirements from the Contract Bond according to SECTION 1-03.4 of the Standard Specifications, the Bond shall further indemnify and hold the Contracting Agency, its employees, agents and elected or appointed officials harmless from defects appearing or developing in the material or workmanship provided or performed under the Contract within a period of one year after final acceptance by the Contracting Agency. The Contract Bond shall be in the form of the Contract Bond document bound in these Specifications. 75 1-03.7 Judicial Review Delete the last sentence in its entirety and replace it with the following: Such review, if any, shall be timely filed in the Superior Court of Yakima County, Washington. SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g , 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction. 1-04.11 Final Cleanup This section is supplemented with the following' The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is completed. 1-05 CONTROL OF WORK 1-05.1 Authority of the Engineer Add the following: Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. 76 1 1-05.4 Conformity With And Deviations From Plans And Stakes Section 1-05.4 is supplemented with the following 1 The Consultant will establish the line and grade of proposed construction by offset stakes and "blue top" hubs as defined below. The Contractor shall establish grades from the ' Consultant's stakes at suitable intervals in accordance with good practice and which meet with the approval of the Engineer. Where any information on the Plans is insufficient for establishing line and/or grade, the Contractor shall request additional information from the ' Consultant. Where new construction adjoins existing construction, the Contractor shall make such adjustments in grade as are directed by the Engineer. The Consultant will perform all surveying necessary to check compliance with the Specifications and as required for measuring the quantities of work as specified. The Contractor shall furnish ' assistance to the Engineer in checking depth and measuring quantities for payment purposes. I Offset stakes will be provided by the Consultant one time only for back of curb alignment/top of curb grade at fifty (50) foot intervals, and at all curb returns and catch basins. The Consultant will provide slope staking one time only in areas of significant I sloping, establish the centerline for minor structures, and establish bench marks at convenient locations for use by the Contractor. ' The Consultant will provide "blue top" hubs one time only at fifty (50) foot intervals at subgrade at curb and gutter. The Contractor shall request subgrade "blue top" hubs in accordance with staking request procedures herein specified. The Contractor shall be ' responsible for installing "blue top" hubs at fifty (50) foot intervals for each course of aggregate All costs of staking performed by the Contractor shall be considered incidental to the various bid items of the project. 1 Any charges incurred by the Consultant to replace stakes, markers, and monumentation which were not to be disturbed but were damaged by the Contractor's operations, shall be calculated on an hourly basis at the Consultant's normal hourly billing rates in effect at ' that time for the individuals and equipment required to do the work, including travel time and overtime. The Contractor does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Consultant's line and grade, will not be ' allowed unless the original control points set by the Consultant still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Consultant. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer and Consultant. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1 1 77 1-05.4(3) Construction Staking Requests (NEW SECTION) The following new section shall be added to the Standard Specifications:: All staking requests shall be made on the "Construction Staking Request Form" found on the following page. The form shall be delivered or faxed to the Consultant's office at least three (3) working days prior to the date requested for staking. The Contractor shall provide a brief description of the staking needed the approximate location (station to station), and when the staking will be required. The request shall be reviewed with the Consultant and both parties shall sign the form. When the staking is completed, the survey party chief will initial and date the form. Requests for re -stakes shall be marked boldly in the description and initialed by both the Contractor and the Consultant. 78 CONSTRUCTION STAKING REQUEST FORM Project: CITY OF YAKIMA City Project No 2284 Contractor: 8TH STREET PEDESTRIAN STREETSIDE IMPROVEMENTS Date of Request: Time of Request The Contractor shall provide at least three (3) working days notice as required by the Contract Special Provisions. WHEN REQUIRED ITEM DESCRIPTION STATION TO STATION DATE TIME 1. 2. 3 4 SIGNATURES STAKING COMPLETED Item By Date/Time 1 2. Contractor 79 3. 4 1-05.5 SURVEY MONUMENTS (NEW SECTION) The following new section shall be added to the Standard Specifications: The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of Toss 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 1-05.10(1) General Guaranty and Warranty (NEW SECTION) The following new section shall be added to the Standard Specifications. If, within one year after the date of Final Acceptance of the Work by the Contracting Agency, defective and unauthorized work is discovered, the Contractor shall promptly, upon written request by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such work or, if such work has been rejected by the Engineer, remove it from the Project Site and replace it with non -defective and authorized 80 work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written request to correct defective and unauthorized work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized .work corrected or rejected, removed, and replaced pursuant to the provisions of SECTION 1-05.7 of these Specifications The Contractor agrees the above one-year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reachsubstantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies Corrective work shall be pursued vigorously, diligently, and without interruption 81 until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings, or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (May 25, 2006 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.1, it will take these performance reports into account. 82 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (March 13, 1995) Cooperation With Other Contractors Section 1-05.14 is supplemented with the following: Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: 1. City of Yakima Traffic Department. Contractor will need to coordinated with the City of Yakima Traffic Department when his work will involve removing, relocating or replacing existing street lights, existing or new electrical conduit runs and the irrigation system. Contact : Richard Dwyer (509) 575-6005 2. City of Yakima Water Department. Contractor will need to coordinate with the City of Yakima Water Dept. when his work will involve new water services, adjustment of existing water services, water from City fire hydrants. Contact: James Dean (509-575-6196) 3. City of Yakima Parks Department. Contractor will need to coordinate with the City of Yakima Parks Dept. when his work will involve removing, relocating and capping existing irrigation facilities. Contact: Randy Murphy (509-575-6005) Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 83 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use This section is supplemented with the following. All lighting materials and sign posts to be supplied by the City of Yakima as specified elsewhere in these special provisions will be made available to the Contractor at no cost. The Contractor shall make arrangements with the City for access to their storage yard at the corner of South 3rd Avenue and Pine Streets which is approximately 0.5 miles from the west end of the project limits. Loading and hauling equipment shall be the responsibility of the Contractor. 1-06.2 Acceptance of Materials 1-06.2(1) Samples and Tests for Acceptance This section is supplemented with the following: The Contractor shall be responsible for scheduling and paying for all material testing required for this project. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Moisture density curves for each type of material encountered and copies of all test results shall be submitted to the Engineer as construction progresses for Trench Backfilling, Embankment Compaction, Subgrade Preparation, and Ballast and Crushed Surfacing. The sampling frequency is as follows Trench Backfillinq Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7-08.3(3) or 7-10.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2-03.3(14). 84 Subgrade Preparation _ Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2-06.3(2). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4-04.3(5). Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5-04.3(10) B of these Special Provisions. Cement Concrete Curb, Gutter and Sidewalk • One test shall be taken for every 500 cubic yards of concrete placed for curb, gutter or sidewalk. The concrete shall be tested for temperature, air content, slump and compressive strength. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions, of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. 85 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 Section 1-07.2 is supplemented with the following: (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1-07.2(1) apply. 1-07.5 Environmental Regulations 1-07.5(1) General This section is supplemented with the following: The Contractor shall be liable for the payment of all fines and penalties resulting from failure to comply with the federal, state and local pollution control regulations. 1-07.5(4) Air Quality This section is supplemented with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574-1410. 1-07.6 Permits and Licenses - Section 1-07.6 is supplemented with the following: (#.****) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. The Contractor shall have or obtain a valid City of Yakima Business License for the duration of this project. 1-07.13 Contractor's Responsibility for Work 1-07.13(3) Relief of Responsibility for Damage by Public Traffic Replace with the following: When it is necessary for public traffic to utilize the street and associated facilities during construction, the Contractor shall be responsible for damages to permanent work. The Contractor shall provide all necessary protection and temporary facilities to accommodate both vehicular and pedestrian traffic during construction. 86 1-07.15 Temporary Water Pollution/Erosion Control Replace the second paragraph with the following: The Contractor shall perform all temporary water pollution/erosion control measures shown in the Plans, specified in the Special Provisions or WSDOT Storm Drainage manual, proposed by the Contractor and approved by the Engineer, or ordered by the Engineer as work proceeds. Payment for all work necessary to comply with Section 1- 07.15 shall be included in other various bid items, and no separate payment shall be made. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property This section is supplemented with the following: Stockpiling in City of Yakima right-of-way or on existing or new improvements shall not occur unless approved by the Engineer. All temporary stockpile sites shall be restored to their original condition or better. The Contractor shall contact all property owners and tenants in the vicinity of this project, via newsletter/mailing, a minimum of one (1) week prior to start of construction. The newsletter/mailing shall advise the owners and tenants of the construction schedule and indicate the Contractor's name, contact person, and telephone numbers. (February 5, 2001) 1-07.17 Utilities And Similar Facilities Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project: The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Qwest 8 W 2nd Ave, Room 304 Yakima, Washington 98902 509-575-7183 Charter Cable 1005 N 16th Avenue Yakima, Washington 98902 509-575-1697 City of Yakima Water Division 2301 Fruitvale Blvd. Yakima, Washington 98902 509-575-6154 City of Yakima Wastewater Division 2220 E. Viola, Yakima, Washington 98901 509-575-6077 Cascade Natural Gas Corporation 401 N 1st Street, Yakima, Washington 98901 509-457-5905 Pacific Power PO Box 1729 Yakima, Washington 98907 509-575-3146 Level 3 Communications Dale Smith 253-209-3236 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council - Area 5, telephone number 1-800-553-4344, at least 72 hours prior to start of excavation so that underground utilities may be marked It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. 87 Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following. 1-07.18 Public Liability and Property Damage Insurance (***** APWA GSP) 1-07.18(1) General Requirements The Contractor shall obtain and keep in force during the term of the contract and until 30 days after the physical completion date, unless otherwise indicated below, the following insurance with insurance companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. The insurance provided must be with an insurance company with a rating of A-: VII or higher in the A.M Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve the security of the insurance provided, the company, terms and coverage, and the Certificate of Insurance. If any policy is written on a claims made form, the retroactive date shall be prior to or coincident with the effective date of this contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims made form coverage shall be maintained by the Contractor for a minimum of three years following the expiration or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. The policies of insurance shall contain a "cross liability" endorsement substantially as follows: The inclusion of more than one insured under this policy shall not affect the rights of any insured as respects any claim, suit, or judgment made or brought by or for any other insured or by or for any employee of any other insured. This policy shall protect each insured in the same manner as though a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. The policies of insurance for general, automobile, and pollution policies shall be specifically endorsed to name the Contracting Agency and its officers, elected officials, employees, 88 1 agents and volunteers, and any other entity specifically required by the Contract Provisions, as additional insured(s). In addition, Contractor's insurance shall be primary as respects the Contracting Agency, and any other insurance maintained by the Contracting Agency shall be excess and not contributing insurance with the Contractor's insurance. The Contracting Agency shall be given at least 45 days prior written notice of any cancellation, reduction in coverage, or other material change in any insurance policy. Insurance shall provide coverage to the Contractor, all subcontractors, and the Contracting Agency. The coverage shall protect against claims for personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. Contractor hereby assumes .all risk of damage to its property, or injury to its officers, directors, agents, contractors, or invitees, in or about the Property from any cause, and hereby waives all claims against the Contracting Agency. The Contractor further waives, with respect to the Contracting Agency only, its immunity under RCW Title 51, Industrial Insurance. The Contractor shall forward to the Contracting Agency the original policy, or endorsement obtained, to a Contractor's policy currently in force. Including specifically, the additional insured endorsement as requested in the Evidence of Insurance Section. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the Contracting Agency may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance shall be incidental to and included in the unit contract prices of the contract and no additional payment will be made. 1-07.18(2) Coverages and Limits The insurance shall provide the minimum coverages and limits, set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits All deductibles must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1. A policy of Commercial General Liability Insurance, written on an insurance industry standard occurrence form: (CG 00 01) or equivalent, including all the usual coverage known as: Per project aggregate endorsement (CG2503) Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. 89 Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap or Employers Contingent Liability Explosion, Collapse, or Underground (XCU), (as applicable)* Liquor Liability/Host Liquor Liability (as applicable)* Fire Damage Legal Blasting (as applicable)* * These coverage are only required when the Contractor's work under this agreement includes exposures to which these specified coverage respond. If the contract requires working over water, the following additional coverages are required, if so stated in the Contract Provisions: a. Watercraft, owned and non -owned b. U S. Harborworkers'/Longshoremen and Jones Act If any structures are involved in the contract, the Contractor shall provide property insurance under an "All Risk Builder's Risk" form in an amount equal to the value of the structure The structure shall have All Risk Builders Risk Insurance inclusive of earthquake and flood subject to customary industry deductibles Other additional coverages that may be required will be listed in the Contract Provisions. Such policy(ies) must provide the following minimum limits Bodily Injury and Property Damage $1,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury $1,000,000 Each Occurrence $ 50,000 Fire Damage Stop Gap Employers Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 2. Commercial Automobile Liability: as specified by Insurance Services Office, form number CA 0001, Symbol 1 (any auto), with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" as defined in exclusion 11 of the commercial auto policy are to be transported. Such policy(ies) must provide the following minimum limit: Bodily Injury and Property Damage $1,000,000 combined single limit 3 Excess or Umbrella Liability $1 millionper occurrence and aggregate 4. A Pollution Liability policy, required if so stated in the Contract Provisions, providing coverage for claims involving remediation, disposal, or other handling of pollutants arising out of: (1) Contractor's operations related to this project; (2) transportation of hazardous materials to or from any site related to this project, including, but not limited to, the project site and any other site, including those owned by the Contractor or for which the Contractor is responsible; and (3) remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos 90 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Such Pollution Liability policy shall provide the following minimum coverage for Bodily Injury and Property Damage: $1,000,000 per occurrence 5. Professional Liability: Required if design services are a part of the work, to cover damages resulting from professional errors and omissions. Such policy must provide the following minimum coverage: $1,000,000 per claim and annual aggregate. 6. A policy of Worker's Compensation, as required by the Industrial Insurance Laws of the State of Washington. As respects Workers' Compensation insurance in the state of Washington, Contractor shall secure its liability for industrial injury to its employees in accordance with the provisions of RCW Title 51. If Contractor is qualified as a self -insurer in accordance with RCW 51.14, Contractor shall so certify by letter signed by a corporate officer indicating that it is a qualified self insured, and setting forth the limits of any policy of excess insurance covering its employees. 1-07.18(3) Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate evidence of insurance as stated above for each subcontractor. All coverage for subcontractors shall be subject to all the requirements stated herein and applicable to their profession. 1-07.18(4) Evidence of Insurance When the Contractor delivers the executed contract for the work to the Contracting Agency it shall be accompanied by a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth above. The certificate must conform to the following requirements: 1. An ACORD certificate Form 25-S, showing the insuring company, policy effective dates, limits of liability and the Schedule of Forms and Endorsements. 2. A copy of the endorsement naming Contracting Agency and any other entities required by the Contract Provisions as Additional Insured(s), and stating that coverage is primary and noncontributory, showing the policy number, and signed by an authorized representative of the insurance company on Form CG2010 (ISO) or equivalent. 3. The certificate(s) shall not contain the following or similar wording regarding cancellation notification to the Contracting Agency: "Failure to mail such notice shall impose' no obligation or liability of any kind upon the company." 4. The City of Yakima, its agents, employees, and elected or appointed officials shall be named as additional insured's for Yakima DFI, Phase 4 Pedestrian Streetside Improvements on ACORD certificate of Insurance and any endorsements attached. 1-07.18(5) Self -Insurance Should Contractor be self-insured for any liability coverage, a letter from the Corporate Risk Manager, or appropriate Finance Officer, is acceptable—stipulating if actuarially funded and fund limits, plus any excess declaration pages to meet the contract requirements. Further, this letter shall advise how Contractor would protect and defend the Contracting Agency as an Additional Insured in their Self -Insured layer, and include claims -handling directions in the event of a claim. 91 1-07.23 Public Convenience and Safety This Section shall be supplemented with the following* Add the following to the third paragraph 5. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open unless the Contractor provides the Engineer with written agreement from the business owner for alternate accesses, hours of work or other agreements. Add the following to the sixth paragraph* 7. Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. To minimize the disruption to access to adjacent properties, and to Yakima Transit operations, any lane closure area shall be limited to that area of active work and necessary for appropriate lane closure tapers. The Contractor shall stage work to maintain access to and egress from all properties at all times. Contractor may consider work immediately in front of business access to be done during non -business hours or schedule an agreeable time with each business owner. A safe pedestrian access shall be provided at all times through or around the current work areas. All lane closures shall be coordinated with the adjacent businesses, other contractors working within the project vicinity, local transit agencies and the City of Yakima. Where, in the opinion of the Engineer, parking is a hazard to through traffic or to the construction work, parking may be restricted either entirely or during the time when it creates a hazard. Signs for restricting parking shall be approved by the City and placed by the Contractor. The Contractor shall be responsible for and shall maintain all such signs. The replacement of signs restricting parking shall be as approved by the Engineer. The Contractor shall notify all property owners and tenants of detours, street and alley closures, or other restrictions that may interfere with their access. Notification shall be at least twenty-four (24) hours in advance for residential property, and at least forty-eight (48) hours in advance for commercial property. Emergency traffic, such as police, fire, and disaster units, shall be provided access at all times. In addition, the Contractor shall coordinate his activities with all disposal firms and transit bus service that may be operating in the project area It is the intent of the Contract to effectively prevent the deposition of debris on streets in areas of public traffic or where such debris may be transported into a drainage system. When construction operations are such that debris from the work is deposited on the roadway surfaces, the Contractor will remove all such debris before the end of the work day. Should daily removal be insufficient to keep the streets clean, the Contractor shall perform removal operations on a more frequent basis. If the Engineer determines that a more frequent cleaning is impractical or if the Contractor fails to keep the streets free from deposits and debris resulting from the work, the Contractor shall, upon order of the Engineer, provide facilities for and remove all deposits from the tires or between wheels before trucks or other equipment will be allowed to travel over paved streets. Should the Contractor fail or refuse to clean the streets in question, or the trucks or equipment in question, the Engineer may order the work suspended at the Contractor's risk until compliance with Contractor's obligations is assured, or the Engineer may order the streets in question cleaned by others and such costs incurred by the City in achieving compliance with these contract requirements, including cleaning of the streets, shall be 92 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ' deducted from moneys due or to become due the Contractor next monthly estimate. The Contractor shall have not claim for delay or additional costs should the Engineer choose to suspend the Contractor's work until compliance is achieved. 1 1-07.28 Safety Standards (New Section) The following new section shall be added to the Standard Specifications: All work shall beerformed in accordance with all applicable local p pp , state, and federal health and safety codes, standards, regulations, and/or accepted industry standards. It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards. ' The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1 1-07.29 Notifying Property Owners (New Section) 111 When construction activities will affect ingress and egress g g to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning If personal contact with the occupant is not possible, the Contractor shall leave written notification. The following new section shall be added to the Standard Specifications* 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (May 25, 2006 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 invited. The purpose of the preconstruction conference will be: 1. To review the initial proress schedule; ' 2. To establish a working understanding among the various parties associated or affected by the work, 3 To establish and review procedures for progress payment, notifications, approvals, submittals, etc., 1 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 1 93 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2 A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1-08.1 Subcontracting This section is supplemented with the following: The Contractor shall use the Subcontractors List and Subcontractor Certification Form included within these contract documents to comply with the specifications of this section. 1-08.3 Progress Schedule The first and second paragraphs of Section 1-08.3 are replaced with the following: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The schedule shall conform to the working modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order, which substantially affects the scheduling. Copies (2 prints or 1 reproducible of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. The Contractor's schedule shall allow for the following requirements: • The Contractor shall schedule his work to minimize the disruption and access impacts to the adjoining property and business owners. • The Contractor shall begin his work on 2nd Street. • The amount of disturbed area shall be limited to one street at a time. Tree removal shall be limited to one street at a time, and shall not occur until immediately prior to the demo of that street. • The Contractor shall schedule his work to avoid conflict with the Sunfair Parade scheduled for September 27, 2008 Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall detail each city block front's work individually from beginning to end The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The Schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indi- cated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order 94 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. Seasonal weather conditions shall be considered in the planning and scheduling of work influenced by high or low ambient temperature or precipitation to ensure the completion of the work within the Contract Time. No time extensions will be granted for the Contractor's failure to take into account such weather conditions for the location of the work and for the period of time in which the work is to be accomplished. This section is supplemented with the following: The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on this weekly activity schedule, or in a sequence differing form the which he has shown on this schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1-08.4 Prosecution Of Work Revise this section to read: 1-08.4 Notice to Proceed and Prosecution of the Work (*****) 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 diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 1-08.5 Time For Completion (March 13, 1995) Section 1-08 5 is supplemented with the following: This project shall be physically completed within *** 50 *** working days. (October 1, 2005 APWA GSP) Revise the fourth and fifth paragraphs to read. Contract time shall begin on the first working day following the Notice to Proceed Date. The Contract Provisions may specify another starting date for contract time, in which case, time will begin on the starting date specified. Each working day shall be charged to the contract as it occurs, beginning on the day after the Notice to Proceed Date, unless otherwise provided in the Contract Provisions, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working 95 days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period,'the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the seventh paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date. a. Certified Payrolls (Federal -aid Projects) b Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. FHWA 47 (Federal -aid Projects) e. Final Contract Voucher Certification f. Property owner releases per Section 1-07.24 1-08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-09 MEASUREMENT AND PAYMENT 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such 96 1 dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments (October 10, 2008 APWA GSP) Revise the first paragraph to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. For items Bid as lump sum, with a bid price of more than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. Delete the third paragraph and replace it with the following. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction 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 payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Engineer's determination of the amount of Work performed, with consideration given to, but not exclusively based on, the Contractor's lump sum breakdown for that item. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less 1. Retainage per Section 1-09.9(1), 2 The amount of Progress Payments previously made; and 3 Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. 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. 97 Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. 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. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1(2) Description (May 25, 2006 APWA GSP) Revise the third paragraph to read. The Contractor shall provide signs and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Traffic Control Management General (August 2, 2004) Section 1-10.2(1) is supplemented with the following: The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 98 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ' DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description (March 13, 1995) 1 Clearing and grubbing on this project shall be performed within the following limits: Between the existing right of way lines as detailed in the plans at the following locations: 1 • The east side of 1st Street from Yakima Avenue to 'A' Street. • Both sides of 2nd Street from Chestnut to 'A' Street. ' • • Both sides of 3rd Street from Yakima Avenue to 'A' Street. The west side and median of Naches Avenue from Yakima Avenue to 'A' Street. ' The Contractor shall temporarily remove and later replace to its original condition or relocate nearby as directed, all mail boxes, small trees, shrubs, street signs, culverts, irrigation facilities, or other similar obstructions which lie in or near the line of work and are 1 not intended for removal. Should any damage be incurred, the cost of replacement or repair shall be borne by the Contractor. 2-01.2 Disposal of Useable Material and Debris Revise the third paragraph as follows. Change the word "three" to "two." ' 2-01.2(1) Disposal Method No. 1 — Open Burning This section is deleted. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Section 2-02.1 is supplemented with the following: 1 This work shall consist of the removal and disposal of various existing improvements, including but not limited to: • 1135 linear feet of Curb and Gutter • 350 square yards of Asphalt Pavement and underlying materials ' • Other items necessary for the completion of the work. 2-02.3 Construction Requirements ' Removal of Pavement, Sidewalks and Curbs Section 2-02.3(3) is supplemented with the following: ' The Contractor shall note that the condition of existing known and unknown private utility service line under the existing sidewalk surfaces may be questionable and therefore the Contractor should use caution in determining his methods of demolition and removal 1 99 In those areas where asphalt pavement removal is required, the Contractor shall, prior to excavation, saw cut the edge of the asphalt pavement with an approved pavement cutter. During the course of the work, the Contractor shall take precautions to preserve the integrity of this neat, clean pavement edge. Should the pavement edge be damaged prior to asphalt paving activities, the Contractor shall be required to trim the edge with an approved pavement cutter as directed by the Engineer immediately prior to paving. 2-02.4 Measurement Section 2-02.4 is supplemented with the following: Saw Cut, Per Inch Depth will be measured by the linear foot per inch of depth. 2-02.5 Payment Section 2-02.5 is supplemented with the following: "Saw Cut, Per Inch Depth", per linear foot. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.1 Description Section 2-03.1 is supplemented with the following* Sidewalk excavation shall consist of removing the existing material of whatever nature encountered to the subgrade elevation and shaping the subgrade to conform to the cross- section shown on the Plans or as staked in the field. 2-03.3 Construction Requirements 2-03.3(3) Excavation Below Grade This section is supplemented with the following: At the direction of the Engineer, areas within the sidewalk subgrade which exhibit instability due to high moisture content shall be: 1. Aerated and allowed to dry, 2 Overexcavated and backfilled with suitable project excavation, 3. Or a combination of any of the above. No separate compensation will be made for any equipment, tools, materials, or labor required to, perform this work. 2-03.3(7) Disposal of Surplus Materials 2-03.3(7)A General Add the following: Excavated material shall be hauled to a waste site. A waste site has not been provided by the Contracting Agency for disposal of unsuitable material, asphalt, concrete, debris, 100 waste material, or any other objectionable material which is directed to waste by the Engineer. The Contractor shall comply with the requests of the Contracting Agency for placement and compaction of excess excavated material back. of new curb, as directed by the Engineer. Suitable materials from the excavations shall be used in the embankments. Unsuitable material or soft spots shall be removed from the roadway and replaced with suitable material and compacted as for embankments. Topsoil shall be saved to use for backfill adjacent to the new improvements. If additional topsoil is required, it shall be provided in accordance with SECTION 8-01 of these Special Provisions. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 173-304, Subchapter 461. 2-03.3(14) Embankment Construction 2-03.3(14)C Compacting Earth Embankments Compacting embankments and excavations shall be by Method "B" as specified under SECTION 2-03.3(14)C of the Standard Specifications. 2-03.3(14)D Compaction and Moisture Control Tests Section 2-03.3(14)D of the Standard Specifications shall be revised as follows: Compaction shall be 95% of maximum density as determined by ASTM D 698 (Standard Proctor). The Contractor shall notify the Engineer when ready for in-place subgrade density tests. All costs associated with testing shall be the responsibility of the Contractor. Placement of courses of aggregate shall not proceed until density requirements are met. 101 2-03.4 Measurement This section is supplemented with the following' No specific method of measurement will be made for sidewalk or roadway excavation. Unsuitable excavation incl. haul will be measured by the cubic yard for all material deemed unsuitable that is removed and hauled off the project. 2-03.5 Payment This section is supplemented with the following: No separate payment shall be made for sidewalk and roadway excavation and all costs will be incidental to other bid items and shall include all labor, equipment, tools, and materials necessary to complete the work involved with excavating, hauling, compacting or disposing of excess excavations as specified. "Unsuitable Excavation Incl. Haul", per cubic yard The cubic yard cost for "Unsuitable Excavation Incl. Haul" shall be full pay to remove any material deemed unsuitable that is removed and hauled off the project. 2-07 WATERING 2-07.1 Description Add the following: The Contractor shall be solely responsible for dust control on this project and shall protect motoring public, adjacent homes and businesses, orchards, crops, and school yards from damage due to dust, by whatever means necessary. The Contractor shall be responsible for any claims for damages and shall protect the Contracting Agency, Yakima County, and the Consultant from any and all such claims When directed by the Engineer, the Contractor shall provide water for dust control within two hours of such order and have equipment and manpower available at all times including weekends and holidays to respond to orders for dust control measures. 2-07.3 Construction Requirements Supplement this section with the following: The Contractor shall secure permission from and comply with all requirements of the water utility before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. 102 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The Contractor shall use hydrant wrenches only to open hydrants While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant us. Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2-07.4 Measurement This section is revised to read: Water will be measured with the metered hydrant connection. 2-07.5 Payment This section is revised to read as follows: Water will be furnished by the water utility without charge, but the Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. 2-13 CEMENT CONCRETE SIDEWALK REMOVAL (NEW SECTION) 2-13.1 Description The work described in this section includes the removal and disposal of cement concrete sidewalk pavement surfaces identified on the Plans or as marked by the Engineer. This includes all non -reinforced cement concrete sidewalk pavements or slabs having an average thickness of six inches or less 2-13.3 Construction Requirements All final meetlines shall be sawcut if an existing clean construction joint does not exist. The removal of existing street and sidewalk improvements shall be conducted in such a manner as not to damage utilities, buildings, buildings footings or any portion of the improvement that is to remain in place. Any deviation in this matter will obligate the Contractor, at no expense to the Contracting Agency, to repair, replace, or otherwise make proper restoration to the satisfaction of the Engineer. 103 In the event a pavement averages more than the maximum thickness of six (6) inches, an additional payment will be made to cover the extra thickness removed by a proportional conversion into additional square yards. 2-13.4 Measurement Sidewalk pavement removal will be measured per square yard as determined by the original topographic survey information. Saw cutting meetlines shall be measured by the linear foot. 2-13.5 Payment Payment will be made in accordance with Section 1-041, for the following bid item included in the proposal: "Remove Existing Cement Conc. Sidewalk", per square yard "Saw Cutting Sidewalk Meetline" per linear foot DIVISION 4 BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.3(5) Shaping and Compaction Section 4-04.3(5) is supplemented with the following: Each course of crushed materials shall be compacted to a minimum of 95% of maximum density as determined by ASTM D 698 (Standard Proctor). The Contractor shall provide crushed surfacing top course density tests through an independent test laboratory approved by the Engineer. All costs associated with testing shall be the responsibility of the Contractor. Placement of successive courses of aggregate or concrete shall not proceed until density requirements are met. 104 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT 5-04.3 Construction Requirements 5-04.3(5)E Pavement Repair This section is supplemented with the following. In areas where the new asphalt is to be placed against existing asphalt, the asphalt shall be repaired as follows: Six inches of crushed surfacing base course shall be placed and compacted to within three inches of the finished grade. Then, the edges of the existing pavement shall be painted with a hot asphalt tack coat, and hot mix asphalt shall 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 emultion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5-04.3(7)A Mix Design (March 10, 2010 APWA GSP) Delete this section and replace it with the following; 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350-042 demonstrating the design meets the requirements of Sections 9- 03.8(2) and 9-03 8(6). HMA accepted by nonstatistical evaluation requires a mix design verification. For HMA accepted by commercial evaluation only the first page of DOT form 350-042 and the percent of asphalt binder is required. In no case shall the paving begin before the determination of anti -strip requirements has been made. Anti - strip requirements will be determined by: a. Testing by WSDOT in accordance with TM 718. b. Testing by Contractor in accordance with WSDOT TM 718. c. Historical aggregate source ant -strip use provided by WDOT. The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 2. Mix Design Verification. Verification shall be accomplished by one of the following processes: a. Submit samples to WSDOT State Materials Lab for WSDOT verification testing in accordance with WSDOT Standard Specifications. 105 b. The contracting agency will perform tests to verify the mix design in accordance with the Field Verification Testing Process. c. Reference a mix design that has been previously verified by the Field Verification Testing Process or verified by WSDOT State Materials Lab on a previous project. d. Perform Field Verification Testing on a sample of HMA provided by the Contractor prior to paving. Mix design verification is valid for one year from the date of verification. At the discretion of the Engineer, agencies may accept mix designs verified beyond the verification year with certification from the Contractor that the materials and sources are the same as those shown on the original mix design. 3 Field Verification Testing Process. The Contracting agency will collect three Production Samples of HMA on the first day of paving per AASHTO T 168 sampling procedures. a. The Contracting agency will test one Production Sample in accordance with section 5-04.3(8)A for field verification per the requirements of Section 9-03.8(7). b. If the test results from the first Production Sample are within the tolerances of section 9-03.8(7), the mix design will be considered verified and the test results will be used as acceptance sample number one. c. If the test results from the first Production Sample are outside the tolerances of section 9-03.8(7), the other two samples will be tested and the results of all three tests will be used for acceptance in accordance with Section 5-04.5(1) and will be used in the calculation of the CPF the maximum CPF shall be 1.00. 4. Prior to the first day of paving, six Ignition Furnace Calibration Samples shall be obtained to calibrate the Ignition Furnaces used for acceptance testing of the HMA. Calibration samples shall be provided by the Contractor when directed by the Engineer. Calibration samples shall be prepared in accordance with WSDOT SOP 728. 5-04.3(8)A1, General (March 10, 2010 APWA GSP) Delete these sections and replace them with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications. sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certification letter stating the material meets the HMA requirements defined in the contract. 106 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5-04.3(8)A4, Definition of Sampling Lot and Sublot (March 10, 2010 APWA GSP) Delete this section and replace it with the following: For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF) placed. Only one lot per mix design will be expected to occur. The initial JMF is defined in Section 5-04.3(7)A Mix Design. The Contractor may request a change in the JMF in accordance with Section 9- 03.8(7). If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of tests on samples taken from that material and a new lot will begin. For proposal quantities less then 2500 tons sampling and testing for evaluation shall be performed as described in 5-04.3(7)A, item 3, Field Verification Testing Process. The verification sample referenced in item 3b may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. At least one acceptance sample is required when using this method of acceptance.. For proposal quantities greater than 2500 tons sampling and testing for evaluation shall be performed as described in 5-04.3(7)A, item 3, Field Verification Testing Process, for the first 2500 tons of mix placed. The verification sample referenced in item 3b may be used as an acceptance sample for the first 2500 tons of mix placed. Additional testing will be at the rate of one sample per 800 tons of mix placed or as directed by the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion 5-04.3(8)A5, Test Results (March 10, 2010 APWA GSP) Delete this section and replace it with the following: The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field at the beginning of the next paving shift. The Engineer will also provide the Composite Pay Factor (CPF) of the completed sublots after three sublots have been produced. The CPF will be provided by the midpoint of the next paving shift after sampling. Sublot sample test results (gradation and asphalt binder content) may be challenged by the Contractor. For HMA mixture accepted by statistical evaluation with a mix design that did not meet the verification tolerances, the test results in the test section including the percent air voids (Va) may be challenged. To challenge test results, the Contractor shall submit a written challenge within 7 -calendar days after receipt of the specific test results. A split of the original acceptance sample will be sent for testing to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Project Engineer. The split of the sample with challenged results will not be tested with the same equipment or by the same tester that ran the original acceptance test. The challenge sample will be tested for a complete gradation analysis and for asphalt binder content. The results of the challenge sample will be compared to the original results of the acceptance sample test and evaluated according to the following criteria. Deviation U S. No 4 sieve and larger Percent passing ±4.0 U.S. No 8 sieve Percent passing ±2 0 U.S No. 200 sieve Percent passing ±0.4 Asphalt binder Percent binder content ±0.3 Va Percent Va ±0.7 107 If the results of the challenge sample testing are within the allowable deviation established above for each parameter, the acceptance sample test results will be used for acceptance of the HMA. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $250 per challenge sample. If the results of the challenge sample testing are outside of any one parameter established above, the challenge sample will be used for acceptance of the HMA and the cost of testing will be the Contracting Agency's responsibility. 5-04.3(8)A7 Test Section — HMA Mixtures (March 10, 2010 APWA GSP) Delete this section. 5-04.4 Measurement Add the following item to this section: Pavement Repair will be measured by the square yard for the actual amount of pavement repaired. 5-04.5(1)A Price Adjustments for Quality of HMA Mixture (March 10, 2010 APWA GSP) Delete the first paragraph and table and replaced them with the following. Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors' Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing: 1 1/2", 1", 3/4", '/2", 3/8" and No 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 Delete items 1-3 in Paragraph two and replaced with the following: A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1 Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When 108 one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03 8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction (March 10, 2010 APWA GSP) Delete this section and replace it with the following: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5-04.5 Payment Add the following item to this section: "Pavement Repair", per square yard. 109 5-06 INTERLOCKING CONCRETE PAVERS (NEW SECTION) 5-06.1 DESCRIPTION 5-06.1(1) Summary A. Section Includes: 1. Interlocking Concrete Paver Units 2. Bedding and Joint Sand 3. Edge Restraints 5-06.1(2) References A. American Society for Testing and Materials (ASTM) B Interlocking Concrete Pavement Institute (ICPI) 5-06.1(3) Submittals A. In accordance with Conditions of the Contract and Division 1 Submittal Procedures Section. B. Manufacturer's drawing and details: Indicate perimeter conditions, relationship to adjoining materials and assemblies, expansion and control joints, concrete paver layout, patterns, color arrangement, installation, and setting details. C. Sieve analysis per (ASTM C 136) for grading of bedding and joint sand. D. Concrete pavers. 1. (Four) representative full-size samples of each paver type, thickness, color, and finish that indicate the range of color variation and texture expected in the finished installation. Color(s) selected by Owner from manufacturer's available colors 2. Accepted samples become the standard of acceptance for the work. 3. Manufacturer's certification of concrete pavers by ICPI as having met applicable ASTM standards. 4. Manufacturer's catalog product data, installation instructions, and material safety data sheets for the safe handling of the specified materials and products. E. Paver Installation Subcontractor: 1. A copy of Subcontractor's current certificate from the Interlocking Concrete Pavement Institute Concrete Paver Installer Certification program. 2 Job references from projects of a similar size and complexity. Provide Owner/Client/General Contractor names, mailing address, phone, fax, and email address 5-06.1(4) Quality Assurance A. Paving Subcontractor Qualifications. 1. Utilize an installer having successfully completed concrete paver installation similar in design, material, and extent indicated on this project. 110 2. Utilize an installer holding a current certificate from Interlocking Concrete Pavement Institute Concrete Paver Installer Certification program. B. Mock -Ups' 1. Install a 10 ft x 10 ft paver area. 2. Use this area to determine surcharge of the bedding sand layer, joint sizes, lines, laying pattern(s), color(s), and texture of the job. 3 This area will be used as the standard by which the work will be judged. 4. Subject to acceptance by Owner, mock-up may be retained as part of finished work. 5. If mock-up is not retained, remove and properly dispose of mock-up. 5-06.1(5) Delivery, Storage & Handling A. General: Comply with Division 1 Product Requirement Section. B. Comply with manufacturer's ordering instructions and lead-time requirement to avoid construction delays. C. Deliver: Deliver materials in manufacturer's original, unopened, undamaged container packaging with identification labels intact. 1. Coordinate delivery and paving schedule to minimize interference with normal use of building adjacent to paving. 2. Deliver concrete pavers to the site in steel banded, plastic banded or plastic wrapped packaging capable of transfer by fork lift or clamp lift. 3. Unload pavers at job site in such a manner that no damage occurs to the product. D. Storage and Protection: Store materials protected such that they are kept free from mud, dirt, and other foreign materials. Store concrete paver cleaners and sealers per manufacturer's instructions. 1. Cover bedding sand and joint sand with waterproof covering, if needed, to prevent exposure to rainfall or removal by wind. Secure the covering in place. 5-06.1(6) Project/Site Conditions A. Environmental Requirements: 1. Do not install sand or pavers during heavy rain or snowfall. 2 Do not install sand or pavers over frozen base materials 3. Do not install frozen sand or saturated sand. 4. Do not install concrete pavers on frozen or saturated sand 5-06.1(7) Maintenance A. Extra Materials: Provide 100 S.F. additions material for use by Owner for maintenance and repair. 111 5-06.2 MATERIALS 5-06.2(1) Interlocking Concrete Pavers A. Suggested Manufacturers: Willamette Graystone, Wood Village, Oregon, (503) 669-7612 Western Interlock, Rickreall, Oregon, 800-627-3153 or equal. B Interlocking Concrete Paver Units, including the following' 1 Paver Type. Holland Stone, 7 13/16" x 3 7/8" x 3 1/8" a. Material Standard: Comply with material standards set forth in ASTM C 936 b. Color and finish: To be determined by Owner c Color Pigment Material Standard. Comply with ASTM C 979. d Concrete pavers shall have spacers bars on each unit. Note. For ASTM C 946 use the following material characteristics. e Average Compressive Strength 8000 psi with no individual unit under 7200 psi. f Average Water Absorption (ASTM C 140)• 5% with no unit greater than 7%. g. Freeze/Thaw Resistance (ASTM C 67)• Resistant to 50 freeze/thaw cycles with no greater than 1% loss of material Freeze -thaw resting requirements shall be waived for applications not exposed to freezing conditions. 5-06.2(2) Product Substitutions A. Substitutions' No substitutions of type of pavers permitted. 5-06.2(3) Bedding and Joint Sand A. Provide bedding and joint sand as follows: 1. Clean, non -plastic, free from deleterious or foreign matter, symmetrically shaped, natural or manufactured from crushed rock. 2. Do not use limestone screenings, or stone dust, or sand for the bedding sand material that does not conform to the grading requirements of ASTM C 33. 3 Do not use mason sand, or sand conforming to ASTM C 144 for the bedding sand. 4. Utilize sands that are as hard as practically available 5. Sieve according to ASTM C 136. 6. Bedding Sand Material Requirements. Conform to the grading requirements of ASTM C 33 with modifications as shown in Table 1. TABLE 1 GRADING REQUIREMENT FOR BEDDING SAND ASTM C 33 Sieve Size Percent Passing 3/8 inch 100 No. 4 95-100 No. 8 80-100 No. 16 50-85 No 30 25-60 No 50 5-30 No 100 0-10 No 200 1 112 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 7. Joint Sand Material Requirements: Conform to the grading requirements of ASTM C 144 with modifications as shown in Table 2. TABLE 2 GRADING REQUIREMENT FOR BEDDING SAND ASTM C 144 Sieve Size Natural Sand Percent Passing Manufactured Sand Percent Passing No 4 (4.75) 100 100 No 8 (2.36) 95-100 95-100 No 16 (1.18) 70-100 70-100 No 30 (0.600) 40-75 40-100 No 50 (0 300) 10-35 20-40 No. 100 (0.150) 2-15 10-25 No. 200 (0 075) 0-1 0-10 5-06.2(4) Edge Restraints A. Brick Paver Edging shall be installed along every freestanding edge of brick pavers. Brick Paver Edging shall be either "PAVE EDGE PRO" as sold by PAVE TECH HARDSCAPE OUTFITTERS. The website is http.//www pavetech.com/paveedge/pro htmi or "BRICKHOLD" Paver Edge Restraint also as sold by PAVE TECH HARDSCAPE OUTFITTERS. The website is http.//www.pavetech.com/pdf/brickholdbrochure.pdf. The contractor may submit a request to use an equivalent Edge restraint system but the approval of a submitted system may be accepted or approved solely by the discretion of the City Engineer or his representative. 5-06.2(5) Accessories A. Provide accessory materials as follows: 1. Geotextile Fabric. a Material Type and Description Construction Geotextile for Underground Drainage, Moderate Survivability, Class C. 2 Joint Sand Stabilizers a. Seal joint sand with joint . sand stabilizers per manufacturer's recommendations 5-06.3 CONSTRUCTION REQUIREMENTS 5-06.3(1) Acceptable Installers A. See 1.04 Quality Assurance. 5-06.3(2) Examination 113 A. Acceptance of Site Verification of Conditions' 1. General Contractor shall inspect, accept and certify in writing to the Owner that site conditions meet specifications for the following items prior to installation of interlocking concrete pavers. a. Prior to screeding the bedding sand, the recommended base surface tolerance shall be V 3/8 in. (10 mm) over a 10 ft. (3 m) straight edge. b. The elevations and surface tolerance of the base determine the final surface elevations of concrete pavers. The paver installation contractor shall not correct deficiencies in the base surface with additional bedding sand or by other means. c. Verify that base materials, thickness, compaction, surface tolerances and elevations conform to specified requirements. d. Provide written density test results for soil subgrade, (aggregate) base materials to the Owner. e. Verify location, type, and elevations of edge restraints, concrete collars around utility structures, and drainage inlets. 2. Do not proceed with installation of bedding sand and interlocking concrete pavers until subgrade soil and base conditions are corrected by the Contractor. 5-06.3(3) Installation A. Spread bedding sand evenly over the base course and screed to a nominal 1 in. (25 mm) thickness, not exceeding 1 1/2 inc. (40 mm) thickness. Spread bedding sand evenly over the base course and screed rails, using the rails and/or edge restraints to produce a nominal 1 in. (25 mm) thickness, allowing for specified variation in the base surface. 1. Do not disturb screeded sand. 2. Screeded area shall not substantially exceed that which is covered by pavers in one day. 3 Do not use bedding sand to fill depressions in the base surface. B. Lay pavers in pattern(s) shown on drawings. Place units hand -tight without using hammers. Make horizontal adjustments to placement of laid pavers with rubbers hammers as required. Contact manufacturer of interlocking concrete paver units for recommended joint widths. C. Provide joints between pavers between 1/16 in. and 3/16 in (2 and 5 mm) wide. No more than 5% of the joints shall exceed 1/4 in. (6 mm) wide to achieve straight bond lines. D. Joint (bond) lines shall not deviate more than 1/2 in (15 mm) over 50 ft. (15 m) from string lines. E. Fill gaps at the edges of the paved area with cut pavers or edge units. F. Cut pavers to be placed along the edge with a double -blade paver splitter or masonry saw. 114 1 G. Adjust bond pattern at pavement edges such that cutting of edge pavers is minimized. All cut pavers expose to vehicular tires shall be no smaller than one-third of a whole paver. Cut pavers at edges as indicated on the drawings. H. Keep skid steer and forklift equipment off newly laid pavers that have not received initial compaction and joint sand. Use a low -amplitude compactor capable of at least minimum of 5,000 Ibf at a frequency of 75 to 100 Hhz to vibrate the pavers into the sand. Remove any cracked or damaged pavers and replace with new units. J. Simultaneously spread, sweep and compact dry joint sand into joints continuously until full. This will require at least 4 to 6 passes with a plate compactor. Do not compact within 6 ft. of unrestrained edges of paving units. K. All work within 6 ft. of the laying face shall be left fully compacted with sand -filled joints at the end of each day or compacted upon acceptance of the work. Cover the laying face or any incomplete areas with plastic sheets overnight if not closed with cut and compacted pavers with joint sand to prevent exposed bedding sand from becoming saturated from rainfall. L. Remove excess sand from surface when installation is complete. M Surface shall be broom clean after removal of excess joint sand. N. The Paver Edging System as listed shall be installed according to the manufacturer explicit instructions. 5-06.3(4) Field Quality Control A. The final surface tolerance from grade elevations shall not deviate more than 3/8 in. under a 10 ft. straightedge. B. Check final surface elevations for conformance to drawings. 1 For installations on a compacted aggregate base and soil subgrade, the top surface of the pavers may be 1/8 in. to 1/4 in. above the final elevations after compaction. This helps compensate for possible minor settling normal to pavements. C. The surface elevation of pavers shall 1/8 in. to 1/4 in. above adjacent drainage inlets, concrete collars or concrete gutters and edge restraints D. Lippage: No greater than 1/8 in. difference in height between adjacent pavers. 5-06.3(5) Joint Sand Stabilization A. Apply joint sand stabilization materials between concrete pavers in accordance with the manufacturer's written recommendations. 115 5-06.3(6) Protection A. - After work in this section is complete, the Contractor shall be responsible for protecting work from damage due to subsequent construction activity on the site. 5-06.4 Measurement Concrete unit pavers shall be measured by the square foot. 5-06.5 Payment "INTERLOCKING CONCRETE PAVERS", per square foot. Payment shall be full compensation for all costs necessary to furnish all labor, materials, tools, and equipment for the completion of the concrete unit pavers as specified. The compaction of subgrade, bedding sand, jointing sand, geotextile fabric, paver edging system, paver sealer, and efflorescence remover shall be considered incidental to the cost for the contract bid item, "Interlocking Concrete Pavers". 116 DIVISION 7 DRAINAGE STRUCTURES, STORMSEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.1 Description This section is supplemented with the following: This work shall also consist of removing and replacing catch basin frame and grate. 7-05.2 Materials Section 7-05.2 of the Standard Specifications shall be revised as follows: Gravel Backfill for Drvwells: Gravel backfill for drywells shall be as specified in Section 9- 03.12(5) of the Standard Specifications. Precast Concrete Catch Basin: Catch basins shall be WSDOT Standard Plan B-1 Catch Basin Type 1 and the reversible frame and herringbone grate shall be manufactured in accordance with Section 9-05.15(2). 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Delete and replace with the following Manholes, junction boxes, water valve boxes, and similar structures shall be adjusted prior to placement of sidewalk concrete or curb and gutter construction. Catch basins and other utility castings to be adjusted in areas of hot mix asphalt shall be adjusted as detailed in Section 5-04.3(13). When shown in the plans that the existing catch basins are located in areas where the curb and gutter is to be removed and replaced, the frame and grate of the catch basin shall be removed and replaced. The new frame and grates shall be a reversible frame and herringbone grate 7-05.4 Measurement Supplement this section with the following: Removing and replacing frame and grate will be measured per each for each unit removed and replaced. 7-05.5 Payment Add the following pay items' "Removing and Replacing Frame and Grate", per each The unit contract price for "Removing and Replacing Frame and Grate" shall be full pay for removing the existing frames and grates, and furnishing and installing the new frames and grates. 117 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3 Construction Requirements 8-01.3(1) General Section 8-01.3(1) is supplemented with the following: (April 3, 2006) Erodible Soil Eastern Washington The eighth paragraph of Section 8-01.3(1) is revised to read: Erodible soil not being worked whether at final grade or not, shall be covered within the following time period using an approved soil cover practice, unless authorized by the Engineer: July 1 through September 30 October 1 through June 30 118 30 days 15 days 8-02 ROADSIDE RESTORATION 8-02.1 Description This section is supplemented with the following: The work shall consist of preparing sub -grade, topsoil, installing tree root control provisions, fine grading and planting trees, shrubs and other plants, furnishing and installing precast concrete planters, benches, trash receptacles and tree grates in accordance with these Specifications and as shown in the Plans or as directed by the Engineer. Work shall include all materials, labor, and equipment necessary for finish testing, grading, spreading, imported topsoil, topsoil preparation, amendments and installation; planting of trees, protection, maintenance, guarantee, and replacement of plants; and related items necessary to complete the work indicated. Work includes providing all necessary equipment for watering until final acceptance and for establishing all plantings. 8-02.3 Construction Requirements 8-02.3 (1) Responsibility During Construction Landscape materials shall not be installed until weather permits and installation has been authorized by the Engineer. As of October 31, 2008, all tree wells constructed to date shall be planted with trees. Throughout planting operations, the Contractor shall keep the premises clean, free of excess soils, plants, and other materials, including refuse and debris, resulting from the Contractor's work. At the end of each work day, and as each planting area is completed, it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the Engineer. At the conclusion of work, the Contractor shall remove surplus soils, materials, and debris from the construction site and shall leave the project in a condition acceptable to the Engineer. 8-02.3(2) Roadside Work Plan Within fourteen (14) calendar days after award of Contract, the Contractor shall submit written documentation to the Engineer that all specified plant materials have been ordered Documentation shall include list of suppliers' names, addresses, and phone numbers along with a list of respective growing or storage locations with addresses. The Contractor shall provide all plants of the size, species, variety, and quality noted and specified. The Contractor shall contract grow plant materials, if necessary, to ensure that the required size, species, variety, and quality of plant materials shall be provided. 8-02.3(4)A Topsoil Type "A" The Contractor shall submit two (2) representative samples of proposed imported Topsoil Type "A" witnessed by the Engineer to the Soils and Plant Laboratory, Bellevue, WA, Ph. (206)746- 1665 for test #A05. The Contractor shall provide the Engineer with test results from the laboratory and the laboratory's recommended fertilizer/amendments to the Contractor Topsoil Type "A" source for his approval prior to placement on the job. The Contractor shall provide and install Topsoil Type "A" to a uniform depth in all tree and planting areas as shown or noted in the Plans. 119 A topsoil layer of 3 inches shall be placed under the sod installation in the median of Naches Avenue. 8-02.3(7) Layout of Planting The Contractor is responsible for determining the final quantities of plant materials to complete the Landscape Plan as shown based on the actual number of planters and sizes of areas shown in the plans, and notify the Engineer of any discrepancy prior to planting. The Contractor shall coordinate with the Engineer the final location for all plant materials prior to site delivery. The Contractor shall neither deliver to the site nor install planting materials until authorized by the Engineer. The Contractor shall provide the Engineer with at least one week notice prior to preparing plants for shipping. 8-02.3(8) Planting Where the drainage of planting holes is limited or non-existent because of heavy clay, hardpan, or rock, it is the responsibility of the Contractor to advise the Engineer who will determine if the drainage is adequate for planting. The Engineer will determine the method and extent of improved drainage required. All trees and plants shall be planted as detailed on the Plans. Protect plantings during delivery to prevent damage. Protect trees during transport by tying in branches and covering all exposed branches. Deliver all plants with legible identification nursery labels. All costs to furnish, deliver and plant the plants in the precast concrete planters as detailed in the plans shall be included in the unit contract price per each for the "Precast Concrete Planter In. Diam." Plant during periods normal for optimum growth, as determined by season, weather conditions, and accepted practice Planting operations may be conducted under unseasonable conditions, without additional compensation, and by accepting FULL responsibility for any subsequent resulting losses. When performing the following work, do not injure the root system. Do not over -excavate planting pit depth; however, over -excavation of planting pit width is desirable. Trees shall be handled by the rootball, not by the trunk. Plant trees upright; rotate to give the best appearance Hold tree rigidly in position until topsoil has been backfilled and tamped firmly around the ball or roots When pit is backfilled halfway, place the specified quantity of fertilizer plant tablets and stakes, if necessary, as shown on the Plans Evenly space the fertilizer tablets around the perimeter of and immediately adjacent to the root system. Carefully place, water, and compact planting topsoil, and fill all voids. When planting pit is three-quarters (3/4) backfilled, fill with water and allow water to soak away. Fill pits with additional topsoil to finish grade, and continue backfilling as detailed on the Plans. Water immediately after planting. 8-02.3(9) Pruning, Staking, Guying & Wrapping Contractor shall verify location of underground utilities prior to installation of tree stakes, and shall avoid and protect underground utilities as required. The cost for tree staking shall be considered incidental to and included in the unit contract price per each for "PSIPE 120 8-02.3(10) Fertilizer Fertilizer shall be added to topsoil as defined in Section 9-14.1(1), Topsoil Type "A" of the Special Provisions. The cost of fertilizer soil amendments shall be considered incidental to and included in the unit contract price for Topsoil Type "A". Fertilizer for trees shall be brands acceptable to the City of Yakima Arborist and conforms to applicable State fertilizer laws. Fertilizer tablets, 21 -gram size, as manufactured by Agriform International Chemicals, Inc. 20-1-5 analysis shall be applied at a rate of 4 tablets/every foot of ball diameter, applied per manufacturer's recommendations and shall be considered incidental to and included in the unit contract price per each for "PSIPE 8-02.3(11) Bark or Wood Chip Mulch Mulch for trees planted in grass or existing planter areas shall be composted yard waste — medium grade material, screened and conditioned in storage piles for a least three months prior to use. Material as supplied by Cedar Grove Compost Company (206) 763-2700 or approved equal. None of following content permitted: Resin, tannin, wood fiber, salts, or other compounds detrimental to plant life. Size range shall be 7/16" to 3/4" with maximum of 30% passing a 1/2" screen. 8-02.3(12) Completion of Initial Planting When the Contractor feels that the initial planting is complete, the Contractor shall notify the Engineer and request an inspection, after which the Engineer will make an inspection and prepare a list. of all planting items that remain to be completed. The Contractor shall then complete or correct all items identified by the Engineer within five (5) working days and request another inspection. The Engineer shall then provide the Contractor with written notification of acceptance of initial planting, at which point the plant establishment period shall begin. The Contractor shall continue to maintain all plantings until such notification has been provided. Completion of initial planting includes the following: 1. Installation of all required planting materials (trees and groundcovers). 2. Planting area cleanup 3. Full operation of the irrigation system, complete mulch coverage, and all planting areas in a weed free condition. 8-02.3(19) Root Barrier New Section 8-02.3(19) is added: Contractor shall provide and install root barrier as shown on Drawings and as recommended by the manufacturer. Root Barrier shall be "BioBarrier"TM Root Control Systems, supplied by BioGuard R&D Inc., Richland, WA; (509) 375-3289 or approved equal. 121 8-02.3(20) Tree Anchor Stakes New Section 8-02.3(20) is added: Tree stakes shall be Foresight Products Duckbill Anchor #68 RBK Kit with Straps, supplied by Foresight Products, Commerce City, Colorado, (800) 325-5360 or approved equal. 8-02.3(21) Tree Grates New Section 8-02.3(21) is added: Tree grates shall be an Urban Accessories Cast Iron Grate Chinook Series (4' x 6' size) modified with bolt -down option and where installed adjacent to back of curb will have a custom frame (three sides "S" Standard & one side inverted "R" frame), otherwise the frame will be four sides "S" Standard, treated with Corroseal rust converter prior to delivery, or approved equal, Supplied by Architecreation, Seattle, Washington, (206) 932- 4730. The frames shall be braced and supported prior to and after concrete work to ensure that they remain straight and do not warp. Each grate panel shall be bolted to the frame with flat head stainless steel, vandal proof bolts into pre -drilled holes in the frames. Grates shall lay flat and snug into frames. If, following installation, the tree grates do not fit snug with a result of raised edges or movement, the frames and grates shall be removed and reset. Contractor shall submit shop drawings of frame and grate. Drawings shall indicate anchoring method to surrounding concrete, along with the method of blocking and supporting. 8-02.3(22) Precast Concrete Planters New Section 8-02 3(22) is added: Precast Concrete Planters shall be Wausau Tile Westlake Series Planter #TF4226 (42" Diameter) and #TF4229 )48" Diameter) with Westlake II Band on the 42" Planter and with Westlake 1 Band on the 48" Planters. Contractor shall submit color samples for Engineer's selection. Wausau Tile, Inc. Wausau, Wisconsin, (800) 388-8728. 8-02.3(23) Trash Receptacle New Section 8-02.3(23) is added: Trash receptacles shall be Landscape FormsTM "Scarborough" litter receptacle, with 30 gallon capacity, square bar side panel, keyed lock, black powdercoat, side opening, and surface mount. Phone. (503) 292-9102 Trash receptacle shall be installed where indicated in the plans and per manufacturer's recommendations. 8-02.4 Measurement Root Barrier will be measured by the linear foot not including the required overlap lengths recommended by the manufacturer. Tree Grate will be measured per each for each grate furnished and installed. Precast Concrete Planter In Diameter will be measured per each for each planter furnished and installed. Trash Receptacle will be measured per each for each receptacle furnished and installed. Bench will be measured per each for each bench furnished and installed. Bicycle Rack will be measured per each for each bicycle rack installed. 122 1 No measurement will be made for Topsoil Type "A", Potting Soil and Topsoil Blend soil mixes (see Drawings for installation locations), fertilizer, mulch, soil amendments, backfill for sand drain, geotextile fabric, and Gravel Backfill for Drains required for planter planting or drywelis. 8-02.5 Payment Section 8-02 5 is supplemented with the following: "Root Barrier," per linear foot. The unit contract price per linear foot for "Root Barrier" shall be full pay for all costs necessary for furnishing and installing root barrier as detailed in the plans, miscellaneous hardware and other related items or work. "Tree Grate," per each. The unit contract price per each for "Tree Grate" shall be full pay for all costs necessary for a complete installation including furnishing and installing tree grate as detailed in the plans and including supporting frame required at each location, miscellaneous hardware and other related items or work. "Precast Concrete Planter, In. Diameter," per each. The unit contract price per each for "Precast Concrete Planter In. Diameter" shall be full pay for all costs necessary for furnishing and installing planter as detailed in the plans including potting soil, backfill for sand drains, geotextile fabric, gravel backfill for drains, and other related work. "Trash Receptacle," per each. The unit contract price per each for "Trash Receptacle" shall be full pay for all costs necessary for a complete installation of each trash receptacle including furnishing and installing as detailed in, the plans, anchor bolts, miscellaneous hardware and other related items or work. 8-03 IRRIGATION SYSTEMS 8-03.2 Materials This section is supplemented with the following: To maintain uniformity with other areas in the City of Yakima, and the convenience of storage, maintenance, operation, repair, and interchangeability of parts, the sprinklers to be installed for the lawn in the median of Naches Avenue shall be manufactured by either HUNTER or TORO and be non -impact as detailed in Section 9-15.4. 8-03.3 Construction Requirements This section is supplemented with the following: 123 The Plans include the general location of a new 3/4" domestic water service and a schematic of the required items necessary between the City's new service meter and the system's zone laterals The Contractor shall prepare a plan drawing of the various irrigation items from the City water meter through the zone control valve box. This drawing shall note the sizes and products to be used. This plan drawing shall be .submitted to the Engineer for his review and approval before any materials are ordered. The Contractor shall be responsible for the design, layout and installation of an irrigation system that will provide the proper coverage and application rate for the new lawn area in the median of Naches Avenue. The Contractor will prepare a working drawing for his design showing the physical arrangement of all irrigation equipment. The sizing and spacing of mains and laterals as well as the selection of the type of sprinkler head and appurtenances shall be the responsibility of the Contractor. The Contractor shall obtain all information necessary to properly layout, design and construct the new irrigation system by the use of existing record maps, if appropriate, or by field measurement if required. 8-03.3(12) Cross Connection Control Device Installation This section is supplemented with the following: City of Yakima Irrigation Installation Specifications Below surface installation requirements for irrigation sprinkler systems shall utilize a double check valve assembly for backflow prevention: 3/4" and 1" Size Devices Minimum vault size shall be one (1) 24" x 24" x 24" Quazite meter box. Vault lid shall have bolt down security feature. The assembly requires 12 inches of clearance from the wall of the vault to the test cocks. If the test cocks are located on top of the assembly, the 12 -inch clearance remains in effect to allow for repair of the device. Additionally, the assembly requires 12 inches of clearance under the device. The assembly shall be installed with two (2) schedule 80 PVC unions to allow for removal of the device in the winter. An approved stop and drain valve (Hays Nuseal or Mueller Mark II Oriseal) shall be installed between the assembly and the meter at a depth of five (5) feet (if installed within twenty (20) feet of the meter); and must also be installed within five (5) feet of the approved backflow assembly to effectively drain for winter. 8-04 CURBS, GUTTERS AND SPILLWAYS 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways Add the following: Cement concrete curb and gutter constructed on this project shall be as shown on the Detail Sheet of the Plans. "Barrier" cement concrete curb and gutter sections as shown on the Detail Sheet shall be used on the roadway as shown on the Plans. "Driveway Depression" cement concrete curb and gutter as shown on the Detail Sheet shall be used at all driveway and wheelchair ramp locations as shown on the Plans and as directed in 124 1 1 1 the field by the Engineer. Cement concrete curb and gutter which does not comply with the section details on the Plans shall be removed and replaced at the Contractor's expense. A template shall be required to be placed at the back of curb for construction of driveway transitions from Barrier to Driveway curb and gutter. The Contractor shall also be required to use a template at the back of Driveway Depression curb and gutter to ensure a straight and uniform back of curb in conformance with the Details. The new concrete curb and gutter shall be cured in accordance with SECTION 5- 05.3(13)B of the Standard Specifications. Application of the curing compound shall be in accordance with the manufacturer's recommendations. 8-04.5 Payment Section 8-04.5 of the Standard. Specifications shall be revised as follows: The unit price bid for "Cement Concrete Traffic Curb and Gutter," per linear foot, shall be full compensation for all labor, equipment, materials, and incidental costs required to construct Barrier and Driveway Depression curb and gutter, including curb and .gutter adjacent to commercial driveway approaches, as shown on the Plans, including steel reinforcement in driveways or catch basins. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description Supplement this section with the following: This work shall also include furnishing and installing new signpost sockets, at locations shown on the plans or as indicated by the Engineer. 8-14.2 Materials Add the following: Sign Post Socket VLOC Model #23-VR1-Concrete For use with 2-3/8" OD sign posts 8-14.3 Construction Requirements 8-14.3(3) Placing and Finishing Concrete. Supplement this section by with the following: Prior to placing of any sidewalk, a pre -slab meeting will be held between the Contacting Agency and the Contractor to discuss the expectations of the sidewalk. Required at that meeting will be a representative of the prime contractor along with the foreman over the concrete work. The first half block of cement concrete pavement placed on this project shall be deemed a test section where the Contractor will demonstrate his ability to place and finish the concrete sidewalk in a manner acceptable to the Engineer. Any portions of the worked deemed unacceptable shall be removed and repaired in a manner acceptable to the Engineer, up to and including the total removal of the sidewalk. Once the test section has been approved by the Engineer, it will be referenced during construction for comparison of 125 newly poured concrete sidewalk. Any section of cement concrete sidewalk not meeting the quality of work of this test section shall be removed and replaced by the Contractor at no cost to the Contracting Agency. A four -inch shine shall be placed on the edge of all sidewalk joints. All sidewalks not located in driveway approach areas shall be four (4) inches in thickness, unless otherwise noted on the Plans. All sidewalks located in a driveway approach area shall be six (6) inches in thickness. Existing sidewalks at match lines shall be removed to the nearest convenient existing joint or sawcut in a neat vertical, straight transverse line at locations approved by the Engineer Joint filler material to form a new expansion joint shall be placed as indicated on the Standard Detail for Sidewalk. At all driveway and handicap ramp depressions, the back of the sidewalk grade shall be depressed to maintain a 2 percent transverse grade from back of curb to back of sidewalk, unless otherwise noted on the plans. Signpost Sockets shall be set 1/2 inch above the finished sidewalk so that the erected signs will be plumb when installed. The Contractor shall correct any misaligned sockets at his own expense. The completed surface of the sidewalk shall not vary more than'/4-inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to the curbing. The Contractor shall provide construction joints as detailed in the Plans, where it is necessary, to stage the forming of sidewalk work in order to maintain access to adjoining businesses. All existing and new utility boxes located or to be located in the finished sidewalk areas shall be adjusted and supported to be flush with the finish grade of the new sidewalk prior to the sidewalk being placed around them. The utility boxes shall be aligned to have two sides matching concrete joints or score lines. ADA Pavers to be used in the ADA curb ramp construction shall be supplied by Masons Supply Company, Woodinville, WA 425-487-6161. Contractor shall provide the Engineer color samples for final selection prior to them being ordered by the Contractor. ADA pavers shall be charcoal in color and installed per the manufacturer's recommendations Sidewalks shall be scored as detailed in the plans and 15 -pound roofing felt shall be used as a bond breaker at the construction joints adjacent to the building, the joints adjacent to the curb and around the light bases. Every third transverse score joint (every 18') shall be made to a depth of 1.5 inches. Concrete sidewalk shall be cured in accordance with Section 5-05.3(13)A of the Standard Specifications. Application of the curing compound shall be in accordance with the manufacturer's recommendations. Failure to properly secure or seal the cement concrete sidewalk will require the Contractor to remove and replace the sidewalk section at his expense. No mars shall be allowed in the concrete finish. The Contractor shall remove and replace any slabs that have any mars, such as, scuff marks, scratched in lettering, etc. at no cost to the Contracting Agency, no matter who or what the cause. 126 8-14.4 Measurement Supplement this section with the following: Signpost Sockets will be measured per each in place. No specific unit of measurement shall apply to the lump sum item of cement concrete sidewalk test section. 8-14.5 Payment Supplement this section with the following: "Cement Conc. Sidewalk In. Thick", per square yard. The unit contract price per square yard for "Cement Conc. Sidewalk _ In. Thick" shall be full compensation for furnishing and placing the sidewalk, including furnishing, placing and compacting the crushed surfacing top course as detailed in the Plans. "Signpost Sockets", per each. The unit contract price per each for "Signpost Sockets" shall be full compensation for furnishing the sockets, and for furnishing all labor, materials and equipment necessary for the installation of the sockets at the locations shown on the plans or as located by the Engineer. "Cement Concrete Sidewalk Test Section", lump sum. The lump sum unit price for "Cement Concrete Sidewalk Test Section" shall be full pay for furnishing and placing a half block of cement concrete sidewalk to the satisfaction of the Engineer It is estimated that this work will require approximately 300 square yards of cement concrete sidewalk. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.1 Description This Section shall be supplemented with the following: Add to the list of systems 4. Pedestrian Lighting System 5. Tree Lighting System 8-20.2 Materials Add the following items. Provide new materials and equipment approved and labeled for the purpose for which they are to be used by a nationally recognized electrical testing laboratory. Similar items of equipment shall be of the same manufacture and quality. The equipment and materials shall meet applicable NEMA, IEEE, and ANSI standards. Conduit: All conduit installed above grade on this project shall be rigid metal conduit unless otherwise noted on the drawings. Provide rigid steel elbows for all underground PVC runs. 127 Electrical Service. Electrical service equipment shall be as manufactured by Square D, Cutler -Hammer, or Siemens and shall be rated for use as service entrance equipment. Breakers shall bolt to the bus and shall be fully rated for the interrupting capacity shown on the drawings. Main breakers shall be vertically mounted. .Busing shall be copper. Neutrals shall be insulated but bondable. Provide grounding bus. Service enclosures shall be manufactured by Skyline Manufacturing Company or approved equal. Enclosures. Device boxes and covers (for receptacles installed in trees) for connection to tree mounted lighting fixtures shall be heavy duty, die cast with lockable hasp (Intermatic WP1010MC or equal). Lighting fixture cord shall enter the bottom of the device box cover. Contractor shall install a stainless steel nameplate on the device box with circuit and service identification (i.e. "169-13" designating that lighting is served from Circuit 13 connected to Service 169). 8-20.3 Construction Requirements 8-20.3(1) General Add the following to this Section: The Contractor is responsible for coordinating with the Washington Department of Labor & Industries for all required inspections for the electrical systems for this project. 8-20.3(4) Foundations This Section shall be supplemented with the following: The top 6 inches of anchor bases shall be formed and finished 18 inches round for pedestrian Tight standard foundations. Tops shall be 3/ -inch chamfer edges and finished at sidewalk grade. The top 6 inches shall be separated from adjacent concrete surfaces by means of 15 -pound roofing felt. 8-20.3(5) Conduit This Section shall be supplemented with the following: Existing and new PVC conduit runs are indicated on the Plans. Conduits shall be installed by open trench method for new runs called for in the conduit schedule. However, any adjacent existing empty conduits that are found during the course of the project may be used in place of a new conduit of the same diameter called for in the Conduit Schedule. All 90 -degree elbows shall be galvanized steel. The ten feet of rigid conduit is not required. A 1/8 -inch braided nylon rope, 450 pound breaking strength, shall be installed in each conduit run with two (2) feet doubled back at each termination. A new 3" diameter PVC conduit for future communication needs shall be installed from Front Street to 7th Avenue on both the north and south sides of Yakima Avenue. Conduit shall be placed in the same trench as new electrical power conduits A type 2 junction box shall be installed at each end of each block where directed by the Engineer. A 1/8 -inch braided nylon rope, 450 pound breaking strength, shall be installed in each conduit run with two (2) feet doubled back at each termination. All labor, tools, materials and equipment necessary to complete the installation of the conduit and junction boxes including excavation, gravel backfill, compaction, adjustment to grade, and pull rope shall be included in the lump sum contract price for "Future Communication Conduit" per linear foot. 128 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes This Section shall be supplemented with the following: All valve boxes, Junction Boxes Type 1 and 2, and other access enclosures to be cast into the sidewalks shall be constructed of polymer concrete gray in color, reinforced by a heavy -weave fiberglass. Covers shall be rated for a minimum surface load of 15,000 lbs. and the boxes shall be rated for a minimum of 8,000 psi. over a 10" square area. Material compressive strength should be no less than 11,000 psi. Covers shall have a minimum coefficient of friction of 0.5 and have the logo "Illumination" on it. Boxes shall be supplied by the Strongwell Corp., TN (800) 346-062 or approved equal The terms "pullbox" and "junction box" are interchangeable. Pullboxes shall be constructed as shown on the Plans and in accordance with the City of Yakima Standard Details. Pullboxes shall not be located in wheelchair ramps or landing areas. Asphalt joint filler material shall not be installed between pullboxes and other concrete surfaces. 8-20.3(8) Wiring Supplement this section as follows: All electrical wiring: Branch circuit conductors shall each run from the services to the appropriate pullboxes where they branch to the devices. Conductor sizes shall be as shown on the Plans. Conductors shall be individually tagged in each junction box (including junction boxes associated with tree lighting circuits) with circuit and service identification (i.e. "169-13" designating Circuit 13 connected to Service 169). Circuits routed in a common conduit shall be laced or bundled with spiral wrap. In-line fuses shall be installed in each lighting standard base. 8-20.3(9) Bonding, Grounding Supplement this section as follows: Bonding jumpers or equipment grounding conductors shall be green insulated wire sized as shown on the plans (#10 AWG minimum). 8-20.3(10) Electrical Service Add the following. One new 120/240V electrical service shall . be provided and five (5) existing services shall be modified where and as shown on the Plans . The Contractor shall coordinate the location of this service with Pacific Power. A State electrical permit will be required for the service. All wiring and equipment shall conform to the appropriate electrical codes The Contractor shall provide all materials required which are not supplied by Pacific Power. Installation and materials shall meet the requirements of Pacific Power. 8-20.3(13)B Decorative Light Standards (Pedestrian Light Standards) (New Section) Pedestrian Light Standards shall be HolophaneTM North Yorkshire Tapered Fluted Case Aluminum Poles and will be supplied at no cost to the Contractor by the City of Yakima. All labor, tools, materials and equipment necessary to complete the installation of the entire pedestrian light system as detailed in the plans shall be included in the contract bid item, "Pedestrian Lighting System" per lump sum. 8-20.3(13)C Luminaires Add the following 129 Pedestrian light luminaries shall be HolophaneTM Harp Series 150 Watt Pulse Start Metal Halide Medium Base, Multi -tap wired for 240 volts and will be supplied at no cost to the Contractor by the City of Yakima 8-20.3(13)F Tree Lighting System (New Section) The Contractor shall provide power to each tree planting location as detail in the plans. All circuits to trees shall be GFCI. The Contractor shall provide three strings of 70 lights each for each tree location, unless the tree is specified without tree lights on the plans. The tree lights shall be purchased from Display Sales, 70 Strawberry Mini LED Clear, product no. MLVLEDCLR. The contact information for Display Sales is: http://www.dispsales.com/dsistore/find.asp?find%5Fcategory=LEDMINI&find%5Fdescription`LED+MINI+LIGHTS All labor, tools, materials and equipment necessary to complete the installation of the entire tree lighting system as detailed in the plans shall be included in the contract bid item, "Tree Lighting System" per lump sum. 8-20.3(13)G Plaza Lighting Support Poles (New Section) Plaza Lighting Support Poles shall be HolophaneTM Black Painted Tapered Aluminum Poles and will be supplied at no cost to the Contractor by the City of Yakima. All labor, tools, materials and equipment necessary to complete the installation of the poles as detailed in the plans shall be included in the contract bid item, "Plaza Lighting Support Poles" per each. 8-20.3(13)H Bollard (New Section) Bollard as located on the plans will be supplied at no cost to the Contractor by the City of Yakima. All labor, tools, materials and equipment necessary to complete the installation of the bollard as detailed in the plans shall be included in the contract bid item, "Setting Removable Bollard" per each. 8-20.5 Payment This section is supplemented with the following: The lump sum contract price for "Pedestrian Lighting System", "Tree Lighting System" and "Plaza Lighting Support Poles" shall be full pay for the construction of the complete electrical system, modifying existing systems, or both, as shown in the Plans and herein specified including excavation, backfilling, concrete foundations, conduit, wiring, restoring facilities destroyed or damaged during construction, salvaging existing materials, new electrical services, making all required tests and inspections, and modifications to existing services. All additional materials and labor, not shown in the plans or called for herein and which are required to complete the electrical system, shall be included in the lump sum contract price. 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. 130 8-30.5 Payment Payment will be made for the following bid items: "Repair or Replacement", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.8 Aggregates for Asphalt Concrete 9-03.8(7) HMA Tolerances and Adjustments (May 25, 2006 APWA GSP) Item 1 is deleted and replaced with: (*****) 1. Job Mix Formula Tolerances. After the JMF is determined -as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1", %",Y2", and 3/8" sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S No. 8 sieve ±6% ±8% U.S. No 200 sieve ±2 0% ±3.0% Asphalt Binder ±0.5% ±0.7% These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99-100. The tolerance limits on sieves shall only apply to sieves with control points. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.15 Metal Castings 9-05.15(1) Manhole Ring and Cover Revise this section to read: All new manhole rings and covers shall be purchased by the Contractor from Olympic Foundry, Casting NO. MH33Y, Yakima Standard Ring and Cover. The Contractor shall also provide all labor and equipment for handling the manhole rings and covers. All used castings shall become the property of the City of Yakima and shall be delivered to the Wastewater Collection -Maintenance Facility at 204 W Pine by the Contractor. Prior arrangements must be made to assure the facility will be open for delivery. 131 9-05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets This section is supplemented with the following: Castings for the Catch Basins on this project shall be as shown on the City of Yakima Standard Detail. 9-14 EROSION CONTROL 9-14.1(1) Topsoil Type A Section 9-14.1 shall be supplemented with the following. A. Topsoil Type A mix for planters shall be "Potting Soil" supplied by Morton & Sons, Yakima, WA, (509) 575-8886 or approved equal. B. Topsoil Type A for street trees shall be "Topsoil Blend" supplied by Morton & Sons, Yakima, WA (509) 575-8886 or approved equal C. Contractor shall send minimum on one (1) representative sample of "Potting Soil" and "Topsoil Blend" to an approved soil -testing laboratory (state or commercial laboratory) to determine FERTILITY ANALYSIS (to determine magnesium, nitrogen, potassium, phosphorus levels, calcium, minor elements, soluble salts/conductivity and pH). The results shall be submitted to the Engineer (WITH TEST RESULTS AND LABORATORY RECOMMENDATIONS FOR ORNAMENTAL PLANT GROWTH) for approval prior to use on the project site The Contractor shall be responsible for what ever soil additives may be required, as recommended by the testing laboratory. The cost for testing and soil additions must be borne by the Contractor. 9-14.3 Fertilizer General Fertilizer must be delivered to job sites, mixed as specified, and in standard size unopened containers showing weight, analysis, and name of manufacturer. Material shall be uniform in composition, free-flowing, and suitable for application by mechanical equipment. All elements shall be protected from the weather, particularly moisture, both on and off the job site Fertilizer for the trees and groundcover shall be 21 -gram Agriform tablets 20-10-5 Fertilizer for topsoil shall be per Specification Section 9-14.1(1) Topsoil Type "A". 9-14.6(5) Inspection The review and approval of all plant materials by the Engineer, prior to planting, is mandatory. The Contractor shall have plant samples available at the project site for review during scheduled site visits. The Contracting Agency reserves the right to reject, through his/her agent, any or all plant material at any time until final inspections and acceptance. Contractor is to remove rejected plants immediately from site. 9-14.6(7) Temporary Storage Ball and burlapped plants that cannot be planted within one (1) day after arrival are to be heeled -in or otherwise temporarily stored, as specified and in accordance with accepted horticultural practice and as specified herein. 132 9-15 IRRIGATION SYSTEM 9-15.3 Automatic Controllers This section is supplemented with the following Controller for the three station irrigation system shall be a 9 -volt battery powered Hunter TM Smart Valve Controller, Model No. SVC — 400. Controller and valves shall be installed in a valve box with a lockable lid. The controller for the lawn area within the Naches Avenue median shall be a TORO XF- 416 Series or approved equal, with capacity large enough to meet the needs of the system to be installed at the park. The box for the controller shall be a metal box of weatherproof design with a hasp for locking. The box shall be as manufactured by Haffman and have a catalog number of A -18R186 with an enclosure type of 3R or approved equal. 9-15.5 Valve Boxes and Protective Sleeves This section shall be supplemented with the following: All valve boxes, Junction Boxes Type 1 and 2, and other access boxes to be cast into the sidewalks shall be constructed of polymer concrete gray in color, reinforced by a heavy - weave fiberglass. Covers shall be rated for a minimum surface load of 15,000 lbs. and the boxes shall be rated for a minimum of 8,000 psi over a 10" square area. Material compressive strength should be no less than 11,000 psi. Covers shall have a minimum coefficient of friction of 0.5 and have the logo "Irrigation" on it. Boxes shall be supplied by the Strongwell Corp., TN (800) 346-062. 9-15.7(2) Automatic Control Valves This section is supplemented with the following. Control valves for the three stations required on this project shall be 1" PGV flow control valves with solenoids. Each valve shall be labeled as to which station it serves. 9-29 ILLUMINATION, SIGNALS, ELECTRICAL 9-29.1 Conduit, Innerduct, and Outerduct Supplement this section as follows: All conduits below grade on this project shall be schedule 40 PVC underground conduits (electrical grade - gray color) with pull rope Additional materials to be installed on this project include, but are not limited to, junction boxes cables and electrical conductors. The pull rope shall be a 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051-4-1/8), and shall be installed in each conduit run with two (2) feet doubled back at each termination. When cable is pulled, this rope shall be re - pulled along with the cable 9-29.2 Junction Boxes Supplement this section as follows. 133 Junction boxes shall be Type 1, 2, or 3 as shown on the plans. They shall be constructed of polymer concrete and reinforced by a heavy -weave fiberglass Boxes and covers shall be concrete gray color and rated for no less than 15,000 pounds over a 10" x 10" area and designed and tested to temperatures of —50° F. The covers shall be marked with a "Traffic Signal" or "Street Lighting" logo. Existing junction boxes shall be removed as shown on the plans and returned to the City of Yakima Traffic Signal Shop. New replacement junction boxes shall be installed even with the new finished sidewalk level or finished grade and positioned so as to properly house all existing exposed conduit stub -ups, wires and cables. The junction boxes shall be aligned to have two sides matching concrete joints or score lines. 134 STANDARD PLANS December 7, 2009 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 09-013, effective December 7, 2009 is made a part of this contract. The Standard Plans are revised as follows: All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt". All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA". B-10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan C-3, C -3B, C -3C Note 1 is revised as follows: replace reference. F -2b with F-10.42 C-4 Deleted C-10 (sheet 2 of 2) COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3" F-10.20 GENERAL NOTE Revise as follows: Replace reference to F-3 with' F-30.10 F-40.12 through F-40.18 The following note is added to these five plans: Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2%. G-24.40 Existing callout - CORNER BOLT (TYP.) New callout - CORNER BOLT OR SHOULDER BOLT (TYP.) J-5 Deleted J -7a Deleted J-40.10, Section A replace 3" MIN. with 3" MAX. J-40.30 Diamond Note 2: 135 Was = Copper Split Bolt Clamp Is = Copper Solder Less Crimp Connector K-80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K-80.35 L-20.10, Sheet 1 Delete all references to tension cable and substitute tension wire. Add knuckled selvage is required on the top edge of the fence fabric. L-20.10, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. L-30.10, Sheet 1 Delete all references to tension cable and substitute tension wire. L-30.10, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. M-1.60 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN. is changed to 300' MIN. The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00 8/07/07 A-10.20-00 10/05/07 A-10.30-00 10/05/07 A-20.10-00 8/31/07 A-30.10-00 11/08/07 A-30.15-00 11/08/07 A-30.30-00 11/08/07 B-5.20-00 6/01/06 B-5.40-00 6/01/06 B-5.60-00 6/01/06 B-10.20-00 6/01/06 B-10.40-00 6/01/06 B-10.60-00 6/08/06 B-15.20-00 6/01/06 B-15.40-00 6/01/06 B-15.60-00 6/01/06 B-20.20-01 11/21/06 B-20.40-02 6/10/08 B-20.60-02 6/10/08 B-25.20-00 6/08/06 B-25.60-00 6/01/06 A-30.35-00 10/12/07 A-40.00-00 8/11/09 A-40.10-01 8/11/09 A-40.15-00 8/11/09 A-40.20-00 9/20/07 A-40.50-00 11/08/07 A-50.10-0011 /17/08 B-30.50-00 6/01/06 B-30.70-01 8/31/07 B-30.80-00 6/08/06 B-30.90-01 9/20/07 B-35.20-00 6/08/06 B-35.40-00 6/98/06 B-40.20-00 6/01/06 B-40.40-00 6/01/06 B-45.20-00 6/01/06 B-45.40-00 6/01/06 B-50.20-00 6/01/06 B-55.20-00 6/01/06 B-60.20-00 6/08/06 B-60.40-00 6/01/06 136 A-50.20-01 ... 9/22/09 A-50.30-00 11/17/08 A-50.40-00 11/17/08 A-60.10-01 10/14/09 A-60.20-01 8/11/09 A-60.30-00 11/08/07 A-60.40-00 8/31/07 B-75.20-01 6/10/08 B-75.50-01 6/10/08 B-75.60-00 6/08/06 B-80.20-00 6/08/06 B-80.40-00 6/01/06 B-82.20-00 6/01/06 B-85.10-01 6/10/08 B-85.20-00 6/01/06 B-85.30-00 6/01/06 B-85.40-00 6/08/06 B-85.50-01 6/10/08 B-90.10-00 6/08/06 B-90.20-00 6/08/06 B-90.30-00 6/08/06 B-30. 10-00 6/08/06 B-30.20-01 11/21/06 B-30.30-00 6/01/06 B-30.40-00 6/01/06 C-1 2/10/09 C-1 a 10/14/09 C -lb 10/31/03 C-1 c 5/30/97 C-1 d 10/31/03 C-2 1/06/00 C -2a 6/21/06 C -2b 6/21/06 C -2c 6/21/06 C -2d 6/21/06 C -2e 6/21/06 C -2f 3/14/97 C -2g 7/27/01 C -2h 3/28/97 C -2i 3/28/97 C -2j 6/12/98 C -2k 7/27/01 C -2n 7/27/01 C -2o 7/13/01 C -2p 10/31/03 C-3 10/04/05 C -3a 10/04/05 C -3b 10/04/05 C -3c 6/21/06 C -4b 6/08/06 C -4b 6/08/06 D-2.02-00 11/10/05 D-2.04-00 11/10/05 D-2.06-01 1/06/09 D-2.08-00 11/10/05 D-2.10-00 11/10/05 D-2.12-00 11/10/05 D-2.14-00 11/10/05 D-2.16-00 11/10/05 D-2.18-00 11/10/05 D-2.20-00 11/10/05 D-2.30-00 11/10/05 D-2.32-00 11/10/05 D-2.34-01 1/06/09 D-2.36-02 1/06/09 D-2.38-00 11/10/05 D-2.40-00 11/10/05 D-2.42-00 11/10/05 B-65.20-00 6/01/06 B-90.40-00 6/08/06 B-65.40-00 6/01/06 B-90.50-00 6/08/06 B-70.20-00 6/01/06 B-95.20-01 2/03/09 B-70.60-00 6/01/06 B-95.40-00 6/08/06 C -4e 2/20/03 0-141 2/10/09 C -4f 6/30/04 0-14j 12/02/03 0-5 10/14/09 C -14k 2/10/09 C-6 5/30/97 C -15a 7/3/08 C -6a 10/14/09 C -15b 7/3/08 C -6c 1/06/00 C -16a 11/08/05 C -6d 5/30/97 C -16b 11/08/05 C -6f 7/25/97 0-20.14-01 10/14/09 0-7 10/31/03 0-20.15-00 10/14/09 C -7a 10/31/03 0-20.18-00 10/14/09 0-8 2/10/09 0-20.19-00 10/14/09 C -8a 7/25/97 0-20.40-01 10/14/09 C -8b 2/10/09 0-20.42-01 10/14/09 C -8e 2/21/07 0-22.14-00 2/03/09 C -8f 6/30/04 0-22.16-00 2/03/09 0-10 7/31/98 0-22.40-01 10/05/07 0-13 7/3/08 0-23.60-01 10/14/09 C -13a 7/3/08 0-25.18-01. 9/20/07 0-13b 7/3/08 0-25.20-04 10/14/09 C -13c 7/3/08 0-25.22-03 10/14/09 C -14a 7/3/08 0-25.26-01 10/14/09 C -14b 7/26/02 0-25.80-01 7/3/08 C -14c 7/3/08 0-28.40-00 2/06/07 C -14d 7/3/08 0-40.14-00 2/03/09 C -14e 7/3/08 0-40.16-00 2/03/09 0-14h 2/10/09 0-40.18-01 10/14/09 C-90.10-00 7/3/08 D-2.44-00 11/10/05 D -3b 6/30/04 D-2.46-00 11/10/05 D -3c 6/30/04 D-2.48-00 11/10/05 D-4 12/11/98 0-2.60-00 11/10/05 D-6 6/19/98 D-2.62-00 11/10/05 D-10.10-01 12/02/08 D-2.64-01 1/06/09 D-10.15-01 12/02/08 D-2.66-00 11/10/05 D-10.20-00 7/8/08 D-2.68-00 11/10/05 D-10.25-00 7/8/08 D-2.78-00 11/10/05 D-10.30-00 7/8/08 D-2.80-00 11/10/05 D-10.35-00 7/8/08 D-2.82-00 11/10/05 0-10.40-01 12/02/08 0-2.84-00 11/10/05 D-10.45-01 12/02/08 D-2.86-00 11/10/05 D-15.10-01 12/02/08 D-2.88-00 11/10/05 D-15.20-01 1/06/09 D-2.92-00 11/10/05 D-15.30-01 12/02/08 D-3 7/13/05 D3a 12/02/08 E-1 2/21/07 E-2 5/29/98 F-10.12-00 12/20/06 F-10.16-00 12/20/06 F-10.40-01 7/3/08 F-10.42-00 1/23/07 F-10.62-01 9/05/07 F-10.64-02 7/3/08 G-10.10-00 9/20/07 G-20.10-00 9/20/07 G-22.10-01 7/3/08 G-24.10-00 11/08/07 G-24.20-00 11/08/07 G-24.30-00 11/08/07 G-24.40-01 12/02/08 G-24.50-00 11/08/07 H-10.10-00 7/3/08 H-10.15-00 7/3/08 H-30.10-00 10/12/07 1-10.10-01 8/11/09 1-30.10-01 8/11/09 1-30.15-00 8/11/09 1-30.20-00 9/20/07 1-30.30-00 9/20/07 J-1 f 6/23/00 J-3 8/01/97 J -3b 3/04/05 J -3c 6/24/02 J -3d 11/05/03 J -6c 4/24/98 J -7c 6/19/98 J -7d 4/24/98 J -8a 5/20/04 J -8b 5/20/04 J -8c 5/20/04 J -8d 5/20/04 J -9a 4/24/98 J-10 7/18/97 J-11 b 9/02/05 J-12 2/10/09 J -16a 3/04/05 J -16b 2/10/09 E-4 8/27/03 E -4a 8/27/03 F-30.10-00 1/23/07 F-40.10-01 10/05/07 F-40.12-00 2/07/07 F-40.14-00 2/07/07 F-40.15-00 2/07/07 F-40.16-00 2/07/07 G-24.60-00 11/08/07 G-25.10-01 1/06/09 G-30.10-00 11/08/07 G-50.10-00 11/08/07 G-60.10-00 8/31/07 G-60.20-00 8/31/07 G-60.30-00 8/31/07 G-70.10-00 10/5/07 H-32.10-00 H-60.10-01 H-60.20-01 F-40.18-00 2/07/07 F-40.20-00 10/05/07 F-42.10-00 10/05/07 F-80.10-00 1/23/07 G-70.20-00 10/5/07 G-70.30-00 10/5/07 G-90.10-001/06/09 G-90.20-001/06/09 G-90.30-001/06/09 G-90.40-01 10/14/09 G-95.10-00 11/08/07 G-95.20-01 7/10/08 G-95.30-01 7/10/08 9/20/07 H-70.10-00 9/05/07 7/3/08 H-70.20-00 9/05/07 7/3/08 H-70.30-01 11/17/08 1-30.40-00 10/12/07 1-30.50-00 11/14/07 1-40.10-00 9/20/07 I-40.20-00 9/20/07 1-50.10-00 9/20/07 J -16c 2/10/09 J-18 2/10/09 J-19 2/10/09 J-20 9/02/05 J-20.10-00 10/14/09 J-20.15-00 10/14/09 J-20.16-00 10/14/09 J-20.20-00 10/14/09 J-20.26-00 10/14/09 J-21.10-00 10/14/09 J-21.15-00 10/14/09 J-21.16-00 10/14/09 J-21.17-00 10/14/09 J-21.20-00 10/14/09 J-22.15-00 10/14/09 J-22.16-00 10/14/09 J-28.10-00 8/07/07 J-28.22-00 8/07/07 1-50.20-00 8/31/07 1-60.10-00 8/31/07 1-60.20-00 8/31/07 1-80.10-01 8/11/09 J-28.24-00 8/07/07 J-28.26-01 12/02/08 J-28.30-01 10/14/09 J-28.40-01 10/14/09 J-28.42-00 8/07/07 J-28.45-00 8/07/07 J-28.50-00 8/07/07 J-28.60-00 8/07/07 J-28.70-00 11/08/07 J-40.10-01 10/14/09 J-40.30-00 1/06/09 J-75.10-00 2/10/09 J-75.20-00 2/10/09 J-75.30-00 2/10/09 J-75.40-00 10/14/09 J-75.45-00 10/14/09 J-90.10-00 2/10/09 J-90.20-00 2/10/09 K-10.20-01 10/12/07 K-26.40-01 10/12/07 K-40.60-00 2/15/07 K-10.40-00 2/15/07 K-30.20-00 2/15/07 K-40.80-00 2/15/07 K-20.20-01 10/12/07 K-30.40-01 10/12/07 K-55.20-00 2/15/07 K-20.40-00 2/15/07 K-32.20-00 2/15/07 K-60.20-02 7/3/08 K-20.60-00 2/15/07 K-32.40-00 2/15/07 K-60.40-00 2/15/07 K722.20-01 10/12/07 K-32.60-00 2/15/07 K-70.20-00 2/15/07 K-24.20-00 2/15/07 K-32.80-00 2/15/07 K-80.10-00 2/21/07 K-24.40-01 10/12/07 K-34.20-00 2/15/07 K-80.20-00 12/20/06 K-24.60-00 2/15/07 K-36.20-00 2/15/07 K-80.30-00 2/21/07 K-24.80-01 10/12/07 K-40.20-00 2/15/07 K-80.35-00 2/21/07 K-26.20-00 2/15/07 K-40.40-00 2/15/07 K-80.37-00 2/21/07 L-10.10-00 2/21/07 L-40.10-00 2/21/07 L-70.10-01 5/21/08 L-20.10-00 2/07/07 L-40.15-00 2/21/07 L-70.20-01 5/21/08 L-30.10-00 2/07/07 L-40.20-00 2/21/07 M-1.20-01 1/30/07 M-7.50-01 1/30/07 M-24.60-02 2/06/07 M-1.40-01 1/30/07 M-9.50-01 1/30/07 M-40.10-00 9/20/07 M-1.60-01 1/30/07 M-9.60-00 2/10/09 M-40.20-00...10/12/07 M-1.80-02 8/31/07 M-11.10-01 1/30/07 M-40.30-00 9/20/07 M-2.20-01 1/30/07 M-15.10-01 2/06/07 M-40.40-00 9/20/07 M-2.40-01 1/30/07 M-17.10-02 7/3/08 M-40.50-00 9/20/07 M-2.60-01 1/30/07 M-20.10-01 1/30/07 M-40.60-00 9/20/07 M-3.10-02 2/10/09 M-20.20-01 1/30/07 M-60.10-00 9/05/07 M-3.20-01 1/30/07 M-20.30-02 10/14/09 M-60.20-01 2/03/09 M-3.30-02 2/10/09 M-20.40-01 1/30/07 M-65.10-01 5/21/08 M-3.40-02 2/10/09 M-20.50-01 1/30/07 M-80.10-00 6/10/08 M-3.50-01 1/30/07 M-24.20-01 5/31/06 M-80.20-00 6/10/08 M-5.10-01 1/30/07 M-24.40-01 5/31/06 M-80.30-00 6/10/08 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this ZzJI day of S e , 2010, by and between the City of Yakima, hereinafter called the Owner, and Belsaas & Smith Construction, Inc., a Washington Corporation, hereinafter called the Contractor WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF $ 589,339.00, for Yakima Downtown Futures Initiative Phase 4 - 8th Street - Chestnut Avenue to 'A' Street, all in accordance with, and as described in the attached plans and specifications and the 2010 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. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. 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 this Z3 r—c) day of Tvr't r 2010 City ager Attest: CONTRACTOR BELSAAS & SMITH CONSTRUCTION, INC. ,a Washington Corporation By. BAY/4- AI aesdl✓ (Print Name) Its: sae/40 7,112 y i- rRa-,73.U12 Ga`� (President, Owner, etc.) Address. . 6 gOX 9, ..a6 />Lzz,-A g 0.126� (,{J✓¢ 989e2.‘ 141 Bond NO. 105457205 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS. That we, the undersigned, Belsaas & Smith Construction, Inc. Travelers Casualty and a WA Corporation as Principal andSurety Company of America a corporation organized and existing under the laws of the State of CT as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $ 5 8 9 , 3 3 9 . 0 Qor the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this day of June , 201 0 Never -the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on June , 2010 , the City Manager arid City Clerk of the CITY OF YAKIMA has let or is about to let to the said Bel saas & Smith Construction, Inc, the above bounded Principal, a certain contract, the said contract being numbered 2 2 84 and providing for Yakima DFI Phase -4 (which contract is referred to herein and is made a part hereof as though attached hereto), and, —8th Street WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said Belsaas & Smith Construction, Inc. shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and material men, and all persons who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub -contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Belsaas & Smith Construction, Inc. AR -ti -4N .V[v -5 N (Print Name) Its: 5OE4247412- /2.67,e (President, Owner, etc. ) Travelers Casualty and Surety Company of Americaa gy. Kenneth J. Frick, (Print Name) 115: Attorney—in—Fact 143 'TRAVELERS J Attorney -In Fact No. WARNING• THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 218701 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 003516765 KNOW ALL MEN BY THESE PRESENTS That St. Paul Fire and Manne Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of Amenca are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Donna S. Martinez, Kenneth J. Frick, and Alex B. Hodge of the City of Yakima , State of Washington their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 2nd day of March 2010 State of Connecticut City of Hartford ss. ,1977 M Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company f N �N PNS uA`} �I��NPORA>F N W ~OpPON4T1: pt CDi '. 2; �Al ASBAL,.'a° vfSMA i ..... ;}f' By. Georg. ' Thompson, ce President On this the 2nd day of March 2010 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2011 58440-4-09 Printed in U.S.A. \cry, e . .iia - Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 1 i i i i J WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of Amenca, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, readmg as follows RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authonty as his or her certificate of authority may prescnbe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory m the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescnbed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a wntten delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Semor Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attomey or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretanes or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other wntings obligatory m the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsmnle seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kon M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marme Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of Amenca, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of June 20 1 0. itogPORAT.,. ,S^ SEAL: a Kori M. JohansAssistant Secretary To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to winch the power is attached. WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ACORQM CERTIFICATE OF LIABILITY INSURANCE 06/18/z 0' TYPE OF INSURANCE PRODUCER 509.965.2090 FAX 509.966.3454 Conover Insurance, Inc . (Y) 125 N. 50th Ave. P.O. Box 10088 Yakima, WA 98909-1088 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERT FICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Belsaas & Smith Construction , Inc. P 0 Box 926 Ellensburg, WA 98926 INSURER A. Continental Insurance Co. 35289c INSURER B: 4016757800 INSURER C: 09/01/2010 INSURER D: $ 1,000,000 INSURERE AM Best Rating: A DAMAGE TO RENTED PRFMISFS (Fa orr trenrel COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADD'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE IMM/DD/YYI POLICY EXPIRATION DATE IMM/DDIYYI LIMITS A ,NSRQ GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY 4016757800 09/01/2009 09/01/2010 EACH OCCURRENCE $ 1,000,000 X DAMAGE TO RENTED PRFMISFS (Fa orr trenrel $ 100,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: nTer POLICY CT n LOC PRODUCTS - COMP/OP AGG $ 2,000,000 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 4016757795 09/01/2009 09/01/2010 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GAR AGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY' AGG $ A EXCESS/UMBRELLA LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ 10,000 4016757814 09/01/2009 09/01/2010 EACH OCCURRENCE $ 2,000,000 X AGGREGATE $ 2,000,000 $ X $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below 4016757800 STATUTORY STOP GAP 09/01/2009 09/01/2010 STAT H - TORYIIMITS ER E.L EACH ACCIDENT $ 1,000,000 E.L DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 A OTHER Rented & Hired Equipment included: 4016757800 09/01/2009 09/01/2010 $25,000 per item; $50,000 per occurrence $1,000 Deductible DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Project: Yakima DFI Phase 4 - 8th St. : City Project # 2284 City of Yakima, their agents, employees, and elected and appointed officials are named as Additional Insured per form G17957G 01/01. This certificate cancels and replaces certificate issued 6/15/10. CERTIFICATE HOLDER CANCELLATION City of Yakima Attn: Douglas Mayo 129 N. 2nd St. Yakima, WA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL II4XXGi6 MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, XACXIVIXAd(( YlXIXW V XIXXXMAD(D(d(OLXIihlf�6XXXXX KlXIX(XX liteaXNADINIXXXXIMIXISAXXXXIXXXXtadalateatIMIXXXXXXXXX AUTHORIZED REPRESENTATIVE Randy LaRiviere, VP/TANYAH ACORD 25 (2001/08) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon ACORD 25 (2001/08) G17957G 0101 Page 1 of 2 CNA IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.1. OF THIS ENDORSEMENT FOR THESE DUTIES. ALSO, THIS ENDORSEMENT CHANGES THE CONTRACTUAL LIABILITY COVERAGE WITH RESPECTS TO THE "BODILY INJURY" OR "PROPERTY DAMAGE" ARISING OUT OF THE "PRODUCTS -COMPLETED OPERATIONS HAZARD". SEE PARAGRAPH B.3. OF THIS ENDORSEMENT FOR THIS COVERAGE CHANGE. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH LIMITED PRODUCTS -COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Designated Project: (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization, including any person or organization shown in the schedule above, (called additional insured) whom you are required to add as an additional insured on this policy under a written contract or written agreement, but the written contract or written agreement must be 1. Currently in effect or becoming effective during the term of this policy; and 2. Executed prior to the "bodily injury," "property damage," or "personal and advertising injury" B. The insurance provided to the additional insured is limited as follows 1. That person or organization is an additional insured solely for liability due to your negligence specifically resulting from "your work" for the additional insured which is the subject of the written contract or written agreement. No coverage applies to liability resulting from the sole negligence of the additional insured 2. The Limits of Insurance applicable to the additional insured are those specified in the written contract or written agreement or in the Declarations of this policy, whichever is less. These Limits of Insurance are inclusive of, and not in addition to, the Limits of Insurance shown in the Declarations 3. The coverage provided to the additional insured by this endorsement and paragraph f. of the definition of "insured contract" under DEFINITIONS (Section V) do not apply to "bodily injury" or "property damage" arising out of the "products -completed operations hazard" unless required by the written contract or written agreement. When coverage does apply to "bodily injury" or "property damage" arising out of the "products -completed operations hazard" such coverage will not apply beyond a. The period of time required by the written contract or written agreement, or http://formnet-ci.cna.com/glhtm/cna3132.htm 3/31/2009 G17957G 0101 Page 2 of 2 b. 5 years from the completion of "your work" on the project which is the subject of the written contract or written agreement, whichever is less. 4. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications, and b. Supervisory, or inspection activities performed as part of any related architectural or engineering activities. C. As respects the coverage provided under this endorsement, SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS are amended as follows 1. The following is added to the Duties In The Event of Occurrence, Offense, Claim or Suit Condition e. An additional insured under this endorsement will as soon as practicable (1) Give written notice of an occurrence or an offense to us which may result in a claim or "suit" under this insurance, (2) Tender the defense and indemnity of any claim or "suit" to any other insurer which also has insurance for a loss we cover under this Coverage Part, and (3) Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. f. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured 2. Paragraph 4.b. of the Other Insurance Condition is deleted and replaced with the following 4. Other Insurance b. Excess Insurance This insurance is excess over any other insurance naming the additional insured as an insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance be either primary or primary and noncontributing http://formnet-ci.cna.com/glhtm/cna3132.htm 3/31/2009 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Subscribed and sworn to before me on this Contractor day of , 201 Notary Public in and for the State of Washington residing at 149 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39 12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents In as much 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 151 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key YAKIMA COUNTY EFFECTIVE 3-03-2010 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $17 83 1 BOILERMAKERS JOURNEY LEVEL $35 48 1 BRICK MASON JOURNEY LEVEL $38 62 1M 5A BUILDING SERVICE EMPLOYEES JANITOR $8.55 1 SHAMPOOER $11 14 1 WAXER $8.55 1 WINDOW CLEANER $9 14 1 CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $37.22 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $47 36 1M 5D CARPENTER $37.22 1M 5D CREOSOTED MATERIAL $37.22 1M 5D DRYWALL APPLICATOR $37.22 1M 5D FLOOR FINISHER $37.22 1M 5D FLOOR LAYER $37.22 1M 5D FLOOR SANDER $37.22 1M 5D MILLWRIGHT $48 36 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $47 56 1M 5D SAWFILER $37.22 1M 5D SHINGLER $37.22 1M 5D STATIONARY POWER SAW OPERATOR $37.22 1m 5D STATIONARY WOODWORKING TOOLS $37.22 1M 5D CEMENT MASONS JOURNEY LEVEL $35 30 1N 5D DIVERS & TENDERS DIVER $100.28 1M 5D 8A DIVER ON STANDBY $56.68 1M 5D DIVER TENDER $52.23 1M 5D SURFACE RCV & ROV OPERATOR $52.23 1M 5D SURFACE RCV & ROV OPERATOR TENDER $48.85 1B 5A DREDGE WORKERS ASSISTANT ENGINEER $49 57 1T 5D 8L ASSISTANT MATE (DECKHAND) $49 06 1T 5D 8L BOATMEN $49 57 1T 5D 8L ENGINEER WELDER $49 62 1T 5D 8L LEVERMAN, HYDRAULIC $51 19 1T 5D 8L Page 1 153 YAKIMA COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code MAINTENANCE $49 06 1T 5D 8L MATES $49 57 1T 5D 8L OILER $4919 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $31 71 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $43.32 1 ELECTRICIANS - INSIDE CABLE SPLICER $51 64 1E 5A JOURNEY LEVEL $49 84 1E 5A WELDER $53.44 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $59 79 4A 5A CERTIFIED LINE WELDER $54 59 4A 5A GROUNDPERSON $39 07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54 59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54 59 4A 5A LINE EQUIPMENT OPERATOR $46 32 4A 5A POLE SPRAYER $54 59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23 40 1 ELEVATOR CONSTRUCTORS MECHANIC $67 91 4A 6Q MECHANIC IN CHARGE $73 87 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8 72 1 LABORER $8.55 1 FENCE ERECTORS FENCE ERECTOR $13 79 1 FLAGGERS JOURNEY LEVEL $24 62 1 GLAZIERS JOURNEY LEVEL $22.43 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $25 32 1 HEATING EQUIPMENT MECHANICS MECHANIC $34 85 1X 5A HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $32.55 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9 73 1 Page 2 154 YAKIMA COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $8 55 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $48.72 10 5A LABORERS ASPHALT RAKER $32.55 1H 5D BALLAST REGULATOR MACHINE $31 61 1H 5D BATCH WEIGHMAN $29 65 1H 5D BRUSH CUTTER $3161 1H 5D BRUSH HOG FEEDER $31 61 1H 5D BURNERS $31 61 1H 5D CARPENTER TENDER $31 61 1H 5D CASSION WORKER $32.55 1H 5D CEMENT DUMPER/PAVING $32.16 1H 5D CEMENT FINISHER TENDER $31 61 1H 5D CHANGE -HOUSE MAN OR DRY SHACKMAN $31 61 1H 5D CHIPPING GUN (OVER 30 LBS) $32.16 1H 5D CHIPPING GUN (UNDER 30 LBS) $31 61 1H 5D CHOKER SETTER $31 61 1H 5D CHUCK TENDER $31 61 1H 5D CLEAN-UP LABORER $31 61 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $32.16 1H 5D CONCRETE FORM STRIPPER $31 61 1H 5D CONCRETE SAW OPERATOR $32.16 1H 5D CRUSHER FEEDER $29 65 1H 5D CURING LABORER $31 61 1H 5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $31 61 1H 5D DITCH DIGGER $31 61 1H 5D DIVER $32.55 1H 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $32.16 1H 5D DRILL OPERATOR, AIRTRAC $32.55 1H 5D DUMPMAN $31 61 1H 5D EPDXY TECHNICIAN $31 61 1H 5D EROSION CONTROL WORKER $31 61 1H 5D FALLER/BUCKER, CHAIN SAW $32.16 1H 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning, NOT $27 02 1H 5D construction debris cleanup) FINE GRADERS $31 61 1H 5D FIRE WATCH $29 65 1H 5D FORM SETTER $31 61 1H 5D GABION BASKET BUILDER $31 61 1H 5D GENERAL LABORER $31 61 1H 5D GRADE CHECKER & TRANSIT PERSON $32.55 1H 5D GRINDERS $31 61 1H 5D GROUT MACHINE TENDER $31 61 1H 5D GUARDRAIL ERECTOR $31 61 1H 5D HAZARDOUS WASTE WORKER LEVEL A $32.55 1H 5D HAZARDOUS WASTE WORKER LEVEL B $32.16 1H 5D • Page 3 155 YAKIMA COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code HAZARDOUS WASTE WORKER LEVEL C $31 61 1H 5D HIGH SCALER $32.55 1H 5D HOD CARRIER $32.55 1H 5D JACKHAMMER $32.16 1H 5D LASER BEAM OPERATOR $32.16 1H 5D MANHOLE BUILDER-MUDMAN $32.16 1H 5D MATERIAL YARDMAN $31 61 1H 5D MINER $32.55 1H 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $32.16 1H 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $32.16 1H 5D PILOT CAR $29 65 1 H 5D PIPE POT TENDER $32.16 1H 5D PIPE RELINER (NOT INSERT TYPE) $32.16 1H 5D PIPELAYER & CAULKER $32.16 1H 5D PIPELAYER & CAULKER (LEAD) $32.55 1 H 5D PIPEWRAPPER $32.16 1H 5D POT TENDER $31 61 1H 5D POWDERMAN $32.55 1H 5D POWDERMAN HELPER $31 61 1H 5D POWERJACKS $32.16 1 H 5D RAILROAD SPIKE PULLER (POWER) $32.16 1H 5D RE-TIMBERMAN $32.55 1H 5D RIPRAP MAN $31 61 1H 5D RODDER $32.16 1H 5D SCAFFOLD ERECTOR $3161 1H 5D SCALE PERSON $3161 1H 5D SIGNALMAN $3161 1H 5D SLOPER (OVER 20") $32.16 1H 5D SLOPER SPRAYMAN $31 61 1H 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $32.16 1H 5D SPREADER (CONCRETE) $32.16 1H 5D STAKE HOPPER $3161 1H 5D STOCKPILER $31 61 1H 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $32.16 1 H 5D TAMPER (MULTIPLE & SELF PROPELLED) $32.16 1H 5D TOOLROOM MAN (AT JOB SITE) $31 61 1H 5D TOPPER-TAILER $3161 1H 5D TRACK LABORER $31 61 1H 5D TRACK LINER (POWER) $32.16 1H 5D TRUCK SPOTTER $3161 1H 5D TUGGER OPERATOR $32.16 1H 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $31 61 1H 5D VIBRATOR $32.16 1H 5D VINYL SEAMER $31 61 1H 5D WELDER $3161 1H 5D WELL -POINT LABORER $32.16 1H 5D LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER & TOPMAN $31 61 1H 5D PIPE LAYER $32.16 1H 5D Page 4 156 1 1 1 1 1 1 1 1 1 1 1 1 1 1 YAKIMA COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $9 00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15 45 1 LANDSCAPING OR PLANTING LABORERS $9 00 1 LATHERS JOURNEY LEVEL $37.22 1M 5D MARBLE SETTERS JOURNEY LEVEL $38 62 1M 5A METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10 31 1 MACHINE OPERATOR $11 32 1 PAINTER $12.00 1 WELDER $11 32 1 MODULAR BUILDINGS JOURNEY LEVEL $1411 1 PAINTERS JOURNEY LEVEL $28 12 1W 6Z PLASTERERS JOURNEY LEVEL $46.63 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 55 1 POWER EQUIPMENT OPERATORS ASPHALT PLANT OPERATOR $50 39 1T 5D 8P ASSISTANT ENGINEERS $47 12 1T 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50 94 1T 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51 51 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50 39 1T 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49 48 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS. 15 TO 30 METRIC TONS $49 90 1T 5D 8P BARRIER MACHINE (ZIPPER) $49 90 1T 5D 8P BATCH PLANT OPERATOR, CONCRETE $49 90 1T 5D 8P BELT LOADERS (ELEVATING TYPE) $49 48 1T 5D 8P BOBCAT (SKID STEER) $47 12 1T 5D 8P BROKK-REMOTE DEMOLITION EQUIPMENT $47 12 1T 5D 8P BROOMS $47 12 1T 5D 8P BUMP CUTTER $49 90 1T 5D 8P CABLEWAYS $50 39 1T 5D 8P CHIPPER $49 90 1T 5D 8P COMPRESSORS $47 12 1T 5D 8P CONCRETE FINISH MACHINE - LASER SCREED $47 12 1T 5D 8P CONCRETE PUMPS $49 48 1T 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49 90 1T 5b 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50 39 1T 5D 8P METERS CONVEYORS $49 48 1T 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $51 51 1T 5D 8P CRANE, FRICTION OVER 200 TONS $52.07 1T 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $49 48 1T 5D 8P CRANES, 20 - 44 TONS, WITH ATTACHMENTS $49 90 1T 5D 8P Page 5 157 YAKIMA COUNTY EFFECTIVE 3-03-2010 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50 39 1T 5D 8P WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50 94 1T 5D 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51 51 1T 5D 8P WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $47 12 1T 5D 8P CRANES, A -FRAME, OVER 10 TON $49 48 1T 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52.07 1T 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $49 90 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $50 39 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $50 94 1T 5D 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50 94 1T 5D 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51 51 1T 5D 8P CRUSHERS $49 90 1T 5D 8P DECK ENGINEER/DECK WINCHES (POWER) $49 90 1T 5D 8P DERRICK, BUILDING $50 39 1T 5D 8P DOZER, QUAD 9, D-10, AND HD -41 $50 39 1T 5D 8P DOZERS, D-9 & UNDER $49 48 1T 5D 8P DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $49 48 1T 5D 8P DRILLING MACHINE $49 90 1T 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47 12 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $49 48 1T 5D 8P FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $49 90 1T 5D 8P FORK LIFTS, (3000 LBS AND OVER) $49 48 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47 12 1T 5D 8P GRADE ENGINEER $49 90 1T 5D 8P GRADECHECKER AND STAKEMAN $47 12 1T 5D 8P GUARDRAIL PUNCH $49 90 1T 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49 48 1T 5D 8P HORIZONTAUDIRECTIONAL DRILL LOCATOR $49 48 1T 5D 8P HORIZONTAUDIRECTIONAL DRILL OPERATOR $49 90 1T 5D 8P HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $47 12 1T 5D 8P HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $49 48 1T 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50 39 1T 5D 8P LOADERS, OVERHEAD (8 YD & OVER) $50 94 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49 90 1T 5D 8P LOCOMOTIVES, ALL $49 90 1T 5D 8P MECHANICS, ALL $50 94 1T 5D 8P MIXERS, ASPHALT PLANT $49 90 1T 5D 8P MOTOR PATROL GRADER (FINISHING) $50 39 1T 5D 8P MOTOR PATROL GRADER (NON -FINISHING) $49 48 1T 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $50 39 1T 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47 12 1T 5D 8P OPERATOR PAVEMENT BREAKER $47 12 1T 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $49 90 1T 5D 8P PLANT OILER (ASPHALT, CRUSHER) $49 48 1T 5D 8P POSTHOLE DIGGER, MECHANICAL $47 12 1T 5D 8P POWER PLANT $47 12 1T 5D 8P PUMPS, WATER $47 12 1T 5D 8P QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47 12 1T 5D 8P Page 6 158 1 1 1 YAKIMA COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50 39 1T 5D 8P EQUIP RIGGERANDBELLMAN $47 12 1T 5D 8P ROLLAGON $50 39 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $47 12 1T 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49 48 1T 5D 8P ROTO -MILL, ROTO -GRINDER $49 90 1T 5D 8P SAWS, CONCRETE $49 48 1T 5D 8P SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50 39 1T 5D 8P OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $49 48 1T 5D 8P SCRAPER -SELF PROPELLED, HARD -TAIL END DUMP, ARTICULATING $49 90 1T 5D 8P OFF-ROAD EQUIPMENT (UNDER 45 YARDS) SHOTCRETE GUNITE $47 12 1T 5D 8P SLIPFORM PAVERS $50 39 1T 5D 8P SPREADER, TOPSIDER & SCREEDMAN $50 39 1T 5D 8P SUBGRADE TRIMMER $49.90 1T 5D 8P TOWER BUCKET ELEVATORS $49 48 1T 5D 8P TRACTORS, (75 HP & UNDER) $49 48 1T 5D 8P TRACTORS, (OVER 75 HP) $49 90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49 90 1T 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50 39 1T 5D 8P TRENCHING MACHINES $49 48 1T 5D 8P TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $49 48 1T 5D 8P TRUCK CRANE OILER/DRIVER (100 TON & OVER) $49 90 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49 90 1T 5D 8P WELDER $50 39 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $47 12 1T 5D 8P YO YO PAY DOZER $49 90 1T 5D 8P POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $40 79 4A 5A SPRAY PERSON $38 73 4A 5A TREE EQUIPMENT OPERATOR $39,25 4A 5A TREE TRIMMER $36 50 4A 5A TREE TRIMMER GROUNDPERSON $27 55 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $28 11 1 RESIDENTIAL BRICK MASON JOURNEY LEVEL $29 00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14 58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11 86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $17 00 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21 98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $22.43 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10 00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $11 02 1 Page 7 159 YAKIMA COUNTY EFFECTIVE 3-03-2010 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL MARBLE SETTERS JOURNEY LEVEL $29 00 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $16 32 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $20.55 1 RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL $28.11 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $34 85 1X 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17 55 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $8 55 1 RESIDENTIAL STONE MASONS JOURNEY LEVEL $16 00 1 RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $8 55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $17 00 1 RESIDENTIAL TILE SETTERS JOURNEY LEVEL $16 78 1 ROOFERS JOURNEY LEVEL $12.00 1 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $48.01 1X 5A SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $14 65 1 SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL - $14 65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $23 11 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $8 55 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $26.36 1 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 STONE MASONS JOURNEY LEVEL $38 62 1M 5A STREET AND PARKING LOT SWEEPER WORKERS JOURNEY LEVEL $8 55 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15 05 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20 00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $32.27 2B 5A HOLE DIGGER/GROUND PERSON $18.10 2B 5A INSTALLER (REPAIRER) $30 94 2B 5A Page 8 160 YAKIMA COUNTY EFFECTIVE 3-03-2010 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code ( Code JOURNEY LEVEL TELEPHONE LINEPERSON $30 02 2B 5A SPECIAL APPARATUS INSTALLER] $32.27 2B 5A SPECIAL APPARATUS INSTALLER!! $31 62 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30 02 2B 5A TELEVISION GROUND PERSON $17 18 2B 5A TELEVISION LINEPERSON/INSTALLER $22.73 2B 5A TELEVISION SYSTEM TECHNICIAN $27 09 2B 5A TELEVISION TECHNICIAN $24 35 2B 5A TREE TRIMMER $30 02 2B .\ 5A TERRAZZO WORKERS JOURNEY LEVEL $30 37 1M 5A TILE SETTERS JOURNEY LEVEL $30 37 1M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $26.29 1M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38.90 1K 5A TRUCK DRIVERS ASPHALT MIX $14 19 1 DUMP TRUCK $36.16 2G 61 DUMP TRUCK & TRAILER $36 16 2G 61 OTHER TRUCKS $36 16 2G 61 TRANSIT MIXER $36.16 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $25 44 1 OILER $9.20 1 WELL DRILLER $18 00 1 Page 9 161 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 3/3/2010 Edition, Published March, 2010 163 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. NO X X X X X X X Supplemental to Wage Rates 2 3/3/2010 Edition, Published March, 2010 164 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator 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. See Contract Plans and Std. Plans for size and material type. X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28 14(3). X 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 sections and flat top slabs. See Std. Plans. X 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 3/3/2010 Edition, Published March, 2010 165 3 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18 Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X X X 20. 21. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting 22 Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault - For use with underground utilities. See Contract Plans for details. X 24. 25. 26. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. X Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ Lab. X Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used • X Supplemental to Wage Rates 3/3/2010 Edition, Published March, 2010 166 4 1 1 i 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02 3(25)A 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. 32 Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std Spec. Section 6-02.3(25)A 33 Monument Case and Cover See Std. Plan Supplemental to Wage Rates 3/3/2010 Edition, Published March, 2010 167 5 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. 35 Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication X 38 Light Standard -Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre -approved drawings. X 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans See Special Provisions for pre -approved drawings X 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. Supplemental to Wage Rates 3/3/2010 Edition, Published March, 2010 168 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator 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. NOTE: "* Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed X X Custom Message Std Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom End Sec Standard Sec ' 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46 Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 3/3/2010 Edition, Published March, 2010 169 7 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53 Fencing materials � �� .~ 54.Guide Posts ' �� .. 55. Traffic Buttons X5O. Epoxy X. 57. Cribbing �� ' .. 58. Water distribution materaks � ' X 59. Steel "H" piles °^ 0O. Steel pipe for concrete pile casings ------ --------- -- .. 61. Steel pile tips, standard � 62 Steel pile tips, custom X � Supplemental to Wage Rates 8 3/3/2010 Edition, Published March, 2010 170 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered. ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 LABORER $8 55 MACHINE OPERATOR $12.66 PAINTER $10.20 Counties Covered: BENTON 1 1 1 1 MACHINE OPERATOR $10.53 1 PAINTER $9 76 1 WELDER $16.70 1 1 Counties Covered: CHELAN FITTER $15 04 1 LABORER $9 54 1 MACHINE OPERATOR $9 71 1 PAINTER $9 93 1 WELDER $12.24 1 Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTER/WELDER $15.16 1 LABORER $11 13 1 MACHINE OPERATOR $10 66 1 PAINTER $11 41 1 Supplemental to Wage Rates 9 3/3/2010 Edition, Published March, 2010 171 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: CLARK FITTER $27 49 1E 6H LABORER $19.21 1E 6H LAYEROUT $28.77 1E 6H MACHINE OPERATOR $28 77 1E 6H PAINTER $25 31 1E 6H WELDER $26 89 1E 6H Counties Covered: COWLITZ MACHINE OPERATOR $25 33 1B 6V FITTER $25 33 1B 6V WELDER $25 33 1 B 6V Counties Covered: GRANT FITTER/WELDER $10 79 1 PAINTER $8 55 1 Counties Covered: KING FITTER $15 86 1 LABORER $9 78 1 I1 MACHINE OPERATOR $13 04 1 PAINTER $11 10 1 WELDER 15 48 , Counties Covered. KITSAP FITTER $26 96 1 I LABORER $8 55 1 MACHINE OPERATOR $13 83 1 WELDER $13 83 1 I 1 1 Supplemental to Wage Rates 10 1 3/3/2010 Edition, Published March, 2010 172 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: KLICKITAT, SKAMANIA, WAHKIAKUM FITTER/WELDER $16 99 1 LABORER $10 44 1 MACHINE OPERATOR _ $17.21 1 PAINTER $17 03 1 Counties Covered: PIERCE FITTER $15.25 1 LABORER $10 32 1 MACHINE OPERATOR $13.98 1 WELDER $13 98 1 Counties Covered. SNOHOMISH FITTER/WELDER $15 38 1 LABORER $9 79 1 MACHINE OPERATOR $8 84 1 PAINTER $9 98 1 Counties Covered. SPOKANE FITTER $12.59 1 LABORER $8 55 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10 80 1 Supplemental to Wage Rates 11 3/3/2010 Edition, Published March, 2010 173 Classification Code METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: THURSTON FITTER $27 10 2U 6T LABORER 16 91 2U 6T LAYEROUT $30 63 2U 6T MACHINE OPERATOR $20 86 2U 6T WELDER $24 74 2U 6T Counties Covered: WHATCOM FITTER/WELDER $13.81 1 LABORER $9 00 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10 31 1 MACHINE OPERATOR $11 32 1 PAINTER $12.00 1 WELDER $11 32 1 Supplemental to Wage Rates 12 3/3/2010 Edition, Published March, 2010 174 1 1 1 1 1 1 1 1 1 1 1 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03/03/2010 **************************************************************************************************** Classification Code (See Benefit Code Key) Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS ALL CLASSIFICATIONS $9 96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA 8 61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13 50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11 50 1 Counties Covered: KING ALL CLASSIFICATIONS $13.60 2K 5B Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered - SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM ALL CLASSIFICATIONS $13 67 1 CRAFTSMAN LABORER Counties Covered. YAKIMA $8.72 $8 55 Supplemental to Wage Rates 13 3/3/2010 Edition, Published March, 2010 175 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. 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. • 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) • 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) 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. Supplemental to Wage Rates 14 3/3/2010 Edition, Published March, 2010 176 1 1 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 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, 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 project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (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 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 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. Supplemental to Wage Rates 15 3/3/2010 Edition, Published March, 2010 177 (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 Toad 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 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. [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.] Supplemental to Wage Rates 16 3/3/2010 Edition, Published March, 2010 178 I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 03-03-2010 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER: ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C: THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND.THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS 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 HOURLY RATE OF WAGE. G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY .AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PMD AT DOUBLE THE HOURLY RATE OF WAGE. J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL 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. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O 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. 179 1 Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL 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. T 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 6.00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY 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. U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. V 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 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 5.00 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 APROVAL 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. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 180 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 2. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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. S. 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, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY T ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF PAY, AND THIS RATE SHALL INCLUDE HOLIDAY PAY 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. ✓ ALL HOURS WORKED ON SATURDAYS AND ON MAKE-UP 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. 181 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. X. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6.00 P.M. AND 6.00 A.M. AND ALL HOURS 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. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5 A. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). 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). 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). M. HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). 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 182 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2) 5 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). U PAID HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). ✓ PAID HOLIDAYS SIX (6) PAID HOLIDAYS. W PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)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). B. PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING.DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). 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). F PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). 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 (11). 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). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). J 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). L. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8) Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY_ PRESIDENTS' DAY 183 T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). ✓ PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). Y PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). 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 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 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 WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1 00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $0 75, LEVEL B $0 50, AND LEVEL C $0.25 M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A & B $1 00, LEVELS C & D $0.50 N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $1 00, LEVEL B $0 75, LEVEL C $0.50, AND LEVEL D. $0.25 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 $0.50 184 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima Yakima DFI - Phase 4; Pedestrian Streetside Improvements 8th Street - Chestnut Avenue to 'A' Street City Project No. 2284 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices NOTE. Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 185 ITEM NO. 1 ITEM PROPOSAL BID SHEET City of Yakima Yakima DFI - Phase 4 Pedestrian Streetside Improvements 8t1, Street - Chestnut Avenue to 'A' Street City Project No. 2284 2 3 4 5 6 7 8 9 SPCC PLAN 1-07.15 PROPOSAL ITEM PAYMENT SECTION QTY UNIT MOBILIZATION 1-09.7 1 LS UNIT PRICE DOLLARS PROJECT TEMPORARY TRAFFIC CONTROL 1-10.5 CLEARING AND GRUBBING 2-01.5 1 1 LS LS REMOVAL OF STRUCTURE AND OBSTRUCTION 2-02.5 10 11 12 13 14 15 16 17 18 19 20 21 SAW -CUT, PER INCH DEPTH 2-02.5 1 LS 1 LS REMOVING EXISTING CEMENT CONC. SIDEWALK 2-13.5 SAW CUTTING SIDEWALK MEET LINE 2-13.5 5,000 LF 350,0o AMOUNT DOLLARS 6c,. /,004.00 1, deo', 00 7, OGO. oa 970 SY UNSUITABLE EXCAVATION INCL. HAUL 2-03.5 ROADWAY EXCAVATION INCL. HAUL 2-03.5 80 LF 0.50 /3.00 50 CY CRUSHED SURFACING TOP COURSE 4-04.5 CRUSHED SURFACING BASE COURSE 4-04.5 ASPHALT TREATED BASE 4-06.5 HMA CL. 1/2in PG 64-28 5=04.5 PAVEMENT REPAIR 5-04.5 300 320 CY TON 800 TON 213 TON 250 TON PLANING BITUMINOUS PAVEMENT 5-04.5 20 SY INTERLOCKING CONCRETE PAVERS 5-06.5 1025 SY 3.00 /c1.00 350,00 5`8, cq,. oc t000coo I, 000.00 7,Ooo.ct7 2, 500. oo / Z, 610.00 25.00 2 i.00 /7.00 78.00 8(0.00 Z yo. 00 "100.00 7,500,00 7, "go co /3,60o.Ao %2.00 REMOVING AND REPLACING FRAME AND GRATE 7-05.5 CATCH BASIN TYPE 1 7-05.5 ESC LEAD 8-01.5 ROOT BARRIER 8-02.5 8200 SF 1 EA 3 12 EA DAY 3.00 7.00 1ro,6i4.00 ZI,5co.o0 30o, oo 1,gcD.00 50,00 1, Z'10,oc 3, 0/5.00 57,140.00 ?, 00. cc y, 200, o0 820 LF 187 9, o0 600.00 7r380.o0 YAKIMA DFI - 4 8th Street Improvements City Project #2284 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE AMOUNT DOLLARS DOLLARS 22 TREE GRATE 8-02.5 10 EA /, (000.00 / (o, 000.00 23 PRECAST CONCRETE PLANTER, 36 IN. DIAM 8-02.5 14 EA 7 410 , 00 11,060.00 24 PRECAST CONCRETE PLANTER, 42 IN. DIAM 8-02.5 2 EA 1,150.00 2,300.00 25 PSIPE. SCARLET SENTINEL MAPLE 8-02.5 8 EA 330.00 2, 60.00 26 PSIPE: CHANTICLEER FLOWERING PEAR 8-02.5 26 EA 2 q5.00 1, (7 o .00 27 PSIPE: AUTUMN BLAZE MAPLE 8-02.5 2 EA 1, 5 00.00 3 , 000.00 28 SOD INSTALLATION 8-02.5 200 SY 12.00 2,460.00 29 IRRIGATION SYSTEM 8-03.5 1 LS 3 q, OcO.00 3 4? doo . Oo 30 CEMENT CONC.TRAFFIC CURB AND GUTTER 8-04.5 1,135 LF /2.00 /3,eL0.00 31 CEMENT CONC SIDEWALK, 4 IN. THICK 8-14.5 1,050 SY 4/0.00 N2,000.00 32 CEMENT CONC SIDEWALK, 6 IN. THICK 8-14.5 140 SY H3.00 6,D2.0.00 33 SIGNPOST SOCKETS 8-14.5 12 EA /00.00 /, 200.00 34 CEMENT CONC. SIDEWALK RAMP TYPE 1A 8-14.5 5 EA $50.00 y, 250.00 35 PEDESTRIAN LIGHTING SYSTEM 8-20.5 1 LS 3, 4a'.A0 ?33o 0.00 36 TREE LIGHTING SYSTEM 8-20.5 1 LS `�''�JOGb� S'�/QG1D.d0 37 PLAZA LIGHTING SUPPORT POLES 8-20.5 13 EA /! 4 $D. 00 / y, 0 8/0.00I 38 SETTING REMOVABLE BOLLARD 8-20 5 1 EA 1450.00 ti 50.00 39 GABION WALL INCLUDING ROCK 8-24.5 i 76 CY 200.00 /5, Z00.00 40 REPAIR OR REPLACEMENT 8-30.5 1 FA $50,000 $50,000 TOTAL: ST 9.339.00 189 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BID BOND FORM Herewith find deposit In the form of a certified check, cashiers check, cash, or bid bond In the amount of $ e( 77f-,) ltwhich amount isnot less than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS' That we, Belsaas & Smith Construction, Inc. , as principal, and TIi ,tilers Cast ra1ty and azety Corrpany af F1ter.i , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, In the penal sum of Five pest of total apart hid 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 snail make any award to the Principal for Yakima DET — Phase 4; urian Sidawalk Imus , according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 3rd DAY OF a , 2010 rincipal Surety Kenneth ; Z . (Frick Attorney—in—Fact i TR , 20 Received return of deposit In the sum of $ 191 1 1 1 1 1 1 1 1 1 1 1 1 TRAVELERSJ Attorney -In Fact No. WARNING• THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 218701 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 003516829 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Donna S. Martinez, Kenneth J. Frick, and Alex B. Hodge of the City of Yakima State of Washington , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Comp ani es s have caused this instrument to be signed and their corporate seals to be hereto affixed, this 2nd Marcday of State of Connecticut City of Hartford ss. ‘'1 977 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 6 SSliL; D By P1Y Np w>C1 . O CNN. Georg :yt Thompson, ice President On this the 2nd day of March 2010 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2011. 58440-4-09 Printed in U.S.A. Mane C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 1 1 1 1 1 1 1 1 1 1 1 1 1 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Compa,y, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -m -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is m writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obhgatory in the nature of a bond, recogmzance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointmg Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Manne Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 3rd day of June ,2010, Kori M. Johansdo(Assistant Secretary To venfy the authenticity of tlus Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. 1 1 1 1 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 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 undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2 That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration NOTICE TO ALL BIDDERS To report bid rigging activities call: I -800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8 00 a.m to 5 00 p m , Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other -fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General All information will be treated confidentially and caller anonymity will be respected. NON-DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows. (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following employment, upgrading, demotion, or transfer; recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 195 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list.subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name d iv e At asz , 5. ,s'Ga?"-cT/2 Item Numbers 35, 5(2,37(EtacrattAt,) Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor: $.N• (1.2.3.45J24,64_zw/R /9,2br2L, ,Zyi33,3�Z,38,39 Ha ) Prime Contractor Name 136GS03141 rf SV771 CON -Si -1z uc-a-.ca.0 L. Item Numbers /Z, 3Ys 7 8 `l lo,11,iZ,18,19,20,2L,t3,ty 33,.1j,iB,59,y0 r 197 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima -that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished This statement of .policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. 199 RESOLUTION NO. D - 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the. recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS',, it is the intention of the City of Yakima that Women. And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for. parti- cipation,in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:. The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. � ADOPTED BY. THE CITY COUNCIL this 3,q tti day of 1983. ATTEST: 1 1 1 1 1 1 1 1 1 City Clerk 200 AFFIRMATIVE ACTION PLAN The bidders, contractors and, subcontractors will not be eligible for award of a contract under this Advertisement. for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on. projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid. Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps. a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore If suchworker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor e The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual, by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources, by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g 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 201 students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications, selection requirements, tests, etc. j The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 202 1 1 1 1 1 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: pF 5 Yh zD1 OHSr at•c7l,/V, knee . certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract L4-Bo72eR , EQuiP►VLe-Axr oPEi2ATCAS , QK Artw s et,ASGera.s t and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being' L *gOIMA EGA.,&Pn r oPex44-renes,� v-cuc Os2.u✓I,c.s , G.Ge02..5 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. (Signat d Representative of Bidder) re of Authorize 203 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 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. 205 It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the Director Office of Federal Contractor Compliance U S Department of Labor Washington, D.0 20210 and shall be forwarded through and with the endorsement of the agency head Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 206 1 1 1 1 1 1 1 1 1 1 1 1 PROPOSAL Yakima DFI - Phase 4; Pedestrian Streetside Improvements 8th Street — Chestnut Avenue to 'A' Street City Project No. 2284 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH 0 IN THE AMOUNT OF CASHIER'S CHECK 0 DOLLARS CERTIFIED CHECK D ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND 0 IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) �. & SIGNATURE OF THORIZED FICIAL(s) se9. 9a - 97-Y - PHONE NUMBER FIRM NAME &l ,645 rk_Saa 7,I / OpfSr L Z .4j,.Z'G. (ADRESS) /O3g• 1/4%4001 Sii c' `i' /PO•'•Y9o�-.�s 47.«-...tas80.Q6, W * 9 g9a4 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER ReS 5' tSCA13OJ/ Note: FEDERAL ID No. 1 9 I / WO I O .I S' I. 1319-191,41 WA STATE EMPLOYMENT SECURITY REFERENCE NO. '/6o „ 3 C 0 ,s- (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 207 BELSASC0330H EVIDENCE OF AUTHORITY TO SIGN P.O. BOX 926 ELLENSBURG, WA 98926 509.925.9747 • FAX 509.962.3031 Belsaas & Smith Construction, Inc. is a corporation duly organized under the laws of the State of Washington and the corporation does hereby acknowledge, constitute and appoint Russ Belsaas known to be President, Brandon Drexler known to be Vice President and Bryan Nelson known to be Secretary and Treasurer of corporation in the City of Ellensburg, State of Washington, its true and lawful officers each in their separate capacity, to sign, execute, seal and acknowledge any and all bid bonds, performance bonds, bid documents, contract documents obligatory in the nature thereof on behalf of the Corporation in their business of guaranteeing the performance of bidding contracts, contracts, bid bonds, performance bonds and related undertakings required in the nature of procuring contracts. IN WITNESS WHEREOF, the Corporation has caused this instrument to be signed and its corporate seal to be hereto affixed this peri*- day of c__ ,i/rJ . BELSAAS & SMITH CONSTRUCTION, INC. Russ Belsaas, President Brandon Drexler, Vice President B yan Nelson, Secretary and Treasurer State of Washington ss. County of Kittitas On this i•--'1‘" day of „�(jj0 , before me personally appeared Russ Belsaas Dre known to me as President, Bran on xa- known to me as Vice President and Bryan Nelson known to me as Secretary and Treasurer all of Belsaas & Smith Construction, Inc. and that they as such, being authorized to do so, execute the foregoing instrument for the purpose therein contained by signing on behalf of the corporation as duly authorized officers. IN WITNESS WHEREOF, I hereunto set my hand and official seal as a Notary Public in Washington. Pamela Hillemann, Notary Public My Commission expires the 6' day of z3 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information at time of bid WILL NOT render the bid non-responsive D. BIDDER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder F. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder Failure to provide this information WILL NOT render the bid non-responsive The following forms are to be executed after the contract is awarded. A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her surety company C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07 18 (APWA) of the Standard Specifications and Special Provisions D. DOT Form 420-004EF Refer to Required Contract Provisions Federal -Aid Construction Contracts FHWA-1273 209 NM 1 M I I M I I E MN IMINI ® O MN M M E MN CENTRAL 712 TRUCK B 1/2" ROUNDABOUT CENTRAL ISLAND CEMENT CONCRETE CURB FACE OF CURB MATCH ROADWAY TOP OF SLOPE ROADWAY 1/2" R VARIES 12" TO 24" VARIES 10" TO 22" (SEE CONTRACT) LEVEL/ o • TRUCK a ROUNDABOUT LANE APRON 1/2" R TOP OF APRON 7" FACE OF CURB 1/2" R. TOP OF ROADWAY TRUCK APRON 1/2" R. TOP OF APRON o- ROUNDABOUT LANE CROSS SLOPE ROUNDABOUT TRUCK APRON CEMENT CONCRETE CURB FACE OF CURB 1" R. MATCH 1/2" R. ROADWAY SLOPE c TOP OF ROADWAY DUAL -FACED CEMENT CONCRETE TRAFFIC CURB AND GUTTER VARIES 12" TO 24" FACE OF CURB (SEE CONTRACT) FACE OF CURB 1 R. - LEVEL 1" R it TOP OF ROADWAY DUAL -FACED CEMENT CONCRETE TRAFFIC CURB 6 1/2" FACE OF CURB 1" R. - MATCH ROADWAY SLOPE TOP OF 1/2" R. ROADWAY 10" 7" 3" GENERAL NOTE See Standard Plan F-3 for Curb Expansion and Contraction Joint spacing. 12" ROUNDABOUT LANE FACE OF CURB 12" R. 1' - 10" 12"R TOP OF O ROADWAY TD o- ROUNDABOUT LANE CROSS SLOPE ROUNDABOUT TRUCK APRON CEMENT CONCRETE CURB AND GUTTER CEMENT CONCRETE TRAFFIC CURB AND GUTTER CEMENT CONCRETE TRAFFIC CURB TOP OF ROADWAY LEVEL 1/2" R. it to y0 a« FLUSH WITH GUTTER PAN AT SIDEWALK RAMP ENTRANCE DEPRESSED CURB SECTION AT SIDEWALK RAMPS AND DRIVEWAY ENTRANCES 812" FACE OF CURB 1" R. VARIES FROM 8" TO 0, MAINTAIN 1H:6V SLOPE ON SIDE OF CURB MATCH ROADWAY SLOPE TOP OF 1/2" R. ROADWAY 7 114' FACE OF CURB 12' R 1/2" R. VARIES FROM 6" TO 0 TOP OF ROADWAY MOUNTABLE CEMENT CONCRETE TRAFFIC CURB 1" R. CEMENT CONCRETE SIDEWALK OR ASPHALT CONCRETE PASSAGEWAY 1/4" PREMOLDED JOINT FILLER (WHEN ADJACENT TO CEMENT CONCRETE SIDEWALK) CEMENT CONCRETE PEDESTRIAN CURB 1" R. CEMENT CONCRETE SIDEWALK RAMP, LANDING, OR DRIVE- WAY ENTRANCE 8' 1/4" PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT SIDEWALK RAMPS & LANDINGS, AND DRIVEWAY ENTRANCES EXPIRES JULY 27, 2007 CEMENT CONCRETE CURBS STANDARD PLAN F-10.12-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Kevin J. Dayton 12-20-06 SOPA STA DFSIDN EMPOWER MTF Wmhlnpbn Slum DnpvrlmrX of hmupMnllon JIM N 11M1 _1 1 111111 = M ® - MI E MN N 12" R. Zr c 13' -0114 - FACE OF CURB 8 112" 13" 512" 1" (1.08') 2'-1012" CENTERLINE OF FRAME & GRATE - SEE NOTE 2 3" RECESS 12" MATCH ROADWAY SLOPE 5'-0"R. 5'-0"R. 5' - 0" R. SLOPE THE GUTTER PAN DOWN TO THE RECTANGULAR FRAME 12" R. SECTION O TOP OF ROADWAY GUTTER PAN PLAN VIEW 5' - 0" R. CEMENT CONCRETE CURB AND GUTTER RECTANGULAR FRAME AND GRATE - NOT INCLUDED IN CURB AND GUTTER BID ITEM NOTES CATCH BASIN GUTTER PAN 1 The intent of this design is to facilitate the compaction of Hot Mix Asphalt pavement adjacent to a drainage structure. 2. The centerline of the drainage structure may differ from the centerline of the frame and grate. ADJUSTMENT SECTION - NOT INCLUDED IN CURB AND GUTTER BID ITEM DRAINAGE STRUCTURE - NOT INCLUDED IN CURB AND GUTTER BID ITEM EXPIRES JULY 27, 2007 011 B illi CEMENT CONCRETE CURB AND GUTTER PAN STANDARD PLAN F-10.16-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION s Kevin J. Dayton 12-20-06 .TATEa81OMEIMRIErr gr,TEi Wmhinpbn Sinn O.parnMMM M Tromporlalkn RADIUS PONT OF SIDEWALK RAMP AND CURB RETURN (TYP,) SIDEWALK Ner- y 1 ; ; PLAN VIEW LAYOUT 1 SEE NOTE 2 CEMENT CONC. SIDEWALK RAMP TYPE 1 u 1 1 1 r I- V M r 1111 11 SIDEWALK 2' - 0" — DETECTABLE WARNING PATTERN (SEE DETAIL) CEMENT CONCRETE SIDEWALK 3 m i SECTION (A ) 8' - 0" MIN. 296 MAT, CEMENT CONCRETE SIDEWALK SECTION 12' - 0" MIN. TOP OF ROADWAY DEPRESSED CURB & GUTTER (SEE NOTE 8) TOP OF ROADWAY CEMENT CONCRETE CURB & GUTTER (SEE NOTE 8) ti/1 2% MAK CEMENT CONCRETE SIDEWALK SECTION TOP OF 11" ROADWAY CEMENT CONCRETE CURB & GUTTER (SEE NOTE 8) PLAN VIEW LAYOUT 2 SEE NOTE 2 BACK EDGE OF SIDEWALK IS PARALLEL _ TO APPROACH ROADWAY (TVP.) CEMENT CONC. SIDEWALK 'RAMP TYPE 1 (rYP,) CEMENT CONC. SIDEWALK RAMP TYPE 1 SIDEWALK PLAN VIEW LAYOUT 3 SEE NOTE 2 3/8' EXPANSION JOINT (TVP.) (SEE — STD. PLAN P-30.10) CURB, OR CURB AND GUTTER CEMENT CONCRETE SIDEWALK RAMP TYPE 1 CROSSWALK 1 - PLAN VIEW SIDEWALK RAMP TYPE 1 FOR LAYOUTS 1, 2 & 3 DETECTABLE WARNING PATTERN (SEE DETAIL) CURB AT FACE OF CURB 2'-0" NOTES 1 The bottom of the ramp shall have a level area (not in excess of 2% in any direction), 4' x 4' 2, Layouts 1, 2, & 3 requiretwo(2) of this bid item: "Cement Conn Side- walk Ramp Type 1" The bid item does not include the adjacent Curb (or Curb & Gutter), or Sidewalk. 3, Ramp slopes shall not be steeper than 12H:1V, 4. To the maximum extent feasible, ramp cross slopes shall not exceed 2%, 5. Avoid placing drainage structures, junction boxes or other obstructions in front of ramp access areas, 6. Curb & Gutter is shown, see the Contract Plans for the curb design specified. See Standard Plan F-10.12 for curb details, 7. See Standard Plan F-30.10 for sidewalk joint placement and details. PLAN -11 t-1 1"D MIN, MAX A 1 5/8" 2 3B" a 1 1/2' C 7/15" D 7/8' 1 7118' THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR DETECTABLE WARNING PATTERN DETAIL ISOMETRIC VIEW EXPIRES JUNE IR, 2068 } SIDEWALK RAMP TYPE 1 WITH LAYOUTS STANDARD PLAN F-40.10-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakatich fU 10-05-07 ,�� lUTEDeagaa4oulWn [An -l/ Wmhtnpbn Smiss Cmpsweness1 dTrompormIon M MO M MR M M NM M W M ' MI I M INN FRAME AND VANED GRATE 3p, 6" OR 12" #3 BAR EACH CORNER #3 BAR EACH SIDE #3 BAR EACH WAY ONE #3 BAR HOOP FOR 6" HEIGHT TWO #3 BAR HOOPS FOR 12" HEIGHT RECTANGULAR ADJUSTMENT SECTION �Nx0tior;, ,��61 FHo PRECAST BASE SECTION IF 6) PIPE ALLOWANCES PIPE MATERIAL MAXIMUM INSIDE DIAMETER REINFORCED OR PLAIN CONCRETE 12" ALL METAL PIPE 15" CPSSP * (STD. SPEC. 9-05.20) 12" SOLID WALL PVC (STD. SPEC 9-05.12(1)) 15" PROFILE WALL PVC (STD. SPEC. 9-05.12(2)) 15" * CORRUGATED POLYETHYLENE STORM SEWER PIPE #3 BAR EACH CORNER 18" MIN. #3 BAR HOOP NOTES 1 As acceptable altematives to the rebar shown in the PRECAST BASE SECTION, fibers (placed according to the Standard Specifications), or wire mesh having a minimum area of 0.12 square inches per foot shall be used with the minimum required rebar shown in the ALTERNATIVE PRECAST BASE SECTION. Wire mesh shall not be placed in the knockouts. 2. The knockout diameter shall not be, greater than 20". Knockouts shall have a wall thickness of 2" minimum to 2.5" maximum. Provide a 1.5" minimum gap between the knockout wall and the outside of the pipe. After the pipe is installed, fill the gap with joint mortar in accordance with Standard Specification 9-04.3. 3. The maximum depth from the finished grade to the lowest pipe invert shall be 5'. 4. The frame and grate may be installed with the flange up or down. The frame may be cast into the adjustment section. 5. The Precast Base Section may have a rounded floor, and the walls may be sloped at a rate of 1:24 or steeper. 6. The opening shall be measured at the top of the precast base section. 7. All pickup holes shall be grouted full after the basin has been placed. SEE NOTE 1 ALTERNATIVE PRECAST BASE SECTION EXPIRES JULY I. 2007 I a tr nirg CATCH BASIN TYPE 1 STANDARD PLAN B-5.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 06-01-08 MATE o awx ENoixea nkh Wmldnpbn Stale Dwern.«x.f Trex.p..l.n.n IIIIIII R I 1- 1 a-- 1---- s_ M NM L 29 1/4" BOLT -DOWN HOLE (TYP ) - 5/8" - 11 NC, SEE DETAIL & NOTE 2 TOP 24 1/4" SECTION OA NOTES 1. This frame is designed to accommodate 20" x 24" grates or covers as shown on Standard Plans B-30.20, B-30.30, B-30.40 and B-30.50. 2. When bot -down grates or covers are specified in the Contract, provide two holes in the frame that are vertically aligned with the grate or cover slots. Tap each hole to accept a 5/8" - 11 NC x 2" alien head cap screw. Location of bolt down holes varies among different manufacturers. 3. Refer to Standard Specification 9-05.15(2) for additional requirements. 7/8" 1/8" 2 1/2" FRAME CAST INTO PRECAST ADJUSTMENT SECTION - SEE STANDARD PLAN B-30.90 FOR ADJUSTMENT SECTION DETAILS DETAIL OB RECESSED ALLEN HEAD CAP SCREW 5/8"-11 NCx2" GRATE FRAME FLANGE UPWARD ISOMETRIC VIEW SHOIMNG THE VARIATIONS SECTION BOLT -DOWN DETAIL SEE NOTE 2 EXPIRES JULY 1, 2007 RECTANGULAR FRAME (REVERSIBLE) STANDARD PLAN B-30.10-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso . 06-08-06 MATE OEM. MONISM MW wmhInpl n Selo D.p.tlm.nl el rrmupnMlb" a■- -- I— r N MN M MI --— EN 1 a— s 24" SLOT - SEE DETAIL AND NOTE 1 1" OPENING (TYP.) NOTES 1 When bolt -down grates are specified in the Contract, provide two slots In the grate that are vertically aligned with the holes in the frame. Location of bolt -down slots varies among different manufacturers. 2. Refer to Standard Specification 9-05.15(2) for additional requirements. 3. For Frame details, see Standard Plan B-30.10. 4. The thickness of the grate shall not exceed 1 5/8" 1 1/4" BOLT -DOWN SLOT DETAIL SEE NOTE 1 TOP ISOMETRIC EXPIRES JULY I, 2007 RECTANGULAR HERRINGBONE GRATE STANDARD PLAN B-30.50-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 06-01-06 RA. DUNN BIDIMEDI T wmhinpia, nolo Deportment of TrmvpMoMn — M— RR s— M— EN 1— M- N NM MS 1— MB In SEDIMENT AND DEBRIS OVERFLOW BYPASS BELOW INLET GRATE DEVICE SECTION VIEW NOT TO SCALE DRAINAGE GRATE - RECTANGULAR GRATE SHOWN NOTES 1. Size the Below Inlet Grate Device (BIGD) for the storm water structure it wilt service. 2. The BIGD shall have a built-in high-flow relief system (overflow bypass). 3. The retrieval system must allow removal of the BIGD without spilling the collected material. 4. Perform maintenance in accordance with Standard Specification 8-01.3(15). RETRIEVAL SYSTEM (TYP.) BELOW INLET GRATE DEVICE ISOMETRIC VIEW OVERFLOW BYPASS (TYP.) STATE OF WASHINGTON REGISTERED LANDSCAPE ARCHITECT MARK W. MAURER CERTIFICATE NO. 000588 Imre imapuraiNar,....ExcenEtawarnar- twerArrmatcrxwocumwe nenwiw. 9YaVMnce4G. Gia AgiT 7p.0.01.e,11,7W/eEAT.VAMMW09 >RATEMFF ONEVE FTDHNVWEAROR AOPrN1TeEexw.maNumol. STORM DRAIN INLET PROTECTION STANDARD PLAN 1-40.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakoflch 111 09-20-07 ,TGIF REGION ENGINEERNSW MTI W th ngoon SWIG Depo W...I of Trempwf,ron s V M M — 1 N NM N — I I — — — — s— MN Unit A - 2 cell gabion = 6' Unit B - 3 cell gobion = 9' Unit C - 4 cell gobion = 12' TYPICAL GABION CROSS -CONNECTING WIRE PLACEMENT, END CELLS LACING DETAIL Single loop Double loop Single loop Six independent wires encompossed FASTENING ADJACENT BASKETS TWISTED FABRIC Three vertical and two horizontal wires encompassed CROSS CONNECTING WIRE PLACMENT, INTERIOR CELLS OF FRONT GABIONS WELDED FABRIC 1 EXPIRES JULY I, 1999 Pin 5 GABIONS STANDARD PLAN D-6 APPROVED FOR PUBLICATION Clifford E. Mansfield 6/19/98 DEPUTY STATE DESIGN ENGINEER DATE WASHINGTON STATE DEPARTMENT DE TRANSPORTATION OIYMP[A. WASHINGTON NM NE MS N I I MN I NM all M 11111 1 1 M = GENERAL NOTES 200 AMP TYPE 120/24014 SERVICE CABINET 1. SEE STANDARD SPECIFICATION 9-29.24, SERVICE CABINETS. 2. HINGES SHALL HAVE STAINLESS STEEL OR BRASS PINS. 3. CABINETS SHALL BE RATED NEMA 3R AND SHALL INCLUDE TWO RAIN TIGHT VENTS. 4. METERING EQUIPMENT DOOR SHALL BE PAD LOCKABLE. EACH DOOR SHALL BE GASKETED. INSTALL BEST CX CONSTRUCTION CORE ON RIGHT DOOR. SEE DOOR HINGE DETAIL, SHEET 1 OF 1 5. THE FOLLOWING EQUIPMENT WITHIN THE SERVICE ENCLOSURE SHALL HAVE AN APPROPRIATELY ENGRAVED PHENOUC NAME PLATE ATTACHED WITH SCREWS OR RIVETS: KEY NUMBERS 2, 3, 4, 6, 7, 8, 9 AND 18. KEY NUMBER 4 NAME PLATE SHALL READ: "PHOTOCELL BYPASS TEST ON" AND "PHOTOCELL TEST OFF -AUTOMATIC" SEE SERVICE CABINET DETAIL. 8. METERING ARRANGEMENTS VARY WITH DIFFERENT SERVING UTILITIES. THE UTILITY MAY REQUIRE METER BASE MOUNTING IN THE ENCLOSURE, ON THE SIDE OR ON THE BACK OF THE ENCLOSURE. THE UTIUTY MAY REQUIRE THE DIMENSION BETWEEN THE DOOR AND THE FRONT OF THE SAFETY SOCKET BOX TO BE LESS THAN THE 11 INCHES SHOWN IN THE LEFT SIDE- SAFETY SOCKET BOX MOUNTING DETAIL THE CONTRACTOR SHALL VERIFY THE SERVING UTIUTYS REQUIREMENTS PRIOR TO FABRICATION OF AND INSTALLING THE SERVICE EQUIPMENT 7 DIMENSIONS SHOWN ARE MINIMUM AND SHALL BE ADJUSTED TO ACCOMMODATE THE VARIOUS SIZES MOUNTING BLOCK OF EQUIPMENT INSTALLED. (TYP.) - SEE DETAIL 8. ALL BUSSWORK SHALL BE HIGH GRADE COPPER AND SHALL EQUAL OR EXCEED THE MAIN BREAKER RATING. ALL BREAKERS SHALL BOLT ONTO THE BUSSWORK. JUMPERING OF BREAKERS SHALL NOT BE ALLOWED. BUSSWORK SHALL ACCOMMODATE ALL FUTURE EQUIPMENT AS SHOWN IN THE BREAKER SCHEDULE. 9. THE PHOTOCELL UNIT SHALL BE CENTERED IN THE PHOTOCELL ENCLOSURE TO PERMIT 360 DEGREE ROTATION OF THE PHOTOCELL WITHOUT REMOVAL OF THE PHOTOCELL UNIT OR THE PHOTOCELL ENCLOSURE. 10. ALL INTERNAL WIRE RUNS SHALL BE IDENTIFIED WITH "TO - FROM" CODED TAGS LABELED WITH THE CODE LETTERS AND/OR NUMBERS SHOWN ON THE SCHEDULES. APPROVED PVC OR POLYOLEFIN WIRE MARKING SLEEVES SHALL BE USED. 11. ALL NUTS, BOLTS AND WASHERS USED FOR MOUNTING THE PHOTOCELL ENCLOSURE SHALL BE STAINLESS STEEL 12. A 1% TOLERANCE IS ALLOWED FOR ALL DIMENSIONS. 13. UNISTRUT TYPE CHANNEL AND MOUNTING HARDWARE COMPONENTS SHALL BE STAINLESS STEEL. CONDUIT CLAMPS SHALL BE HOT DIPPED, GALVANIZED STEEL OR STAINLESS STEEL 14. INSTALL CONDUIT COUPLINGS ON ALL CONDUITS. PLACE COUPUNGS FLUSH WITH TOP OF CONCRETE FOUNDATION. 15. NOTE 15 HAS BEEN DELETED. 18. THE METER BASE PORTION OF THIS SERVICE WAS DESIGNED TO MEET METERING PORTION OF EUSERC DRAWING 309 REQUIREMENTS. 17 WHEN USING ALTERNATE DOOR HINGE: REMOVE HINGE PIN PRIOR TO WELDING HINGE TO CABINET AND PRIOR TO HOT DIP GALVANIZING CABINET AFTER GALVANIZING, REPLACE PIN WITH BRASS PIN AND SOLDER IN PLACE. 18. VERIFY THE SERVICE UTILITY STAND-OFF DIMENSION. ADJUST THE REMOVABLE PANEL TO THE MEASUREMENT PROVIDED BY THE UTIUTY COMPANY AFTER ADJUSTMENT, CUT OFF ALL -THREAD BOLTS SO THAT NO LESS THAN 2 AND NO MORE THAN 3 FULL THREADS EXTEND PAST THE FACE OF THE NUTS DRAWN BY MARK SUJKA LEFT SIDE REMOVABLE MOUNTING PANEL SEE DOOR HINGE DETAIL 8" 1.-10" SERVICE CABINET DETAIL INSIDE FACE OF DOOR FRONT SLIDE LATCH 21 PHOTOCELL BYPASS TEST ON PHOTOCELL TEST pFr-AuTOMATc 18 12" WELD TO EACH END 3/8" 3132 Typ OF MOUNTING BLOCK 3/32 2" x 3" END PLATE 1/2" UNC S.S.• 8" LONG ALL -THREAD, 8 PLACES (TYP.) - CUT OFF AFTER •AJUSTMENT, SEE NOTE 18 LD / � 1T, FRONT SURFACE OF SAFETY SOCKET BOX �� THREE 1/2" S.S. NUT (TYP.) WASHER - EACH SIDE OF THE PANEL PLACE NUT AGAINST END PLATE BEFORE WELDING FRONT VIEW STAND-OFF DIMENSION 1 12" (TYP.) - SEE NOTE 18 FOUR 1/4-20 S.S. PANHEAD PHILLIPS MACHINE SCREWS, WASHERS, ,AND NUTS - TOP AND BOTTOM, SPACED EVENLY 12 GA REMOVABLE PANEL 12" RETURN - WELD AT CORNERS LEFT SIDE- SAFETY SOCKET BOX MOUNTING DETAIL 1/4" x 1 1/4" CLOSED CELL NEOPRENE GASKET CABINET DOOR DOOR HINGE DETAIL ALTERNATE FOR TYPE B MODIFIED CABINET SEE NOTE 17 VIEW B -B DOOR HINGE 2" HIGH x 2' OPEN 318" BARREL PIANO HINGE CABINET OR PANEL WALL TYP TYP PANEL DOOR 1/4" x 5/8" NEOPRENE GASKET DOOR HINGE DETAIL Tqr SIDE VIEW MOUNTING BLOCK DETAIL 12 GA - MATERIAL TO BE THE SAME AS CABINET MATERIAL SIGNAL CKT r 18 SPARE CKT �h 120240 VAC KEY O METER BASE PER SERVING UTILITY REQUIREMENTS. AS A MINIMUM, THE METER BASE SHALL BE SAFETY SOCKET BOX WITH FACTORY INSTALLED TEST BYPASS FACILITY THAT MEETS THE REQUIREMENTS OF EUSERC DRAWING 305. 0 MAIN BREAKER (SEE BREAKER SCHEDULE) O3 PHOTOCELL BREAKER (SPST 15 AMP -120240 VOLT) O4 TEST SWITCH (SPDT SNAP ACTION, POSITIVE CLOSE 15 AMP - 120/277 VOLT - T RATED) 05 PHOTOELECTRIC CONTROL STD. SPEC. 8-29.11(2) O BRANCH BREAKER (SEE BREAKER SCHEDULE) O7 SIGNAL BREAKER (SEE BREAKER SCHEDULE) 0 CONTACTOR (SEE BREAKER SCHEDULE) ® RECEPTACLE BREAKER (SPST 20 AMP -120240 VOLT) 10 RECEPTACLE, GROUNDED (GFCI 20 AMP - 125 VOLT) 11 NEUTRAL BUSS, 14 LUG COPPER 12 PHOTOCELL ENCLOSURE - ENCLOSURE TO BE FABRICATED FROM 5/8" EXPANDED STEEL MESH WITH WELDED SEAMS AND MOUNTING FLANGES. HOT DIP GALVANIZED AFTER FABRICATION. TYPE 5052 - H32 ALUMINUM WITH 5/8" x 5/8" OPENINGS EQUIVALENT TO 518" EXPANDED STEEL MESH MAY BE USED AS ALTERNATIVE MATERIAL SEE PHOTOCELL ENCLOSURE MOUNTING DETAIL, SHEET 2 OF 2. 13 HINGED FRONT FACING DOOR WITH 4" x 4' MIN. POUSHED WIRE GLASS WINDOW 14 HINGED DEAD FRONT WITH 1/4 TURN FASTENERS OR SUDE LATCH. 15 17 18 19 21 PHOTOCELL BYPASS TEST ON h �T ILLCKTA h IE ILL CKT = SIZE PER NEC. MINIMUM SIZE 92 WIRING SCHEMATIC CABINET MAIN BONDING JUMPER. BUSS SHALL BE 4 LUG TINNED COPPER. SEE CABINET MAIN BONDING JUMPER DETAIL ON SHEET 2 OF 2. SPARE BRANCH BREAKER (DPST 20AMP-120240 VOLT)' METAL WIRING DIAGRAM HOLDER 1/4" DIAMETER DRAIN HOLE. DRILL BEFORE GALVANIZING. MOUNTING HOLE. SEE SERVICE CABINET MOUNTING DETAILS. 18 CIRCUIT PANEL BOARD - MINIMUM SIZE WITH SEPARATE MAIN BREAKER. LABEL CABINET WITH BUSSWORK RATING. PHOTOCELL TEST OFF -AUTOMATIC EXPIRES MAY 5. 2005 EMI SERVICE CABINET TYPE B MODIFIED (0 - 200 AMP TYPE 120/240 SINGLE PHASE) STANDARD PLAN J -3b SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Harold J. Peterfeso 03-04-05 01/2005 REVISED SAFETY SOCKET BOX MOUNT INC DETAIL EB DATE REVISION BY STA DEM. MOINE. PATE WooDIntroo Lor Deportment of Trs. ponalbn . 14 2MIN. 0 11B° • ° 11' - e Lr y :i AFI (3) - ° SEE NOTE 8 BARRIER—. ° PANEL 19 10 20 p, ``e,, TT ° COMOUNTING 'lel TT C 11 1.-10" SERVICE CABINET DETAIL INSIDE FACE OF DOOR FRONT SLIDE LATCH 21 PHOTOCELL BYPASS TEST ON PHOTOCELL TEST pFr-AuTOMATc 18 12" WELD TO EACH END 3/8" 3132 Typ OF MOUNTING BLOCK 3/32 2" x 3" END PLATE 1/2" UNC S.S.• 8" LONG ALL -THREAD, 8 PLACES (TYP.) - CUT OFF AFTER •AJUSTMENT, SEE NOTE 18 LD / � 1T, FRONT SURFACE OF SAFETY SOCKET BOX �� THREE 1/2" S.S. NUT (TYP.) WASHER - EACH SIDE OF THE PANEL PLACE NUT AGAINST END PLATE BEFORE WELDING FRONT VIEW STAND-OFF DIMENSION 1 12" (TYP.) - SEE NOTE 18 FOUR 1/4-20 S.S. PANHEAD PHILLIPS MACHINE SCREWS, WASHERS, ,AND NUTS - TOP AND BOTTOM, SPACED EVENLY 12 GA REMOVABLE PANEL 12" RETURN - WELD AT CORNERS LEFT SIDE- SAFETY SOCKET BOX MOUNTING DETAIL 1/4" x 1 1/4" CLOSED CELL NEOPRENE GASKET CABINET DOOR DOOR HINGE DETAIL ALTERNATE FOR TYPE B MODIFIED CABINET SEE NOTE 17 VIEW B -B DOOR HINGE 2" HIGH x 2' OPEN 318" BARREL PIANO HINGE CABINET OR PANEL WALL TYP TYP PANEL DOOR 1/4" x 5/8" NEOPRENE GASKET DOOR HINGE DETAIL Tqr SIDE VIEW MOUNTING BLOCK DETAIL 12 GA - MATERIAL TO BE THE SAME AS CABINET MATERIAL SIGNAL CKT r 18 SPARE CKT �h 120240 VAC KEY O METER BASE PER SERVING UTILITY REQUIREMENTS. AS A MINIMUM, THE METER BASE SHALL BE SAFETY SOCKET BOX WITH FACTORY INSTALLED TEST BYPASS FACILITY THAT MEETS THE REQUIREMENTS OF EUSERC DRAWING 305. 0 MAIN BREAKER (SEE BREAKER SCHEDULE) O3 PHOTOCELL BREAKER (SPST 15 AMP -120240 VOLT) O4 TEST SWITCH (SPDT SNAP ACTION, POSITIVE CLOSE 15 AMP - 120/277 VOLT - T RATED) 05 PHOTOELECTRIC CONTROL STD. SPEC. 8-29.11(2) O BRANCH BREAKER (SEE BREAKER SCHEDULE) O7 SIGNAL BREAKER (SEE BREAKER SCHEDULE) 0 CONTACTOR (SEE BREAKER SCHEDULE) ® RECEPTACLE BREAKER (SPST 20 AMP -120240 VOLT) 10 RECEPTACLE, GROUNDED (GFCI 20 AMP - 125 VOLT) 11 NEUTRAL BUSS, 14 LUG COPPER 12 PHOTOCELL ENCLOSURE - ENCLOSURE TO BE FABRICATED FROM 5/8" EXPANDED STEEL MESH WITH WELDED SEAMS AND MOUNTING FLANGES. HOT DIP GALVANIZED AFTER FABRICATION. TYPE 5052 - H32 ALUMINUM WITH 5/8" x 5/8" OPENINGS EQUIVALENT TO 518" EXPANDED STEEL MESH MAY BE USED AS ALTERNATIVE MATERIAL SEE PHOTOCELL ENCLOSURE MOUNTING DETAIL, SHEET 2 OF 2. 13 HINGED FRONT FACING DOOR WITH 4" x 4' MIN. POUSHED WIRE GLASS WINDOW 14 HINGED DEAD FRONT WITH 1/4 TURN FASTENERS OR SUDE LATCH. 15 17 18 19 21 PHOTOCELL BYPASS TEST ON h �T ILLCKTA h IE ILL CKT = SIZE PER NEC. MINIMUM SIZE 92 WIRING SCHEMATIC CABINET MAIN BONDING JUMPER. BUSS SHALL BE 4 LUG TINNED COPPER. SEE CABINET MAIN BONDING JUMPER DETAIL ON SHEET 2 OF 2. SPARE BRANCH BREAKER (DPST 20AMP-120240 VOLT)' METAL WIRING DIAGRAM HOLDER 1/4" DIAMETER DRAIN HOLE. DRILL BEFORE GALVANIZING. MOUNTING HOLE. SEE SERVICE CABINET MOUNTING DETAILS. 18 CIRCUIT PANEL BOARD - MINIMUM SIZE WITH SEPARATE MAIN BREAKER. LABEL CABINET WITH BUSSWORK RATING. PHOTOCELL TEST OFF -AUTOMATIC EXPIRES MAY 5. 2005 EMI SERVICE CABINET TYPE B MODIFIED (0 - 200 AMP TYPE 120/240 SINGLE PHASE) STANDARD PLAN J -3b SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Harold J. Peterfeso 03-04-05 01/2005 REVISED SAFETY SOCKET BOX MOUNT INC DETAIL EB DATE REVISION BY STA DEM. MOINE. PATE WooDIntroo Lor Deportment of Trs. ponalbn LEXPRES MAY 5. 2005 1 INN a a a a a Aar a Iia as a r Ma all a a a a 11111 03 4 10" 8' SEE NOTE 6 CONDUIT COUPUNG (TYP.) SEE GENERAL NOTE 14 1 SR' x 1 5/8' 12 GA SLOTTED STEEL CHANNEL BRACKETS (TWO REQUIRED) CONDUITS AS REQUIRED. PLUMB CONDUIT t 1' SEE GENERAL NOTE 14 1 5/8" 2 7/18. 12 GA SLOTTED STEEL CHANNEL BRACKETS (3 REQ'D), EMBED R MIN. IN FOUNDATON. ANCHOR BOLT (IYP.) 84 BARS EACH CORNER #4 HOOPS ,_ 24" TO UTILITY TO CONTROLLER TO LUMINAIRES CABINET FRONT OF SERVICE CABINET GROUND ROD1O 24• „ CABINET BASE 24" STRUT MOUNT PLAN VIEW OF SERVICE CABINET GROUND ROD • (TYP.) 3"----I 13" DIAMETER DRAIN TILE 14TH APPROVED COVER. (TYP.) RIGHT SIDE OF SERVICE CABINET TWO 84 HOOPS ANCHOR BOLT (TYP.) SEE STANDARD PLAN J -8c "CABINET FOUNDATION DETAILS", FOR DETAILS NOT SHOWN. O DRIVE GROUND RODS BEFORE PLACING CONCRETE. MOVE ROD(S) AND DRAIN TILE(S) WITH COVER(S) AS REQUIRED TO ACHIEVE FULL GROUND PENETRATION. MAINTAIN A 8' MINIMUM CLEARANCE BETWEEN GROUND RODS AS DETAILED ON STD. PLAN J -9e "TYPICAL GROUNDING DETAILS" 0 ALL CONDUITS PENETRATING CABINET SHALL BE TERMINATED WITH GROUNDING END BUSHING AND BONDED TO THE CABINET GROUNDING BUS. 0 4" ORM. x 12" DEEP SUMP SLOPE FOUNDATION TOWARDS SUMP 3/8' DIAM. POLYETHYLENE OR COPPER DRAIN PIPE. SLOPE TO DRAIN OUTSIDE FOUNDATION. O TO SERVICE GROUND - PER STD. PLAN J -9a 'TYPICAL GROUNDING DETAILS' 3/8" BOLT (TWO FOR EACH CHANNEL) NOT REQUIRED FOR STRUT MOUNT SPRING NUT SERVICE CABINET TIMBER POST 1 1 (111 SLOTTED STEEL CHANNEL BRACKET BOLT SIZED FOR SLOTTED STEEL CHANNEL BRACKET, WITH LOCK WASHER 8. SPRING NUT (3 FOR EACH CHANNEL) CABINET BRACKET MOUNTING DETAIL iN SEE NOTE 8 TO UTILITY— TO LUMINAIRES— SERVICE CABINET MOUNTING DETAILS METAL WASHERS RUBBER WASHER (APPLY SIUCONE SEALER TO BOTH SIDES OF RUBBER WASHER PRIOR TO INSTALLATION) Ilhllll SEE STRAP DETAIL •ekrilli 1-111111 red 1- 1PLUMB CONDUIT t 1' TO CONTROLLER CABINET 6 x 8 TREATED TIMBER POST, 11T LONG FRONT OF SERVICE CABINET PHOTOCELL ENCLOSURE FLANGE SERVICE CABINET 1/4" x 1" MACHINE BOLT PHOTOCELL ENCLOSURE MOUNTING DETAIL 1/2" MIN. (TYP.( CABINET SIDE WALL STAINLESS STEEL ALLEN HEAD 1/8"x11/4"x11/4"x8"ANGLE ELEVATION VIEW POST MOUNT x 2• STAINLESS STEEL BOLT 14TH 2 STAINLESS STEEL NUTS. LIBERALLY COAT THIS ASSEMBLY WITH ANTI OXIDANT COMPOUND. BELLEVILLE STAINLESS STEEL SPRING WASHER FILLET WELD STAINLESS STEEL FLAT WASHER SIDE VIEW DETAILA-A CABINET MAIN BONDING JUMPER DETAIL SERVICE CABINET BOLTED TO SLOTTED STEEL CHANNEL BRACKET (SEE SERVICE CABINET MOUNTING DETAILS AND STRAP DETAIL) BEVEL 12' 1 5.18"x 1 5/8' 12 GA. SLOTTED STEEL CHANNEL BRACKETS BOLTED TO POST USE TWO - 3/8" BOLTS, WASHERS AND NUTS FOR EACH CHANNEL. PEEN BOLT THREADS. (SEE SERVICE MOUNTING DETAILS AND STRAP DETAIL) 1 5/8" x 2 7/18' 12 GA. SLOTTED STEEL CHANNEL BRACKETS BOLTED TO POST USE TWO - 3/8" BOLTS, WASHERS AND NUTS FOR EACH CHANNEL PEEN BOLT THREADS. RIGHT SIDE OF SERVICE CABINET 2" x 1/8" HOT DIPPED GALVANIZED STRAP 3/8" e x 1" BOLT, LOCK WASHER AND NUT. (TYP.) POST MOUNT STRAP DETAIL SERVICE CABINET TYPE B MODIFIED (0 - 200 AMP TYPE 120/240 SINGLE PHASE) STANDARD PLAN J -3b SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Harold J. Peterfeso 03-04-05 MMEm ox BMWBEM Mit T Wmhl^apn gab papal/mord of Transportation 1/07 Options: Note: Options may change without notice. Call to confirm current options. Weatherstone: Sand - Gray - Brown - Buff - Cream Light Charcoal - French Gray - Brick Red Custom Options Available If4N"',-1."[RP3i24'.1.st14 Pa Size: Weight: Material: Wall Thickness: Features: Reinforcing: Hardware: 36" Dia. x 24" H. 700 lbs. , Reinforced Precast Concrete. 3" at the top with a 2% pitch. Westlake 1 Band. 1/4" Dia, steel rebar. (4) - 1/2" Dia. threaded inserts. (3) - 5/8" Dia. lifting inserts. Reservoir System: Optional. Available upon request. Drain Hole: (1) - 1 1/2" Dia. Anchoring: Optional. Maintenance: Rinse periodically with water & mild detergent. Re -seal annually, Packaging: Banded to pallet. *NOTE: Lifting inserts are to ONLY be used when the planter is EMPTY. Westlake I Design -- features an 7" carved band around the top 1/3 of the planter. Series I sports an ancient Egyptian design with a fern and floral background. These carvings are flush with the outside of Othe planter. WAUSAU TILE SITE FURNISHINGS PO Box 1520,WAUSAU, WI 54402-1520 (800) 388-8728 LURLISRLI 1 GEMERL LATER SPECIFICATIONS 1 TOP VIEW 3" SECTION A -A .25'DIA STEEL REBAR .50"DIA THREADED INSERTS DECORATIVE BAND FRONT VIEW :11:I1iP3624; est ake.:Pfanler 11 SUMMARY A. Section includes: Furnish Precast Concrete Planter indicated on drawings or specified herein. 1.2 REFERENCES A. American Society for Testing & Materials 1. ASTM C33 2. ASTM C150 3. ASTM C31 1.5 SUBMITTALS A. Submit product data, shop drawings and Samples. 1. Product Data: Manufacturer's specifications and technical data edited specifically for proposed system, including the following specific information: a. Detailed specification of construction fabrication. b. Manufacturer's installation instructions c. Maintenance literature d. Product warranty 2. Shop Drawings: Indicate pertinent dimensions, general construction, component connections anchoring methods, hardware and installation procedures. 3 Samples as requested by Architect. 1 6 QUALITY ASSURANCE A. Qualifications of Manufacturer' Manufacturer to be prequalified by specifier prior to bidding. Failure to comply will result in disqualification of bid. Manufacturer to have at least five years experience in the manufacturer of precast concrete planters field proven for at least five years. 1 10 WARRANTY Manufacturer shall submit a written warranty for precast products for the period of two years upon acceptance of products. 2.1 MANUFACTURERS A. Acceptable manufacturer for Precast Concrete Planters to be known as Wausau Tile, Inc. PO Box 1520, Wausau, WI 54402-1520 (800) 388-8728 FAX (715) 355-4627 B Clarification Note Drawings and installation specification are based on manufacturers proprietary literature from Wausau Tile, Inc. Other manufacturers shall comply with minimum levels of material and detailing indicated on drawings or specified herein. 2.2 MATERIALS A. Portland Cement: ASTM C150 specifications for Portland Cement. B. Aggregates: All aggregates to meet ASTM C33 specifications, to be cleaned of foreign matter and properly graded to size C Coloring: All Precast products for this project shall be of one manufacturer. # # # WAUSAU TILE SITE FURNISHINGS PO Box 1520,WAusAu, WI 54402-1520 (800) 388-8728 upuswu 1/07 Options: Note Options may change without notice. Call to confirm current options. Weatherstone: Sand - Gray - Brown - Buff - Cream Light Charcoal - French Gray - Brick Red Soulard green Glass Clear - Emerald - Blue - Amber Champaign - Charcoal Custom Options Available Size: 42" Dia. x 24" H. Weight: 950 lbs. Material: Reinforced Precast Concrete, Wall Thickness. 3" thick wall at the top. Features: Westlake 2 Band. Reinforcing: 1/4" Dia. steel rebar. Hardware. (4) - 1/2" Dia. threaded inserts. (3) - 5/8" Dia. lifting inserts. Reservoir System: Optional. Available upon request. Drain Hole: (1) -1 1/2" Dia. Anchoring: Optional. Maintenance: Rinse periodically with water & mild detergent. Re -seal annually Packaging. Banded to pallet. *NOTE: Lifting inserts are to ONLY be used when the planter is EMPTY. Westlake 2 Design -- features an 7" carved band around the top 1/3 of the planter. Series 2 sports an ancient Egyptian design with diagonal lines, triangles and pillars. These carvings are flush with the outside of the planter. WAUSAU TILE SITE FURNISHINGS PO Box 1520,WAUSAU, Wi 54402-1520 (800) 388-8728 WAUSAU 1 IEWEft4L RANIER' OECIFIdATIONS 1 36" 42" TOP VIEW FRONT VIEW SECTION A -A 25"DIAS T EEL REBAR 3-.625"DIA LIFTING INSERTS 4-.50"DIA THREADED INSERTS TE -4:225 Westlike:Plantet2 1.1 SUMMARY A. Section includes. Furnish Precast Concrete Planter indicated on drawings or specified herein. 1.2 REFERENCES A. American Society for Testing & Materials 1 ASTM C33 2. ASTM 0150 3. ASTM C31 1.5 SUBMITTALS A. Submit product data, shop drawings and Samples. 1. Product Data: Manufacturer's specifications and technical data edited specifically for proposed system, including the following specific information: a. Detailed specification of construction fabrication. b Manufacturer's installation instructions c. Maintenance literature d. Product warranty 2 Shop Drawings: Indicate pertinent dimensions, general construction, component connections anchoring methods, hardware and installation procedures. 3. Samples as requested by Architect. 1.6 QUALITY ASSURANCE A. Qualifications of Manufacturer: Manufacturer to be prequalified by specifier prior to bidding. Failure to comply will result in disqualification of bid Manufacturer to have at least five years experience in the manufacturer of precast concrete planters field proven for at least five years. 1.10 WARRANTY Manufacturer shall submit a written warranty for precast products for the period of two years upon acceptance of products. 2.1 MANUFACTURERS A. Acceptable manufacturer for Precast Concrete Planters to be known as Wausau Tile, Inc. PO Box 1520, Wausau, WI 54402-1520. (800) 388-8728 FAX (715) 355-4627 B Clarification Note: Drawings and installation specification are based on manufacturers proprietary literature from Wausau Tile, Inc. Other manufacturers shall comply with minimum levels of material and detailing indicated on drawings or specified herein. C Coloring: All Precast products for this project shall be of one manufacturer 2.2 MATERIALS A. Portland Cement: ASTM C150 specifications for Portland Cement. B. Aggregates: All aggregates to meet ASTM C33 specifications, to be cleaned of foreign matter and properly graded to size C. Pigments used shall be inorganic, resistant to alkalinity and used as per manufacturer's recommendations. # # # WAUSAU TILE SITE FURNISHINGS PO Box 1520,WAUSAU, WI 54402-1520 (800) 388-8728 1 1 1 1 1 1 1 1 1 1 1 Ouazitc SPECIFICATIONS/DATA 13" x 24" PC Style (Stackable) Assembly 1 1 1 3/8-16 UNC STAINLESS STEEL HEX HEAD BOLT 14 W/ WASHER h,,1/4„ 25(641 3/8-16 UNC CARRIAGE BOLT 21 l COVER 4; X19, 1/2" (13) X 4" (102) PULL SLOT SKID RESISTANT SURFACE Covers (Blank unless logo is specified) DESCRIPTION PART NO. WEIGHT # DESIGN/ TEST LOAD # ANSI TIER* W/2 Bolts PC1324CA00 23 (10.4 kg) 5,000 / 7,500 5 Gasketed w/2 Bolts PC1324CGOO 23 (10 4 kg) 5,000 / 7,500 5 No Bolts PC1324WA00 23 (10.4 kg) 5,000 / 7,500 5 • Gasketed covers and bolt grommets must be used with a gasketed box. Gaskets reduce the inflow of fluids but do not make the enclosure water tight. P 2X 4" (102) X 4" (102) MOUSEHOLES (PC1324BB only) BOX Boxes (Stackable with self -aligning, replaceable EZ -Nut 11 /4" (286) (12) B I'- 1/2" (13) DESCRIPTION PART NO. WEIGHT # DIMENSION A DIMENSION B DESIGN/TEST LOAD # ANSI TIER* Open Bottom PC1324BA12 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 Mouseholes PC1324BB12 50 (22.7 kg) 12" (305 mm) N/A 5,000 / 7,500 5 Solid Bottom PC1324DA12 60 (27.2 kg) 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 PC1324JA12 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. Loadings comply with ANSI/SCTE 77 (see page 9). APRIL 2008 26 LENOIR CITY, INC. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Iluazite® SPECIFICATIONS/DATA 17" x 30" PC Style (Stackable) Assembly 1/2" (13) X 4" (102) PULL SLOT 3/8-16 UNC STAINLESS STEEL la,HEX HEAD BOLT (4,4'4' W/ WASHER 3/8-16 UNC CARRIAGE BOLT COVER .5 COF SKID RESISTANT SURFACE 3(A. 9) Covers (Blank unless logo is specified DESCRIPTION PART NO. WEIGHT # DESIGN/TEST LOAD # ANSI TIER* W/2 Bolts PC1730CA00 33 (15.0 kg) 5,000 / 7,500 5 Gasketed w/2 Bolts PC1730CG00 33 (15.0 kg) 5,000 / 7,500 5 No Bolts PC1730WA00 33 (15.0 kg) 5,000 / 7,500 5 • Gasketed covers and bo t grommets must be used with a gasketed box. Gaskets reduce the inflow of fluids but do not make the enclosure water tight. 2X 4" (102) X 4" (102) MOUSEHOLES (PC1730BB only)\ 0 0 Dimensions & weights in parentheses are metric equivalent. *Loadings comply with ANSI/SCTE 77 (see page 9). Boxes (Stackable with self -aligning, replaceable EZ -Nut 11 1/4" (266) 1/2"I B Y�— (13) 1/2" (13) DESCRIPTION PART NO. WEIGHT # DIMENSION A DIMENSION B DESIGN/TEST LOAD # ANSI TIER* Open Bottom PC1730BA12 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 Mouseholes PC1730BB12 58 (26.3 kg) 12" (305 mm) N/A 5,000 / 7,500 5 Solid Bottom PC1730DA12 83 (37 6 kg) 12 1/2" (318 mm) N/A 5,000 / 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 PC173OJA12 67 (30.4 kg) 12 1/2" (318 mm) 2 7/8" (73 mm) 5,000 / 7,500 5 APRIL 2008 28 LENOIR CITY, INC. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Iluazitd SPECIFICATIONS/DATA 24" x 24" PG Style (Stackable) Assembly Covers (Blank unless logo is specified DESCRIPTION PART NO. WEIGHT # DESIGN/TEST LOAD # ANSI TIER* W/2 Bolts PG2424CA00 70 (32.0 kg) 8,000 / 12,000 8 Gasketed w/2 Bolts PG2424CG00 70 (32.0 kg) 8,000 / 12,000 8 No Bolts PG2424WA00 70 (32.0 kq) 8,000 / 12,000 8 Heavy Duty w/2 Bolts PG2424HA00 100 (45.4 kg) 15,000 / 22,500 15 Gasketed Heavy Duty w/2 Bolts PG2424HG00 100 (45.4 kg) 15,000 / 22,500 15 Covers with meter lids available upon request. See page 12 or page 56 for meter lid cover load rating explanation. • Gasketed covers and bolt grommets must be used with a gasketed box. Gaskets reduce the inflow of fluids but do not make the enclosure water tight. Boxes (Stackable with self -aligning, replaceable EZ Nut 3/8-16 UNC STAINLESS STEEL HEX HEAD BOLT W/ WASHER (2) 16 Y5 (615/i <43' COVER .5 COF SKID RESISTANT SURFACE DESCRIPTION PART NO. WEIGHT # DIMENSION A DESIGN/TEST LOAD # ANSI TIER* Open Bottom PG2424BA24 165 (75.0 kg) 24" (610 kg) 15,000 / 22,500 15 Open Bottom w/Gasket PG2424BG24 165 (75.0 kg) 24" (610 kg) 15,000 / 22,500 15 Open Bottom w/2 Mouseholes PG2424BB24 165 (75.0 kg) 24" (610 kg) 15,000 / 22,500 15 Solid Bottom PG2424DA24 185 (83.0 kg) 24 1/2" (622 kg) 15,000 / 22,500 15 Solid Bottom w/Gasket PG2424DG24 185 (83.0 kg) 24 1/2" (622 kg) 15,000 / 22,500 15 LIFTING BOLT (4) EXTENSION 1/2" (13) x 4" (102) PULL SLOT W/ 01/4" (6) CENTER PIN (51 (13) 1 13/16" (46) Extensions (Stackable - can be used as a top or bottom extension LIFTING BOLT (4) 2X 4" (102) X 4" (102) BOX MOUSEHOLES (PG24246B ONLY) DESCRIPTION PART NO. WEIGHT # DIMENSION A DESIGN/TEST LOAD # ANSI TIER* Open Bottom PG2424EA06 71 (32.0 kg) 8" (203 mm) 15,000 / 22,500, 15 PG2424EA12 112 (51.0 kg) 14" (356 mm) 15,000 / 22,500 15 Solid Bottom PG2424RA06 96 (44.0 kg) 8 1/2" (216 mm) 15,000 / 22,500 15 PG2424RA12 130 (59.0 kg) 14 1/2" (368 mm) 15,000 / 22,500 15 Dimensions & weights in parentheses are metric equivalent. Loadings comply with ANSI/SCTE 77 (see page 9). APRIL 2008 32 LENOIR CITY, INC. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Ouazitc® ummimi SPECIFICATIONS/DATA 12" x 12" PC Style (Stackable) Assembly 3/8-16 UNC /— STAINLESS STEEL HEX HEAD BOLT W/ WASHER (2) Covers (Blank unless logo is specified DESCRIPTION PART NO. WEIGHT # DESIGN/TEST LOAD # ANSI TIER* W/2 Bolts PC1212CA00 12 (5.4 kg) 8,000 / 12,000 8 Gasketed w/4 Bolts PC1212CGOO 12 (5.4 kg) 8,000 / 12,000 8 No Bolts PC1212WA00 12 (5.4 kg) 8,000 / 12,000 8 Heavy Duty w/2 Bolts PC1212HA00 12 (5.4 kg) 15,000 / 22,500 15 Gasketed Heavy Duty w/4 Bolts PC1212HGOO 12 (5.4 kg) 15,000 / 22,500 15 • Gasketed covers and bolt grommets must be used with a gasketed box. Gaskets reduce the inflow of fluids but do not make the enclosure water tight. 1/2" (13) X 2" (51) PULL SLOT .5 COF SKID RESISTANT SURFACE APRIL 2008 BOX Boxes (Stackable with self -aligning, replaceable EZ -Nut 1/2" (13) 12" (305) DESCRIPTION PART NO. WEIGHT # DIMENSION A DESIGN/TEST LOAD # ANSI TIER* Open Bottom PC1212BA12 36 (16 kg) 12 3/4" (324 mm) 15,000 / 22,500 15 Open Bottom w/Gasket PC1212BG12 36 (16 kg) 12 3/4" (324 mm) 15,000 / 22,500 15 Solid Bottom PC1212DA12 41 (19 kg) 13 1/4" (337 mm) 15,000 / 22,500 15 Solid Bottom w/Gasket PC1212DG12 41 (19 kg) 13 1/4" (337 mm) 15,000 / 22,500 15 Dimensions & weights in parentheses are metric equivalent. * Loadings comply with ANSI/SCTE 77 (see page 9). 22 LENOIR CITY, INC. SPECIFICATIONS/DATA Ouazitem 24" x 36" PG Style (Stackable) Assembly and 24" x 36" PD Style Assembly 3/8-16 UNC STAINLESS STEEL HEX HEAD BOLT W/WASHER (2) 35 LIFTING BOLT (4) 1 1/2" (13) X4"(102) PULL SLOT .5 COF SKID RESISTANT SURFACE Zg" PG BOX (51)1�- LIFTING BOLT (4) 2X 4" (102) X 4" (102) MOUSEHOLES (PG2436BB only) LENOIR CITY, INC. 3/8-16 UNC STAINLESS + STEEL HEX HEAD BOLT 5/8 W/WASHER (2)—\ 3/ 5 1/2" (13) POLYMER TONGUE & GROOVE 2 PIECE COVER 1/2" (13) X 4" (102) PULL SLOT .5 COF SKID RESISTANT SURFACE PG BOTTOM EXTENSION 2X 4" (102) X 4" (102) MOUSEHOLE (PD2436BB only) PD'BOX LIFTING INSERTS (4) 33 8" (203) 3/8" (10) 4 3/4" (121) X "'ll G 4 3/4" (121) KNOCKOUTS (8) APRIL 2008 ti ► I Iia l E7ii:1IIE+PX 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Ouazitc® SPECIFICATIONS/DATA Covers (Blank unless logo is specified) 24" x 36" PG Style (Stackable) Assembly and 24" x 36" PD Style Assembly DESCRIPTION PART NO. WEIGHT # DESIGN/TEST. LOAD # ANSI TIER* W/2 Bolts PG2436CA00 100 (45 kg) 8,000 / 12,000 8 Gasketed w/2 Bolts PG2436CG00 100 (45 kg) 8,000 / 12,000 8 2 -Piece w/2 Bolts PG2436CS00 122 (55 kg) 8,000 / 12,000 8 No Bolts PG2436WA00 100 (45 kg) 8,000 / 12,000 8 Heavy Duty w/2 Bolts PG2436HA00 115 (52 kg) 15,000 / 22,500 15 Gasketed Heavy Duty w/2 Bolts PG2436HG00 115 (52 kg) 15,000 / 22,500 15 Heavy Duty 2 -Piece w/2 Bolts PG2436HS00 122 (55 kg) 15,000 / 22,500 15 Heavy Duty w/2 Bolts PG2436HH00 122 (55 kg) 22,500 / 33,750 22 • Covers with meter lids available upon request. See page 12 or page 56 for meter lid cover Toad rating explanation. • Gasketed covers and bolt grommets must be used with a gasketed box. Gaskets reduce the inflow of fluids but do not make the enclosure water tight. PG Boxes (Stackable with self -aligning, replaceable EZ Nut) **24" - 42" Deep boxes must be used as bottom of any stack. DESCRIPTION PART NO. WEIGHT # DIMENSION A DIMENSION B DESIGN/TEST LOAD # ANSI TIER* Open Bottom 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 PG2436BA30 196 (88.9 kg) 30" (762 mm) 27" (686 mm) 22,500 / 33,750 22 PG2436BA36 254 (115 kg) 36" (914 mm) 33" (838 mm) 22,500 / 33,750 22 PG2436BA42 293 (133 kg) 42" (1067 mm) 39" (991 mm) 22,500 / 33,750 22 Open Bottom w/2 Mouseholes PG2436BB18 139 (63.1 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 PG2436BB24 178 (80.7 kg) 24" (610 mm) 21" (533 mm) 22,500 / 33,750 22 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 PG2436BB42 293 (133 kg) 42" (1067 mm) 39" (991 mm) 22,500 / 33,750 22 Solid Bottom PG2436DA18 171 (78 kg) 18 1/2" (470 mm) 15" (381 mm) 22,500 / 33,750 22 PG2436DA24 228 (103.4 kg) 24 1/2" (622 mm) 21" (533 mm) 22,500 / 33,750 22 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 PD Boxes DESCRIPTION PART NO. WEIGHT # DIMENSION D DIMENSION E DESIGN/TEST LOAD # ANSI TIER* Open Bottom PD2436BA18 159 (72 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 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 w/2 Mouseholes PD2436BB18 157 (71 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 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 w/Gasket PD2436BG18 159 (72 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 PD2436BG26 199 (90 kg) 26" (660 mm) 23" (584 mm) 22,500 / 33,750 22 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. DESCRIPTION PART NO. WEIGHT # DIMENSION F DIMENSION G DESIGN/TEST 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 34 LENOIR CITY, INC. 6" AMETEK LID —iL 6" PVC PIPE STRAIGHT CURB STOP STOP/WASTE PJxFIP FLOW STRAIGHT METER ADAPTER PLASTIC IRRIGATION BOX NOTE Q 3/4" — 2" Iffi11 METER TO DCVA FIPxSLIP PVC COUPLING ANGLE BALL VALVE CURB STOP METER x PJ 90' MIPxPJ ELBOW COPPER OR CROSS LINKED POLYETHYLENE 1 ALL FITTINGS ARE TO BE BRASS. wig 3/4" & 2" IRRIGATION METER SET City of Yakima — Engineering Division APPROVED: 7 9.99 CITY OF YAKIMA - STANDARD DETAIL 3/4" & 2" IRRIG. METER SET W17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Staliiltzer Firt imensrons(Incli 19tModels•for'1,:9" O.D., round posts,.andµu-channelsrRefer to u' -channel page. 20 Models for 2" 0.0 round posts, including our mailbox support systems. 20-VR1 with wedge 5.00 2 2-1/2 x 2-1/2 x 1/4 x 8 8 x 9-1/4 x 12 ga. 20=VR3 with wedge,' ; 1C8(1''''2 •', .2-1/2'x2-1/2 x 1/4 x30 - 10 x 15 x,•12, ga. 20-VR3B with wedge 1570 2 2-1/2 x 2-1/2 x 1/4 x 30 10 x 15 x 12 ga. 23 Models for 2-3/8" O.D round posts. - :23=VR1 with wedge _.r.0,5.00 5:00 2:3/8., 2-1/2 x 2-1/2'X'1/4 x 8 8 x 9 1I4. x 12, ga;. 23-VR1P with wedge 277/8 5.50 2-3/8 2-1/2 x 2-1/2 x 1/4 x 12 8 x 9-1/4 x 12 ga. 23-VR2r'with,wedge n? 12.80 ; 2.3/8 ''.2-1/2" x 2.1/2 x 1/4 x 24 10 xt15-x 12 ga. 23-VR2B with wedge 10-x.15 x 32 a g .. 13.70 2-3/8 2-1/2 x 2-1/2 x 1/4 x 24 10 x 15 x 12 ga. ,23-VR3 with wedge 14.80; 2-3/8. ` ' 2-I/2 x 2-1/2X'1/4 x 30, • , -.'10 :x,i,. x 12,ga. 23-VR3B with wedge 15.70 2-3/8 2-1/2 x 2-1/2 x 1/4 x 30 10 x 15 x 12 ga. 23 Models for Schedule 40 round pipe. ., 23A•VR1 with:wedge _.r.0,5.00 2.3/8 2,1/2 x 2=1/2.x.1/2 x 8 8 x~9;3/4 x 12 ga. 28 Models for 2-7/8"" 0.0 round posts. 28-VR1 with wedge 6.40 2-7/8 3 x 3 x 1/4 x 8 8 x 10 x 12 ga. ,,, .28-VR2with'we'dge° 18'10 277/8 3 x3' x 1/4 x 3010 x' 15,x 12 ga. 28-VR3 with wedge 20.60 2-7/8 3 x 3 x 1/4 x 36 10 x 15 x 12 ga. 28-VR3B With .wedge 22.00 277/8' 3 x3 "x 1/4x 36 10-x.15 x 32 a g .. 30 Models for 3" 0.0 round posts: used for Decra posts 30=VR3B with.wedge•; 22:00 .3' 3 x 3 x1/4 x 36 10 x 15 x>12:ga. Concrete model, 5" x 5" bottom plate and 12" leg angle for 3" 0.D round posts. ' 30=VR1P with wedge• ' 6:50 3`„ 3'x'3 'x 1/4 x 12 10 x 1S x1:2ga. Traffic Assembly for BlinkerSigns, Standard Signage and Luminaires Includes: 28-VR3B, Wedge, Adapter Plate, Signal Base and 4.5" Pole, Bracket, Cap and Wedge Insert (see lengths below) 2180-220 with 10' Pole -- -- -- -- 2180-221with13'"Pole - - 2180-222 with 15' Pole -- -- -- -- 034.12345 Adapter Plate. 32 a E Stabilizer Bolt & Extractor Hole Options: See photos on Square Models page. Stabilizer Bolt is optional on round models, at an extra charge.t Extractor hole (right) also optional on all models, at an extra charge.t tSetup charge plus price per unit will apply, call for details. Posts"shown for- . illustration only,„ Concrete�V-Eoc (VR1 models);, Gonctete'V-Loc: with.• bottom.p1ate•arad' longer le (VR1 P models)'s-„ Earth or, w Asphalt. V Loc, (VR2 and VR3 "Clean -out - Li, .Bat V -Loc with. 3/4"' x 7"' bar (all, models • with "B" SU* E,• Stabill2er Bolt Extractor Hole XPI+TES AUGUST 9, 2007 USE ATTACHMENT DETAIL J' OR ATTACHMENT DETAIL O WARNING LIGHT ATTACHMENT DRILL THREE - 1/2" DIAM. HOLES TOP OF BARRICADE SUPPORT ANGLE WARNING LIGHT ATTACHMENT DETAIL 8'•11/2"*112"•1/8' /- STEEL ANGLE TOP OF BARRICADE SUPPORT ANGLE DRILL TV42 t2" DIAM. HOLES THROUGH BARRICADE SUPPORT ANGLE ME ME ME MEI ME ME OM ME ME UM WARNING LIGHT _ ATTACHMENT ATTACHMENT DETAIL 0 8". 2"*2"* 1/8' TUBULAR STEEL WTTH PRE -DRILLED HOLES (1) 318'-18.1' STEEL HEX BOLT (2) 1' FLAT WASHERS (1) 3/8" -18 STEEL HEX NUT ELEVATION SEE NOTE 2 (1) STEEL HEX BOLT (2) 1" FLAT WASHERS (1) LOCIN/ASHER (1) 315'- 18 STEEL HEX NUT {TYP.) 314" ACX PLYWOOD PANEL SANDBAGS AS REQUIRED TO STABILIZE BASE - ALL LEGS TOP OF BARRICADE /I- SUPPORT ANGLE DRILL TWO 1/2" DIAM. HOLES THROUGH BARRICADE SUPPORT ANGLE ATTACHMENT DETAIL1 (1) 3/8"- 18A 3" STEEL HEX BOLT {2) 1' FLAT WASHERS {1) 3/8'-18STEEL HEX NUT SIDE TYPE 3 BARRICADE 14414* 44000 404.,%s4**i 40.1.* 4t0,4 Ai% .e./71/8 118 ORANGE AND WHITE REFLECTIVE SHEETING ASTM 1341158 - TYPEIII ORIE(SEE NOTE 3) '',..,..„..„,....,,,, 112"•112'•1/8" STEEL ANGLE 4' - 11" LONG (TYP.) 8" * 2" * 2" * 1/8" TUBULAR STEEL ISOMETRIC VIEW NOTES 1. All fasbaners may be zinc plated, galvanized or stainless steel. All steel angle and tubular steel shall be hot -roiled, high carbon steel, painted or galvanized. 2. Install one lightweight Type A Low -Intensity flashing warning light on the traffic side of the barricade. install two Type A Low -Intensity flashing warning lights per barricade when the barricades are used to dose a roadway. Attach the light to the barricade according to the light manufacturers recommendations or use the details shown on this plan. 3. Stripes on barricade rails shall be altamating orange and white retroreflective stripes (sloping downward at an angle of 45 degrees in the direction traffic is to pass). 4. The Type 3 banicade design shown on this plan meets the crash test requirements of NCHRP 350. Alternative designs may be ap- proved if they conform to the NCHRP 350 crash test criteria and the MUTCD. 5. When a sign is mounted on the barricade, it shall be securely bolted to at least two plywood panels. The top of the sign shall not be higher than the top panel of the banicade. 6. When sandbags are used in freezing weather, Urea fertilizer shall be mixed With the sand in a quantity to prevent the sand from freezing. FRONT OF BARRICADE ANGLE RESTS ON TOP OF BOLT 112"•11/2.1/8" STEEL ANGLE /- 5' - V LONG (TYP.) (TYP.) DETAIL STEEL ANGLE B'*2"*2"*118' TUBULAR STEEL (1) ate. -18*3" STEEL HEX BOLT (2) 1" FLAT WASHERS (1) 3(8' - 18 STEEL HEX NUT TYPE 3 BARRICADE STANDARD PLAN K-80.20.00 SHEET 1 OF 2 SHEETS APPROVED FOR PUBUCATION Kevin J. Dayton 12-20-05 SATs DEZONENO9EEA MATE W.0.1.0:0 SW. PparMnM at Trerap.rfmlon EXPIRES AUGUST 9, 20071 11111 = MN NE E EN INS 1 M - ' M MI NM MN SIGN SPACING = X (1) RURAL ROADS 45 / 55 MPH 500' 3 RURAL ROADS 8 URBAN ARTERIALS 35 / 40 MPH 350 * RURAL ROADS, URBAN ARTERIALS, RESIDENTIAL & BUSINESS DISTRICTS 25 / 30 MPH 200' t (2) URBAN STREETS 25 MPH OR LESS 100 5 (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. LEGEND a M3-1 D3-101 R11-2 BAN ROAD CLOSED WORK AREA ROAD WILL BE CLOSED NON DA•NON DA XAN NPM R11-1501 BAN W20-3 NORTH MAIN sr. M48 iETOUR M8-3 R11-3 BAN ROAD CLOSED XX MILES AHEAD LOCAL TRAFFIC ONLY DETOUR OR NOTES 1 Modify Regulatory Traffic Control Devices, as needed, for the duration of the detour. 2. Two Flashing Waming Lights (Type A per MUTCD) may be used to mark each barricade at night. 3. Trail Blazers shall be installed throughout the detour, as appropriate. 4. Signing shown for the one direction only. 5. Coordinate with emergency services. 6. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. R11-4 BNJ ROAD CLOSED TO THRU TRAFFIC M4 -10L Z NORTHI M3-1 MAIN srJ D3-101 DETOUR 1 - D3-101 DETOUR M4-8 1N20-2 SIGN LOCATION BARRICADE - TYPE 3 R BARRICADE - TYPE 3 L W20-3 M4-8 M8 -1L FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES ROAD CLOSURE WITH OFF-SITE DETOUR STANDARD PLAN K-10.40-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 02-15-07 STATE DEMON ENDINEER CATE WmMngI n Ltd. D-porlmrd of Tr n p dnl{on