Loading...
HomeMy WebLinkAboutR-2007-143 Marvin Gardens Plat Improvements Agreement with KRCI, LLCG/erg City of Yakima Office of Neighborhood Development 129 N. 2nd Street Yakima, WA 98901 Marvin Gardens Plat Improvements City of Yakima Engineering Project No. 2107 CONSULTANTS: DEC Engineering Services Thomas F. Upton Surveying Contract Specifications & Bid Documents August, 2007 Phone (509) 575-6111 Fax (509) 576-6305 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No.1 %0 For Meeting Of 9/16/08 ITEM TITLE: Final Contract Payment for Marvin Gardens Subdivision Improvements — City Project No.: 2107 SUBMITTED BY: Brett Sheffield — Chief Engineer CONTACT PERSON/TELEPHONE: Brett Sheffield— Chief Engineer 509-576-6797 SUMMARY EXPLANATION: This project constructed the street, frontage and utility improvements necessary to provide for the development of 20 low-income housing Tots. The project was initiated by the Office of Neighborhood Development Services, and the houses will be constructed by the Opportunities Industrialization Center of Washington. This project was funded by a Community Development Block Grant through the City. The total project cost was $88,000 more than the bid amount. Cost overruns were due to: • No item was established for Clearing and Grubbing • Three times as much contaminated soil as listed on the plans had to be remediated. • Additional utility conduits for power, phone and cable TV • Fencing • Irrigation pipe replacement • ADA Ramp construction Final inspection for this project was made and the recommendation is that the project be accepted. This Council action is to accept the project and approve the final construction costs. Contractor: KRCI, LLC Contract Award: 9/19/07 Contract Cost: $577,780.20 Final Contract Cost: $666,683.20 Amt. This Payment: -0- The above total contract cost is for construction only and does not include engineering and other costs. Resolution Ordinance X Other (Specify) Final Contract Payment Contract Mail to (name and address): Funding Source Dept. 124 Community Development - HG APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Accept the project and approve final estimate. COUNCIL ACTION: FILE NO 2107 Contractor KRCI, Inc Progress Estimate No. 6 City of Yakima Marvin Gardens Improvement 9/5/08 Made by SL ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PAID % OF CONTRACT ORIGINAL CONTRACT BID AMOUNT Schedule A Utilities 1 Spill Prevention Plan LS_ 100% $980 00 $980 00 100% $980.00 2 Mobilization LS 100% $54,000.00 $54,000 00 100% $54,000 00 3 Project Temporary Traffic Control LS 100% $9,050.00 $9,050 00 100% $9,050.00 4 Roadside Cleanup FA $6,237.96 $10,000.00 $6,237 96 62% $10,000 00 5 Removal of Structures and Oblstructions LS 100% $15,200.00 $15,200 00 100% $15,200.00 6 Shoring or Extra Excavation CI B LF 3389 00 $1 00 $3,389 00 139% $2,440 00 7 Manhole 48" Diam EA 6.00 $2,800.00 $16,800.00 100% $16,800.00 8 Crushed Surfacing Top Course TON 455.00 $15.00 $6,825.00 63% $10,800.00 9 Structure Excavation Class B Inc. Haul CY 1431 00 $5.00 $7,155.00 77% $9,300 00 10 Ductile Iron Pipe for Water Main 8 in Diam LF 668.00 $41 00 $27,388.00 99% $27,675 00 11 Ductile Iron Pipe for Water Main 6" Diam LF 540.00 $34 00 $18,360.00 100% $18,360 00 12 Blowoff Assembly EA 2.00 $1,100.00 $2,200.00 100% $2,200.00 13 Gate Valve 8 Inch EA 2.00 $1,600.00 $3,200.00 200% $1,600.00 14 Gate Valve 6 Inch EA 2.00 $1,170.00 $2,340.00 100% $2,340.00 15 Hydrant Assembly EA 1 00 $3,400 00 $3,400.00 100% $3,400.00 16 PVC Sanitary Sewer Pipe 8 IN Diam LF 1230 00 $44 00 $54,120.00 101% $53,768.00 17 PVC Sanitary Sewer Pipe 4 IN Diam LF 961 00 $30 00 $28,830.00 101% $28,680.00 18 Remediation Excavation CH ORDER #1 CY 3586.00 $15.00 $53,790.00 326% $16,500 00 19 Air Sampling EA 6.00 $650 00 $3,900 00 100% $3,900 00 20 Repair or Replacement FA $45,087 44 $10,000.00 $45,087 44 451% $10,000 00 21 Cement Conc Ramp Type 2A CH ORDER #2 EA 1 00 $1,064 00 $1,064 00 $0 00 Utility Conduit CH ORDER #2 LS 100% $21,975.50 $21,975.50 $0.00 SUB TOTAL FOR SCH A $385,291.90 130% $296,993.00 8.2% SALES TAX $31,593.94 $24,353.43 FILE NO 2107 Contractor KRCI, Inc Progress Estimate No. 6 City of Yakima Marvin Gardens Improvement 9/5/08 Made by SL ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PAID % OF CONTRACT ORIGINAL CONTRACT BID AMOUNT Schedule B Street 1 Roadway Excavation Inc. Haul CY 560 $20.00 $11,200.00 100% $11,200 00 2 Crushed Surfacing Base Course TON 1163 $24 00 $27,912.00 130% $21,552.00 3 HMA Cl. 1/2" PG 64-28 TON 254 $75.00 $19,050 00 91% $21,000 00 4 Surface Repair SY 0 $18.00 $0.00 0% $11,610 00 5 Solid Wall PVC Storm Service Pipe 12" Diam LF 12 $27 00 $324 00 10% $3,402.00 6 Solid Wall PVC Storm Sewer pipe 18" Diam LF 120 $30 00 $3,600.00 255% $1,410.00 7 Catch Basin type 1 EA 8 $1,000.00 $8,000 00 100% $8,000.00 8 Drainage Infiltration/Retention Basiin LS 1 $18,000.00 $18,000.00 100% $18,000.00 9 Structure Excavation CI B Including Haul CY 58 $1.00 $58 00 14% $420 00 10 Shoring or Extra Excavation CI 6 LF 0 $1 00 $0 00 0% $750.00 11 Crushed Surfacing Top Course TON 0 $15.00 $0.00 0% $975 00 12 Cement Conc. Traffic Curb and Gutter LF 202 $38.00 $7,676.00 112% $6,840 00 13 Mountable Cement Conc Trffic Curb LF 1056 $23.00 $24,288.00 105% $23,115 00 14 Monument Case and Cover EA 3 $490.00 $1,470 00 75% $1,960 00 15 Cement Conc. Sidewalk 4" Thick SY 112 $54 00 $6,048.00 112% $5,400.00 16 Cement Conc. Sidewalk 6" Thick SY 587 $51.00 $29,937 00 105% $28,560 00 17 Illumination system LS 100% $29,500 00 $29,500 00 100% $29,500 00 SUB TOTAL SCHEDULE B $187,063.00 97% $193,694.00 Schedule C Hathaway Water Extention 1 Surface Repair SY 436 $22.00 $9,592.00 101% $9,460 00 2 Shoring or Extra Excavation CL B LF 744 $1 00 $744 00 99% $750 00 3 Crushed Surfacing Top Course TON 392 $15.00 $5,880 00 92% $6,375 00 4 Ductile Iron Pipe for Watermain 8" Diam LF 757 $52.00 $39,364 00 101% $39,000 00 5 Blank in Proposal $0 00 6 Gate Valve 8 Inch EA 2 $1,200 00 $2,400 00 100% $2,400 00 FILE NO 2107 Contractor. KRCI, Inc Progress Estimate No 6 City of Yakima Marvin Gardens Improvement 9/5/08 Made by SL ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL PAID % OF CONTRACT ORIGINAL CONTRACT BID AMOUNT SUB TOTAL SCHEDULE C $57,980.00 100% $57,985.00 8.2% SALES TAX $4,754.36 $4,754.77 Previous Payments TOTAL SCH A B & C $630,334.90 109% $577,780.20 1 $211,305.44 2 $225,814 03 SALES TAX "A" & "C" $36,348.30 3 $14,407 37 LESS 5% RETAINAGE LESS PREV PAYMENTS $31,516.75 4 168,419.29 $635,166.45 5 15,220.32 TOTAL DUE $0.00 FINAL CONTRACT COST $666,683.20 I certify that the above estiimate is true and correct City Engineer V c ' CITY OF YAKIMA NOTICE OF PUBLIC MEETING Marvin Gardens Final Plat Vicinity of 3000-3100 Hathaway Avenue NOTICE IS HEREBY GIVEN that the Yakima City Council will conduct a closed record public meeting to consider the 20 -lot subdivision plat known as Marvin Gardens, submitted by Opportunities Industrialization Center of Washington and Habitat for Humanity — Yakima Valley Partners. The property is located in the vicinity of 3000-3100 Hathaway Avenue within the R-1 Single -Family residential zoning district. Said public meeting will be held Tuesday, October 21 2008 at 7:00 p.m., or soon thereafter, in the Council Chambers at City Hall located at 129 North 2nd Street, Yakima, Washington. Any citizen wishing to comment on this request is welcome to attend the public meeting or contact the City Council in the following manner: 1) Send a letter via regular mail to "Yakima City Council, 129 N. 2"d Street, Yakima, Wa. 98901'; or, 2) E-mail your comments to ccouncil©ci.yakima.wa.us. Include in the e-mail subject line, "Marvin Gardens." Please also include your name and mailing address. Dated this 8th day of October, 2008. Deborah Moore City Clerk Mailed October 10, 2008 It Cardevale Rd • CITY OF YAKIMA, WASHINGTON VICINITY MAP FILE NO: FINAL LONG PLAT#6-08 APPLICANT• CITY OF YAKIMA, ONDS REQUEST: 20 LOT PRELIMINARY LONG PLAT SUB- DIVISION & ENVIRONMENTAL REVIEW LOCATION: 3000 -3100 BLOCK OF HATHAWAY ST. CASTLEVA_E RD ARM ST Subject Property Yakima City Limits Scale -Iin = 400ft nfs m 0 200 IND GPLT-2-04 08/18/04 BID SUMMARY City of Yakima Marvin Gardens Improvements CITY PROJECT NO. 2107 ENGINEERS ESTIMATE KRCI, LLC WENATCHEE, WA WEST COAST CONST. WOODINVILLE, WA GRANITE NORTHWEST, WATSONVILLE, CA TRI -VALLEY CONST, INC. YAKIMA, WA i ITEM Bid Security Bond Bond Bond Bond Bond Bond NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT SCHEDULE "A" UTILITIES 1 SPILL PREVENTION PLAN 1 LS 1,000.00 1,000.00 980.00 980.00 500.00 500,00 1,500,00 1,500.00 100.00 100.00 2 MOBILIZATION 1 LS 15,000.00 15,000,00 54,000.00 54,000.00 115,000.00 115,000.00 85,00000 85,000.00 32,100.00 32,100.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 15,000.00 15,000.00 9.050.00 9.050.00 25,000.00 25,000.00 45,500.00 45,500.00 5,200.00 5,200.00 4 ROADSIDE CLEANUP 1 FA 10,000.00 10,000.00 10,000.00 10,000.00 10,000.00 10,000.00 10,000.00 10,000.00 10,000.00 10,000.00 5 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 LS 5.000.00 5,000.0C 15,200.00 15,200.00 10,000.00 10,000.00 34,000.00 34,000.00 4,500.00 4,500.00 6 SHORING OR EXTRA EXCAVATION CLASS B 2440 LF 1.50 3,660.00 1.00 2,440.00 2.00 4,880.00 1.50 3,660.00 1.00 2,440.00 7 MANHOLE, 48 IN. DIAM. 6 EA 2,100.00 12,600.0C 2,800.00 16,800.00 3,500.00 21,000.00 7,500.00 45,000.00 3,480.00 20,880.00 8 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 720 TON 15.00 10,800.00 15.00 10,800.00 25.00 18,000.00 16.00 11,520.00 26.75 19,260.00 9 STRUCTURE EXCAVATION CLASS B INCL. HAUL 1860 CY 5.00 9,300.00 5.00 9,300.00 21.00 39,060.00 24.00 44,640.00 6.00 11,160.00 10 DUCTILE IRON PIPE FOR WATER MAIN 8 IN. DIAM. 675 LF 30.00 20,250.00 41.00 27,675.00 40.00 27,000.00 80.00 54,000.00 48.30 32,602.50 11 DUCTILE IRON PIPE FOR WATER MAIN 6 IN. DIAM. 540 LF 28.00 15,120.06 34.00 18,360.00 37.00 19,980.00 85.00 45,900.00 33.60 18,144.00 12 BLOWOFF ASSEMBLY 2 EA 350.00 700.00 1,100.00 2.200.00 2,000.00 4,000.00 2,500.00 5,000.00 600.00 1,200.00 13 GATE VALVE 8 IN. 1 EA 600.00 600.00 1,600.00 1,600.00 1,200.00 1,200.00 1,800.00 1,800.00 955.00 955.00 14 GATE VALVE 6IN. 2 EA 450.00 900.0C 1,170.00 2.340.00 900.00 1,800.00 950.00 1,900.00 660.00 1,320.00 15 HYDRANT ASSEMBLY 1 EA 2,500.00 2,500.00 3,00.00 3,400.00 4,000.00 4,000.00 3,500.00 3,500.00 2,375.00 2,375.00 16 0VC SANITARY SEWER PIPE 8 IN. DIAM. 1222 LF 30.00 30.060.00 44.00 53.768.00 63.00 76,986.00 75.00 91,650.00 28.10 34,338.20 17 PVC SANITARY SEWER PIPE 4 IN. DIAM. 956 LF 28.00 26,768.0C 30.00 28,680.00 56.00 53,536.00 55.00 52,580.00 20.00 19,120.00 18 REMEDIATION EXCAVATION 1100 CY 10.00 11,000.0C 15 00 16,500.00 60.00 66,000.00 34.00 37,400.00 7.50 8,250.00 19 AIR SAMPLING 6 EA 250.00 1.500.00 65000 3.900.00 600.00 3,600.00 2,625.00 15,750.00 50.00 300.00 20 REPAIR OR REPLACEMENT 1 FA 10,000.00 10,000.0C 10,000.00 10,000.00 10,000.00 10,000.00 10,000.00 10,000.00 10,000.00 10,000.00 SUBTOTAL 203,358.00 2966,993.00 511,542.00 600,300.00 234,244.70 STATE SALES TAX (8,2%) 17,085.36 24,353.43 41,946.44 49,224.60 19,208.07 TOTAL SCHEDULE "A" BID 225,443.36 321;346.43 553,488.44 649,524.60 253,452.77 JJJD i uiv- _ ,+ - , (UASIGNED) CITY ENGINEERS REPORT '�a,, CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON SEPTEMBER 19,� ; ' ' 2007 AT 2:00 PM ++13I4.'" Garden (pi'oiiement5 °ter ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. + I RECOMMEND THE CONTRACT BE AWARDED TO: �z ;� 1 AWARD MADE BY CITY MANAGER F� ,� KRCI, LLC fry<I PROJECT .,O 1 41 LI •++ �U\ September 19, 2007 9' LLQ - 9i +1al r- \\V� �` FILE : 2107 Marvin Gardens Bid Sum.pub i `,...�;,:`.':�--..-~ DATE CITY ENGINEE `�e DATE CITY MANAGER amiss».... SHEET 1 of 3 BID SUMMARY City of Yakima Marvin Gardens Improvements CITY PROJECT NO. 2107 ENGINEERS ESTIMATE KRCI, LLC WENATCHEE, WA WEST COAST CONST. WOODINVILLE,WA GRANITE NORTHWEST, INC. WATSONVILLE, CA TRI-VALLEY CONST, INC. YAKIMA, WA ITEM Bid Security Bond Bond Bond Bond Bond Bond NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT SCHEDULE "B" STREET 1 ROADWAY EXCAVATION INCL. HAUL 560 CY 15.00 8400.00 20.00 11200.00 30.00 16,800.00 15.00 8,400.00 17.80 9,968.00 2 CRUSHED SURFACING BASE COURSE 898 TON 15.00 13,470.00 24.00 21552.00 41.00 36,818.00 30.00 26940.00 18.55 16,657.90 3 HMA CL. 1/2", PG 64-28 280 TON 65.00 18,200.00 75.00 21,000.00 90.00 25,200.00 78.00 21,840.00 75.55 21,154.00 4 SURFACE REPAIR 645 SY 100.00 64,500.00 18.00 11,610.00 44.00 28,380.00 38.00 24,510.00 21.35 13,770.75 5 SOLID WALL PVC STORM SEWER PIPE 121N DIAM. 126 LF 40.00 5,040.00 27.00 3,402.00 35.00 4,410.00 50.00 6,300.00 32.00 4,032.00 6 SOLID WALL PVC STORM SEWER PIPE 18 IN 47 LF 45.00 2,115.00 30.00 1,410.00 65.00 3,055.00 52.00 2,444.00 62.00 2,914.00 7 CATCH BASIN TYPE 1 8 EA 1.800.00 14,400.00 1,000.00 8,000.00 900.00 7,200.00 2,000.00 16,000.00 1,028.00 8,224.00 8 DRAINAGE INFILTRATION/RETENTION BASIN 1 LS 8.000.00 8.000.00 18.000.00 18,000.00 9,000.00 9,000.00 21,000.00 21,000.00 18,200.00 18,200.00 9 STRUCTURE EXCAVTION CLASS B INCL. HAUL 420 CY 5.00 2,100.0C 1.00 420.00 21.00 8,820.00 41.00 17,220.00 6.00 2,520.00 10 SHORING OR EXTRA EXCAVATION CLASS B 750 LF 1.50 1,125.00 1.00 750.00 2.00 1,500.00 1.50 1,125.00 1.00 750.00 11 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 65 TON 15.00 975.00 15.00 975.00 25.00 1,625.00 18.00 1,170.00 26.75 1,738.75 12 CEMENT CONC. TRAFFIC CURB AND GUTTER 180 LF 45.00 8,100.00 38.00 6.840.00 25.00 4,500.00 12.50 2,250.00 9.50 1,710.00 13 MOUNTABLE CEMENT CONC TRAFFIC CURB 1005 LF 45.00 45,225.00 23.00 23,115.00 19.00 19,095.00 8.20 8,241.00 8.40 8,442.00 14 MONUMENT CASE AND COVER 4 EA 350.00 1,400.0C 490.00 1,960.00 1,000.00 4,000.00 600.00 2,400.00 325.00 1,300.00 15 CEMENT CONC. SIDEWALK, 4 IN THICK 100 SY 30.00 3,000.00 54.00 5,400.00 30.00 3,000.00 55.00 5,500.00 36.15 3,615.00 16 CEMENT CONC. SIDEWALK, 61N THICK 560 SY 35.00 19.600.00- 51.00 28,560.00 35.00 19,600.00 52.00 29,120.00 39.00 21,840.00 17 ILLUMINATION SYSTEM 1 LS 25,000.00 25,000.00 29.500.00 29,500.00 44,000.00 44,000.00 27,500.00 27,500.00 29,000.00 29,000.00 TOTAL SCHEDULE "B" BID 240,650.00 193,694.00 237,003.00 221,960.00 165,836.40 •' •- o i CITY ENGINEERS REPORT_ >»;-a,,ae,NN CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON SEPTEMBER 19,°,list\ 2007 AT 2:00 PM)+ -.-a *- Card ?S improvements ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. -- I RECOMMEND THE BEAWARDED TO �,�' � - 1 AWARD MADE BY CITY MANAGER p3.-CONTRACT 3i RCI, i,;rf-sY-'.z'` • 0 PR'ThJECT NO 21 Jt r�3£• ' it September 19 2007 p _0-�-t `t -LJ• C5LJ- ) "iTFILE: 2107 Marvin Gardens Bid Sum.pub ''` � � DATE CITY ENGINEERt>.DATE CITY MANAG'E`R ,�`»>-->'` SHEET 2 of 3 BID SUMMARY City of Yakima Marvin Gardens Improvements CITY PROJECT NO. 2107 ENGINEERS ESTIMATE KRCI, LLC WENATCHEE, WA. WEST COAST CONST WOODINVILLE, WA GRANITE NORTHWEST, INC. WATSONVILLE, CA TRI -VALLEY CONST, INC. YAKIMA, WA ITEM Bid Security Bond Bond Bond Bond Bond Bond NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT SCHEDULE "C" HATHAWAY WATR EXTENTION 1 SURFACE REPAIR 430 SY 100.00 43,000.00 22.00 9,460.00 44.00 18,920.00 38.00 16,340.00 21.35 9,180.50 2 SHORING OR EXTRA EXCAVATION CLASS 8 750 LF 1.50 1,125.06 1.00 750.00 2.00 1,500.00 2.50 1,875.00 1.00 750.00 3 CRUSHED SURFACING TOP COURSE (far Trench Backfill) 425 TON 15.00 6,375.00 15.00 6,37 5.00 25.00 10,625.00 16.00 6,800.00 26.75 11,368.75 4 DUCTILE IRON PIPE FOR WATERMAIN 8 IN. DIAM. 750 LF 30.00 22.500.06 52.00 39,000.00 54.00 40,500.00 80.00 60,000.00 48.30 36,225.00 5 -BLANK IN PROPOSAL• 6 GATE VALVE 8 IN. 2 EA 600.00 1,200.00 1,200.00 2,400.00 900.00 1,800.00 1,500.00 3,000.00 955.00 1,910.00 SUBTOTAL 74,200.06 57,985.00 73,345.00 88,015.00 59,434.25 STATE SALES TAX (8.2%) 6,084.40 4,754.77 6,014..29 7,217.23 4,873.61 TOTAL SCHEDULE "C" BID 80,284.40 62,739.77 79,359.29 95,232.23 64,307.86 TOTAL PROJECT 2107 (SCHEDULES A+B+C) BID: 546,377.76 577,780.20 869,850.73 966,716.83 483,597.02 Mb RESPONSIVE (UNSJG VON - ED) CITY ENGINEERS REPORT :_> ,g,,, CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON SEPTEMBER 19, „'ti11 ; ,� 2007 AT 2:00 PM �t13\ I C l i, �1' � ,; � � 5 rr� ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. !>''� '> I RECOMMEND THE CONTRACT BE AWARDED T0:r. - -.,{ AWARD MADE BY CITY MANAGER y 1_- KRCI, LLC 1� � c 0 c ' i i'` i'v7 1• t...tn: ,fid" J aSeptember 19, 2007 q _ zp _ 0-3 -3,A 5 -1 1$' 11 1`1 \,Z�. ,z� �. { FILE. 2107 Marvin Gardens Bid Sum.pub ' DATE CITY ENGINEEF 11;;1 a '' _ DATE CITY MANAGER "��,... SHEET 3 of 3 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT William R. Cook, Director Engineering Division 129 North Second Street Yakima, Washington 98901 Phone: (509) 575-6111 • Fax (509) 576-6305 September 24, 2007 Mr. David Robinson KRCI, LLC P.O. Box 5120 Wenatchee , Washington 98807 Re: Marvin Gardens Improvements City Project No. 2107 Dear Mr. Robinson: The City Manager of the City of Yakima, has authorized an award of the contract for the above referenced project to your company on the basis of your low bid submitted on September 19, 2007 in the amount of $577,780.20. This letter is official notification of the award of the contract to your company by the City of Yakima. Enclosed is one set of the specifications, proposal and contract documents for your information. Also enclosed are four copies of the contract and a performance bond form. Please sign all copies of the contract form and return them to this office, along with the fully executed performance bond and the certificate of insurance, within ten (10) calendar days Your attention is directed to Section 1-07.18 Public Liability and Property Damage Insurance (APWA GSP) of the City of Yakima Special Provisions to the Standard Specifications for coverage limits, additional insurance requirements and special ACORD form wording. We have also included a Liability Certificate Checklist for your and your surety's convenience. When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and proposal into contract document books. The completed books will be distributed to the City Clerk, City Engineer, Contractor and Contractor Surety. Please contact Bruce Floyd, Construction Supervisor, of our office within ten (10) days of this date to schedule a pre -construction conference, and to discuss various forms and documentation that must be completed and turned into him at the Pre -construction Conference The Notice to Proceed will also be discussed at the Pre -construction Conference Bruce's office phone is 576-6138. For your information, we are enclosing a copy of the bid summary for this project. Sincerely, 1S Brett Sheffield, P E. Chief Engineer encl. Cc Brett Sheffield, Chief Engineer Bob Desgrosellier, Senior Engineer Bruce Floyd, Construction Supervisor Al Rose, Project Engineer Wendy Leinan, Contract Specialist City Clerk Edna Pettyjohn Finance Bill Cook, Mgr, CED Bill Cobabe, ONDS Yakima File 2107 w-Ity 'SIU.' 1994 ADDENDUM NO. 3 TO THE CONTRACT DOCUMENTS FOR THE CITY OF YAKIMA, WA. FOR MARVIN GARDENS Plat Improvements CITY PROJECT 2107 BID OPENING September 19, 2007 2:00 P.M. TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The following corrections are made to the Contract Documents for this project. Plans & Details 1) Several City of Yakima Standard Details were left out of the Document Specification Book and are attached herewith and are hereby made a part of the Bid Documents. The details are as follows: R1 Cement Concrete Curb R8 Residential Drwy Approach R10 Sidewalk Jointing R11 Sidewalk Ramps R12 Cement Concrete Sidewalk R14 Surface Repair R15 Survey Monument 2) Pages 211 thru 213 of the Document Specification Book: The ITEM PROPOSAL BID SHEETS for this project were found to have a number of errors in quantities. The attached REVISED ITEM PROPOSAL BID SHEETS shall Supersede and Replace the sheets in the Document Specification Book Remove the old pages and Replace with the new pages as attached 3) A City of Yakima Special Provision for Illumination was not included in the Document Specification Book. The attached City of Yakima Special Provision for Section 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL, together with WSDOT Standard Plan J -3b, shall hereby be included as a part of the Contract Document Specifications for this project. This addendum is to be considered as much a part of the Contract Documents as if it were included in the body of the plans and specifications, and will be incorporated in and made a part of the contract when awarded and when formally executed. Page 1 of 2 The Bidder shall acknowledge in writing, on the Proposal Signature Sheet, this addendum in order to have the bid considered. APPROVED 6.Ztt - v`"1 Brett Sheffield, FO.S. Date END OF ADDENDUM NO. 3 Page 2 of 2 1/2" R N 5 1/2" 18" 1/2" R CEMENT CONCRETE BARRIER CURB r-- 1 1/2" R_\ I 1 '6 1/2"I . . (0 18" •-} CEMENT CONCRETE DEPRESSED CURB FLOW 1/2" R LINE 16" R CEMENT CONCRETE ROLLED CURB 5/8" REBAR 0 10' 0.C. N W (0 n 6" • e.. . • CEMENT CONCRETE EXTRUDED CURB 25" FLOW LINE 11" 1/2" R 1/2" R r 9/16" • v . . CEMENT CONCRETE VALLEY GUTTER R CEMENT CONCRETE SIDEWALK BOND BREAKER CEMENT CONCRETE PEDESTRIAN CURB CURB TERMINAL END NOTES 1. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 2. EXCAVATION LIMITS ARE 6" BEHIND AND 6" IN FRONT FOR REMOVING AND REPLACING EXISTING CURB & GUTTER. 3. ROLLED CURB MAY BE PERMITTED ALONG RESIDENTIAL ROADWAYS ONLY AND MUST BE APPROVED BY THE CITY ENGINEER. APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL CEMENT CONCRETE CURB R01 CURB & GUTTER DISTANCE VARIES - SEE PLAN 2" CSTC (COMPACTED DEPTH) 6" WSDOT CL 3000 CONCRETE W/ COARSE AGGREGATE GRADING NO. 5 YMC 8.64.070 CONSTRUCTION JOINT CONSTRUCTION JOINT APPROVED• 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL RESIDENTIAL DRWY APPROACH R08 FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. 2. 1-1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE w/ "V" GROOVES AT 5' INTERVALS. 3. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 4. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL SIDEWALK JOINTING R10 RP 11' CEMENT CONCRETE PEDESTRIAN CURB 3/8" EXPANSION JOINT (TYP) L RAMP - TYPE 1 11' :r rr DEPRESSED CURB SECTION CEMENT CONCRETE SIDEWALK DETECTABLE WARNING PATTERN (TRUNCATED DOMES) SECTION A ISOMETRIC VIEW NOTES CEMENT CONCRETE PEDESTRIAN CURB RP 3/8" EXPANSION JOINT (TYP) RAMP - TYPE 2 5' 2' 1- 2% y DEPRESSED CURB SECTION CEMENT CONCRETE PEDESTRIAN CURB CEMENT CONCRETE SIDEWALK DETECTABLE WARNING PATTERN (TRUNCATED DOMES) SECTION B ISOMETRIC VIEW 1. THIS DETAIL INDICATES MINIMUM SIZE, SIDE SLOPE, AND PATTERN REQUIREMENTS FOR ACCEPTABLE HANDICAP ACCESS RAMPS. STYLE, NUMBER, AND LOCATION OF RAMPS WILL DEPEND ON SITE CONDITIONS. (CROSSWALK SEPARATION, CURB RADIUS, ETC.) AND SHALL BE INSTALLED ACCORDING TO THE PROJECT SITE PLAN APPROVED BY THE CITY ENGINEER. 2. CURB RAMPS WILL NOT BE POURED INTEGRAL WITH THE SIDEWALK OR CURB Sc GUTTER, AND SHALL BE ISOLATED BY EXPANSION JOINT MATERIAL ON ALL SIDES BUT NOT AT THE END OF THE RAMP ADJACENT TO THE CURB. 4101.1111‘__ kW' V. 3/8" EXPANSION � I JOINT (TYP)it" RAMP - TYPE 3 5' 4' 2' rr RAMP LANDING 2% DEPRESSED CURB SECTION CEMENT CONCRETE SIDEWALK DETECTABLE WARNING PATTERN (TRUNCATED DOMES) SECTION C ISOMETRIC VIEW 3. AVOID PLACING DRAINAGE STRUCTURES, JUNCTION BOXES OR OTHER OBSTRUCTIONS IN FRONT OF RAMP ACCESS AREAS. 4. DETECTABLE WARNING PATTERNS SHALL BE CREATED AS SPECIFIED BY VANGUARD ADA SYSTEMS OF AMERICA, SNOHOMISH, WA AND SHALL BE AS NON SKID AS THE SURROUNDING PEDESTRIAN SURFACES. 5. RAMP SLOPES SHALL NOT BE STEEPER THAN 12H:1V. APPROVED: 1.5.2005 CITY OF YAKIMA - ENGINEERING DIVISION SIDEWALK RAMPS R11 • • r SEE PLANS S = -0.02 • . • 4• • 4 . • COMPACTED EARTH COLD JOINT 4" WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 2" MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 4" STANDARD SECTION SEE PLANS COLD JOINT = -0.02 C • •- COMPACTED EARTH 6" WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 2" MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 6" THICKENED SECTION APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL CEMENT CONCRETE SIDEWALK R12 EXISTING PAVEMENT — DEPTH VARIES ASPHALT CONCRETE PATCH 1'-0" LIMITS EXCAVATION LINE 1,-0" Q 1'-0" (MIN) APPLY CSS -1 & SAND TO SEAL THE SURFACE JOINTS. APPLY CSS -1 TO EDGES OF REPAIR SECTION AND TO SURFACE OF CONCRETE, IF OVERLAYED. ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA HMA CLASS "A" ® 1.5 TIMES DEPTH OF EXISTING ASPHALT. 3" MINIMUM COMPACTED DEPTH IN 2 EQUAL LIFTS. (OR AS APPROVED BY THE CITY ENGINEER) 6" CSBC (COMPACTED DEPTH) ASPHALT CONCRETE SURFACED EXISTING SURFACE — DEPTH VARIES GRAVEL SURFACE PATCH 1'-0" LIMITS EXCAVATION LINE Q 1,-0" 1,-0" 2" CSTC (COMPACTED DEPTH) GRAVEL SURFACED UNSURFACED AREAS PATCH 1,-0" LIMITS EXCAVATION LINE 1'-0" ci ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA EXISTING GROUND 1.-0" N OTE ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 12" MINIMUM (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. UNSURFACED AREAS 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. APPROVED' 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL SURFACE REPAIR R14 f 9 1/2" 8" 7 1/8" 8 1/8" MONUMENT CASE MONUMENT CASE 1 1/2" CLASS "G" ASPHALT (COMPACTED DEPTH) i iiiiiiii 6" CLASS 3000 CONCRETE MONUMENT CASE TO BE SATHER MFG. CO. #2022 OR APPROVED EQUIVALENT 3/16" WIDE BEAD, 1/8" HIGH 12" MAX CRUSHED SURFACING TO BE PLACED AFTER PLACEMENT OF MONUMENT CASE SUFFICIENT TO SECURE MONUMENT •w•• //////// ii,,,,,, 2" ALUMINUM, BRONZE OR BRASS SURVEY CAP 5/8" REBAR - 24" LENGTH MIN. NOTES 1. MONUMENT TO BE PLACED AFTER FIRST LIFT 2. TOP OF MONUMENT CASE SHALL BE 1" BELOW TOP OF FIRST LIFT. 3. MONUMENT CASE TO BE PLACED AFTER FINAL LIFT OF ASPHALT. 4. IN UNIMPROVED ROADS, THE MONUMENT CASE SHALL BE SET WITH THE TOP OF THE CASE 6" BELOW EXISTING GRADE. 5. WSDOT CLASS 3000 CONCRETE WITH AGGREGATE GRADING NO. 5. APPROVED: 1.5.2005 CITY OF YAKIMA - STANDARD DETAIL SURVEY MONUMENT R15 ITEM PROPOSAL BID SHEET City of Yakima Marvin Gardens Subdivision Improvements City Project No. 2107 ITEM NO. PROPOSAL ITEM (SCHEDULE A) Utilities PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1 LS 1-07.15 2 MOBILIZATION 1 LS 1-09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 1-10.5 4 ROADSIDE CLEANUP 1 FA $10,000.00 $10,000 00 2-01.5 5 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 LS 2-02.5 6 SHORING OR EXTRA EXCAVATION CLASS B 2440 LF 2-09.5 7 MANHOLE 48 IN. DIAM. Type 1 6 EA 7-05.5 8 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 720 TON 7-08.5, 7-10.5 9 STRUCTURE EXCAVATION CLASS B INCL. HAUL 1860 CY 7-08.5 10 DUCTILE IRON PIPE FOR WATER MAIN 8 IN. DIAM. 675 LF 7-09.5 11 DUCTILE IRON PIPE FOR WATER MAIN 6 IN. DIAM. 540 LF 7-09.5 12 BLOWOFF ASSEMBLY 2 EA 7-09.5 13 GATE VALVE 8 IN. 1 EA 7-12.5 14 GATE VALVE 6 IN. 2 EA 7-12.5 15 HYDRANT ASSEMBLY 1 EA 7-14.5 16 PVC SANITARY SEWER PIPE 8 IN. DIAM. 1222 LF 7-17.5 17 PVC SANITARY SEWER PIPE 4 IN. DIAM. 956 LF 7-17.5 18 REMEDIATION EXCAVATION 1100 CY 8-30.5 19 AIR SAMPLING 6 EA - 210 - ITEM NO. PROPOSAL ITEM (SCHEDULE A) Utilities PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 8-30.5 20 REPAIR OR REPLACEMENT 1 FA $10,000.00 $10,000.00 8-31.5 I SUB -TOTAL: STATE SALES TAX (8.2%): SCH. A: SUBTOTAL: 1 ITEM NO. PROPOSAL ITEM (SCHEDULE B) Street PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 ROADWAY EXCAVATION INCL. HAUL 560 CY 2-03.5 I 2 CRUSHED SURFACING BASE COURSE 898 TOS: 4-04.5 3 HMA CL. Y2", PG 64-28 280 TON 5-04.5 4 SURFACE REPAIR 645 SY I 5-04.5 5 SOLID WALL PVC STORM SEWER PIPE 12" DIAM. 126 LF 7-04.5 6 SOLID WALL PVC STORM SEWER PIPE 18" DIAM. 47 LF 7-04.5 7 CATCH BASIN TYPE 1 8 EA 7-05.5 8 DRAINAGE INFILTRATION/RETENTION BASIN 1 LS 7-05.5 9 STRUCTURE EXCAVATION CLASS B INCL. HAUL 420 CY 7-08.5 10 SHORING OR EXTRA EXCAVATION CLASS B 750 LF 7-08.5 11 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 65 TON 7-08.5 12 CEMENT CONC. TRAFFIC CURB AND GUTTER 180 LF 8-04.5 13 MOUNTABLE CEMENT CONC TRAFFIC CURB 1005 LF (I 8-04 5 14 MONUMENT CASE AND COVER 4 EA 8-13.5 15 CEMENT CONC. SIDEWALK, 4" THICK 100 SY 8-14.5 - 211 - ITEM NO. PROPOSAL ITEM (SCHEDULE B) Street PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 16 CEMENT CONC. SIDEWALK, 6" THICK 560 SY 8-14.5 17 ILLUMINATION SYSTEM 1 LS 8-20.5 SCH. B: SUBTOTAL: ITEM NO. Proposal item (Schedule C) HATHAWAY WATER EXTENSION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SURFACE REPAIR 430 SY 5-04.5 2 SHORING OR EXTRA EXCAVATION CLASS B 750 LF 7-08.5 3 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 425 TON 7-08.5 4 DUCTILE IRON PIPE FOR WATERMAIN 8 IN. DIA. 750 LF 7-09.5 5 6 GATE VALVE 8 IN. 2 EA 7-12.5 SUB -TOTAL STATE SALES TAX 8.2% SCH C: SUB -TOTAL SCH. A + SCH. B +SCH C TOTAL BID - 212 - ADDENDUM NO. 3 MARVIN GARDENS PLAT IMPROVEMENT City Project 2107 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.2 Materials Supplement the section with the following. All conduits below grade on this project shall be• Schedule 40 PVC Underground Conduits (electrical grade - gray color) with pull rope Additional materials to be installed on this project include, but are not limited to: junction boxes, a pulling vault, light standards, luminaries, cement concrete anchor bases, anchor bolts, conductors, and complete electrical service for a complete installation of the illumination system ready for service. The pull rope shall be 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051-4-1/8), shall be installed in each conduit run with two (2) feet doubled back at each termination Wiring for street lighting shall be per NEC code and shall include one #10 ground and two #6 conductors. 8-20.2(1) Equipment List and Drawings Revise Item 1 of the fourth paragraph to read 1. Light standards with or without pre -approved plans Delete the last sentence of the section. 8-20.3 Construction Requirements 8-20.3(2) Excavating and Backfilling Revise the first paragraph to read• The excavation required for the installation of conduit, cement concrete anchor bases, and pullboxes shall be performed in such a manner as to cause the least possible injury to streets, sidewalks, and other improvements The trenches shall not be excavated wider than necessary for the proper installation of the conduit and pullboxes Anchor base excavation shall be augered or dug by hand with proper care to avoid damage to other utilities. Excavation shall not be performed until immediately prior to installation of conduit and/or structures The material from the excavation shall be placed to cause the least interference to vehicular and pedestrian traffic and to surface drainage 8-20.3(4) Foundations Supplement this section with the following Anchor bases shall be constructed of Portland Cement Concrete - Class 3000, poured -in- place to the depths and dimensions shown on the Plans and shall be made in one pour. The top four inches of anchor bases shall be formed and finished 24 inches square with 3/4 - inch chamfer edges and the top shall be at finish sidewalk grade or finished curb grade, depending on the location The top four inches shall be separated from concrete surfaces by means of an expansion joint. Forms for the anchor bases shall be true to line and grade and conduit ends and anchor bolts shall be held in proper position and height by means of a temporary template 8-20.3(5) Conduits Revise this section to read: Conduit run(s) to each light standard shall be located in utility easement adjacent to sidewalk. Conduit bends, if other than factory bends, shall have no less than an 18 -inch radius Runs terminating in pole bases shall extend five (5) inches above the foundation and shall be sloped toward the hand hole opening Runs entering junction boxes shall terminate approximately two inches (2") above the bottom of the box and within three inches (3") of the box wall nearest its entry. Conduit entry into junction boxes shall terminate with a manufactured 90 -degree rigid metal elbow to facilitate cable pulling. PVC conduit "push- pennys" or suitable equivalent shall be used on all terminations to keep conduits clean. Trenching across the roadway is allowed. The pull rope shall be 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051-4-1/8), shall be installed in each conduit run with two (2) feet doubled back at each termination. When cable is pulled, this rope shall be re -pulled along with the cable Elbows may be 45 or 90 degree as needed. The ten feet of rigid conduit is not required. All conduit ends shall be reamed to remove burrs and rough edges. Field cuts shall be square and true so that ends will fit securely in PC couplings. 8-20.3(6) Junction Boxes Revise the first paragraph to read: The terms "pullbox" and "junction box" are interchangeable Pullboxes shall be constructed at each light standard (or as directed in field) in accordance with the City of Yakima Standard Details. Pullboxes shall not be located in wheelchair ramps or landing areas. The pullboxes shall be installed true to line and grade. The Contractor shall provide a good, firm foundation for the bearing surface edges of the pullboxes. The low voltage cables and wires are separated and run through separate conduits Do not install asphalt joint filler material between junction boxes and other concrete surfaces 8-20.3(8) Wiring Supplement this section by with the following. The street lighting conductors for the lights shall each run from the adjacent light or pullbox to the appropriate pullboxes where they branch to the luminaries. Conductor sizes shall be as required or as match existing conductors. A pair of in-line fuses shall be installed in each lighting standard base The Contractor will be required to provide all conductors needed for completing the light standard installation Epoxy splice kits shall not be used. Wire number sleeves and cable tags are not required. Mast arms with four section signal heads are to be wired with 7 conductor cable. 8-20.3(10) Service Supplement this section as follows: The source of power to the new service shall be from Power Pole 13-18/141507, 22' left of Station 2+54 or as directed by Power Company, to meet PP&L requirements. The service shall be a Strut -mount modified type B, single-phase 120v/240v 100 -amp service installed as per the plans and details to meet PP&L requirements 8-20.3(13)A Light Standards Supplement this section with the following. Light Standards are direct bury and shall be installed in accordance with the Manufacture specifications The Light Standards on this project shall be as shown on the City of Yakima Standard Details. 8-20.3(13)B Luminaires Supplement this section with the following: Luminaires to be used on this project shall be the maximum (but no exceed 200 watts) specified by the manufacture. 8-20.5 Payment Revise this section to read: Payment will be made in accordance with Section 1-04 1, for the following bid item: "Illumination System", per lump sum The lump sum contract price for "Illumination System", shall be full pay for furnishing all labor, materials, tools, and equipment necessary or incidental to the construction of the complete illumination and electrical system as shown on the Plans and herein specified This shall include, but not be limited to, excavation, backfilling, concrete foundations, light standards, luminaires, electrical service, pullboxes, conduit, wiring, restoring facilities destroyed or damaged during construction, removing or salvaging all existing equipment, and for making all required tests All additional materials and labor not shown on the Plans or called for herein and which are required to complete the various systems shall be considered as incidental to the construction and shall be included in the lump sum contract price, and no additional compensation shall be allowed. 9-29 ILLUMINATION, SIGNALS, ELECTRICAL 9-29.1 Conduit Revise this section to read: Conduit shall be Schedule 40 Polyvinyl Chloride (PVC) conforming to all NEC requirements regarding electrical grade - gray color PVC conduits. 9-29.2 Junction Boxes Revise this section to read: Junction boxes shall be Type 1, 2,or 3 as shown on the plans They shall be constructed of polymer concrete and reinforced by a heavy -weave fiberglass similar and equal to Quazite Style PG Boxes and covers shall be concrete gray color and rated for no less than 8,000 pounds over a 10" x 10" area and designed and tested to temperatures of —50° F Heavy- duty box covers shall have service load of not less than 15, 000 pounds over a 10" square area. The covers shall have a minimum coefficient of friction of 0.5, and shall have the logo "Traffic Signal" or "Street Lighting" as appropriate on them Do not install felt expansion material around pull boxes when new concrete is poured. 9-29.6 Light and Signal Standards Add the following sentence to this section: Light standards for this project shall be Fiberglass as shown on the City of Yakima Standard Detail E4 The installation shall be per the detail and manufacture's specifications. 9-29.6(5) Foundation Hardware Supplement this section with the following: The Lighting Standard to be used on this project is a direct bury system and does not have installation hardware except as specified by the Manufacture 9-29.10 Luminaires Supplement this section with the following. Luminaires shall be the type and maximum wattage recommended by the Manufacture but not exceed 200 watts Luminaires shall be fused per Section 9.29 7 9-29.12(1) Illumination Circuit Splices Supplement the section with the following Illumination wires shall be spliced in the pole bases or terminal compartment. 9-29.24 Service Cabinets Supplement this section as follows. The service shall be a Strut mount modified type B, single-phase 120v/240v 100 -amp service installed to meet the PP&L requirements. Refer to WSDOT Standard Plan J -3b. 9-29.24(2) Electrical Circuit Breakers and Contactors Revise this section as follows: Delete the second paragraph. GENERAL NOTES 200 AMP TYPE 1202401• 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 2. 5. THE FOLLOWING EQUIPMENT WITHIN THE SERVICE ENCLOSURE SHALL HAVE AN APPROPRIATELY ENGRAVED PHENOLIC NAME PLATE ATTACHED WITH SCREWS OR RIVETS: KEY NUMBERS 2, 3, 4, 8, 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 U11MTYS REQUIREMENTS PRIOR TO FABRICATION OF AND INSTALLING THE SERVICE EQUIPMENT. 7. DIMENSIONS SHOWN ARE MINIMUM AND SHALL BE ADJUSTED TO ACCOMMODATE THE VARIOUS SIZES OF EQUIPMENT INSTALLED. 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 380 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 014 ALL CONDUITS. PLACE COUPLINGS FLUSH WITH TOP OF CONCRETE FOUNDATION. 15. NOTE 15 HAS BEEN DELETED. 16. 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 UTILITY COMPANY. AFTER ADJUSTMENT, CUT OFF ALL -THREAD BOLTS SO THAT 140 LESS THAN 2 AND NO MORE THAN 3 FULL THREADS EXTEND PAST THE FACE OF THE NUTS MOUNTING BLOCK (TYP.) - SEE DETAIL DRAWN BY• MARK SUJKA LEFT SIDE REMOVABLE SEE DOOR HINGE DETAIL NTING PANEL \ 14 2' MIN. 112 11' — III) f-) 1 8 ° SEE NOTE 8 - BARRIER . MOUNTING ° PANEL 19 0 // Q20 ® TT =,,,,0 —�gy15 TT i) 1'-10" 18 3'- 4" SERVICE CABINET DETAIL INSIDE FACE OF DOOR FRONT SLIDE LATCH 18 1/2" PHOTOCELL BYPASS TEST ON PHOTOCELL TEST OFFAUTOMATC WELD TO EACH END 3/8" TYp OF MOUNTING BLOCK/ 3132 V 0.\ 3132 —1 2" x 3" END PLATE (TYP.) ( f magi 12" UNC 5.5.15 8• LONG ALL -THREAD, 8 PLACES " ADJUSTMENT SEE NOTE 18 (TYP) - CUT OFF AFTER F 1 1/2" (TYP) STAND - SEE NOTE 18 FRONT SURFACE OF SAFETY SOCKET BOX PLACE NUT AGAINST END PLATE BEFORE WELDING FRONT VIEW THREE 12" S.S. NUT (TYP.) WASHER - EACH SIDE OF THE PANEL FOUR 1/4-20 S.S. PANHEAD PHILLIPS MACHINE SCREWS, WASHERS, AND NUTS - TOP AND BUTTOM, 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 B DOOR DOOR HINGE DETAIL ALTERNATE FOR TYPE B MODIFIED CABINET SEE NOTE 17 VIEW B -B DOOR HINGE 2" HIGH x 2" OPEN 3/8" BARREL PIANO HINGE TYP CABINET OR PANEL WALL TYP PANEL DOOR 1/4"x5/8" NEOPRENE GASKET DOOR HINGE DETAIL SIDE VIEW MOUNTING BLOCK DETAIL 12 GA. - MATERIAL TO BE THE SAME AS CABINET MATERIAL 120/240 VAC o SIGNAL CKT 18 SPARE CM' KEY 0 13 14 18 17 18 19 PHOTOCELL BYPASS TEST ON - h 111 ILL CKT A O h Wl ILL CKT B 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 306. MAIN BREAKER (SEE BREAKER SCHEDULE) PHOTOCELL BREAKER (SPST 15 AMP -120/240 VOLT) TEST SWITCH (SPOT SNAP ACTION, POSITIVE CLOSE 15 AMP - 120/277 VOLT - T RATED) PHOTOELECTRIC CONTROL, STD. SPEC. 9 - 29.11(2) BRANCH BREAKER (SEE BREAKER SCHEDULE) SIGNAL. BREAKER (SEE BREAKER SCHEDULE) CONTACTOR (SEE BREAKER SCHEDULE) RECEPTACLE BREAKER (SPST 20 AMP -120/240 VOLT) RECEPTACLE, GROUNDED (GFCI 20 AMP - 125 VOLT) NEUTRAL BUSS, 14 LUG COPPER 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 5/8" EXPANDED STEEL MESH MAY BE USED AS ALTERNATIVE MATERIAL SEE PHOTOCELL ENCLOSURE MOUNTING DETAIL SHEET 2 OF 2. HINGED FRONT FACING DOOR WRH 4' x 4" MIN. POUSHED WIRE GLASS WINDOW. HINGED DEAD FRONT WITH 1/4 TURN FASTENERS OR SUDE LATCH. 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- 120/240 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 SIZE PER NEC. MINIMUM SIZE 62 WIRING SCHEMATIC EXPIRES MAY 5. 2005 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 SOCNEI BON MOUNTING DETAIL EB DATE REVISION BY AMIL Wmhhglon Slob D•Pvh^pK of Trvaporlo9on &TATE DEVON 13101MEER GTE 1 5/8" x 1 5/8" 12 GA. SLOTTED STEEL CHANNEL BRACKETS (TWO REQUIRED) CONDUITS AS REQUIRED. PLUMB CONDUIT ± 1° SEE GENERAL NOTE 14 15/8'x27/18"12 GA. SLOTTED STEEL CHANNEL BRACKETS (3 REQD), EMBED 12" MIN. IN FOUNDATION. ANCHOR BOLT (TYP.) 64 BARS EACH CORNER 44 HOOPS CONDUIT COUPLING (TYP.) SEE GENERAL NOTE 14 TO UTILITY TO LUMINAIRES TO CONTROLLER CABINET FRONT OF SERVICE CABINET GROUND ROD ® 24" STRUT MOUNT 94 BAR EACH CORNER PLAN VIEW OF SERVICE CABINET GROUND ROD (TYP.) 3"—I 13" DIAMETER DRAIN TILE WITH APPROVED COVER. (TYP.) RIGHT SIDE OF SERVICE CABINET TWO 44 HOOPS ANCHOR BOLT (T/P.) SEE STANDARD PLAN J -6c "CABINET FOUNDATION DETAILS", FOR DETAILS NOT SHOWN. tO DRIVE GROUND RODS BEFORE PLACING CONCRETE. MOVE ROD(S) AND DRAIN TILE(S) /MTH COVER(S) AS REQUIRED TO ACHIEVE FULL GROUND PENETRATION. MAINTAIN A 8' MINIMUM CLEARANCE BETWEEN GROUND RODS AS DETAILED ON STD. PLAN J-98 "TYPICAL GROUNDING DETAILS" ® ALL CONDUITS PENETRATING CABINET SHALL BE TERMINATED WITH GROUNDING END BUSHING AND BONDED TO THE CABINET GROUNDING BUS. ® 4" DIAM. x 1/2" DEEP SUMP SLOPE FOUNDATION TOWARDS SUMP 3/8" DIAM. POLYETHYLENE OR COPPER DRAIN PIPE. SLOPE TO DRAIN OUTSIDE FOUNDATION. ® TO SERVICE GROUND - PER STD. PLAN J-98 "TYPICAL GROUNDING DETAILS" 3/8" BOLT (TWO FOR EACH CHANNEL) NOT REQUIRED FOR STRUT MOUNT SPRING NUT SERVICE CABINET R POST 11 IIIA SLOTTED STEEL CHANNEL BRACKET BOLT SIZED FOR SLOTTED STEEL CHANNEL BRACKET, WITH LOCK WASHER & SPRING NUT (3 FOR EACH CHANNEL) CABINET BRACKET MOUNTING DETAIL SEE NOTE 6 12.111111111111111111111111111111114.111. 1I TO UTILITY TO LUMINAIRES -1 SERVICE CABINET MOUNTING DETAILS METAL WASHERS NUT RUBBER WASHER (APPLY SILICONE SEALER TO BOTH SIDES OF RUBBER NISI WASHER PRIOR TO INSTALLATION) /8 11111111 SEE STRAP DETAIL SERVICE CABINET BOLTED TO SLOTTED STEEL CHANNEL BRACKET (SEE SERVICE CABINET MOUNTING DETAILS AND STRAP DETAIL) BEVEL 1/2" PLUMB CONDUIT± 1° TO CONTROLLER CABINET 8 x 8 TREATED TIMBER POST, 10' 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 A ALLEN HEAD 1/8"x11/4"x11/4"x8°ANGLE ELEVATION VIEW POST MOUNT 1/4" x 2" STAINLESS STEEL BOLT /MTH 2 STAINLESS STEEL NUTS. LIBERALLY COAT THIS ASSEMBLY WITH ANTI OXIDANT COMPOUND. BELLEVILLE STAINLESS STEEL SPRING WASHER FILLET WELD CABINET SIDE WALL SIDE VIEW STAINLESS STEEL FLAT WASHER DETAIL A -A CABINET MAIN BONDING JUMPER DETAIL 1 5/8" 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" 0 x 1" BOLT, LOCK WASHER AND NUT. (TYP.) POST MOUNT STRAP DETAIL EXPIRES MAY 5. 2005 411 lwAt5 € i1 hg 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 STATE DEMON ENGINEER DATE Washington Dal Dispiwinwnt of TTvnpWolbn ADDENDUM NO. 2 TO THE CONTRACT DOCUMENTS FOR THE CITY OF YAKIMA, WA. FOR MARVIN GARDENS Plat Improvements CITY PROJECT 2107 BID OPENING: September 12, 2007 2:00 P.M. TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The following corrections are made to the Contract Documents for this project. This Addendum is made due to a number of errors and omissions in the Original Bid Documents. A follow-up Addendum will be prepared to cover those problems. Therefore: 1) The Date and Time of the Bid Opening is hereby changed from the above stated date and time to SEPTEMBER 19, 2007 at 2:00 pm in the City of Yakima Council Chambers. This addendum is to be considered as much a part of the Contract Documents as if it were included in the body of the plans and specifications, and will be incorporated in and made a part of the contract when awarded and when formally executed. The Bidder shall acknowledge in writing, on the Proposal Signature Sheet, this addendum in order to have the bid considered. APPROVED: L . Lt i‘ Brett Sheffield, P. END OF ADDENDUM NO. 2 Page 1 of 1 I 3 Date ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS FOR THE CITY OF YAKIMA, WA. FOR MARVIN GARDENS Plat Improvements CITY PROJECT 2107 BID OPENING: September 12, 2007 2:00 P.M. TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The following corrections are made to the Contract Documents for this project. Plans & Details 1) The cover drawing sheet "Sheet Index" lists a Cross Section Sheet 6. This sheet has been removed from the set and is not needed. The NOTE indicating the size of the Sewer Stubs on the plans is incorrect. The Sewer Stubs shall be 4 -inch diameter. The Proposal has the correct size shown 2)Page 101 of the Document Specification Book: Section 1-02.12 Public Opening of Proposal has and incorrect date listed for the Bid Opening. The date should read September 12, 2007 at 2:00 P.M. The Invitation to Bid shows the correct date and time. 3) Page 160 of the Document Book: Reads State Wage Rates are Inserted Following this Page. It should read FEDERAL WAGE RATES ARE INSERTED FOLLOWING THIS PAGE. This addendum is to be considered as much a part of the Contract Documents as if it were included in the body of the plans and specifications, and will be incorporated in and made a part of the contract when awarded and when formally executed. The Bidder shall acknowledge in writing, on the Proposal Signature Sheet, this addendum in order to have the bid considered. APPROVED: C/1--'' Y G — � — U� Brett Sheffield, P.E. END OF ADDENDUM NO. 1 Page 1 of 1 Date City Of Yakima Marvin Gardens Subdivision Improvements City Project No. 2107 August 2007 THOMAS F. UPTON SURVEYING THOMAS F. UPTON, P.L.S. In association with DEC ENGINEERING SERVICES DENNIS E. COVELL, P.E. 1 EXPIRES 7/25/0/ 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, 98901of Yakima, until 2:00 PM on September 12, 2007 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Marvin Gardens Subdivision Improvements City Project No. 2107 This work shall consist of furnishing all labor, materials and equipment required to construct New Subdivision Improvements for the Hathaway Cul-de-sac West of North 30th Avenue. The project includes: the installation of approximately 1230 linear feet of 8 -inch PVC Sanitary Sewer Pipe and all appurtenances; 675 linear feet of 8 -inch D.I. Class 52 water main and all appurtenances; 675 linear feet of 6 -inch D.I. water main and all appurtenances; and 480 linear feet of street improvements that include curb and gutter, sidewalks, drainage, monumentation and illumination. All in accordance with the Plans and Specifications as prepared for the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $50.00 for each set, non refundable, or by ordering a set by phone at 509-575-6111 or by FAX at 509-576-6314. 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 reserves the right to reject any or all bids and proposals. DATED this 23nd day of August, 2007 (SEAL) DEBBIE MOORE CITY CLERK PUBLISH 8/27/2007 8/28/2007 2 CONTENTS CITY OF YAKIMA Marvin Gardens Subdivision Improvements City Project No. 2107 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications 5 Amendments to the 2006 Standard Specifications 5 CONTRACT PROVISIONS Special Provisions 99 Project Description 99 1-01 Definitions 100 1-02 Bid Procedures and Conditions 101 1-03 Award and Execution of Contract 102 1-04 Scope of Work 103 1-05 Control of Work 104 1-06 Control of Materials 106 1-07 Legal Relations and Responsibilities to the Public 108 1-08 Prosecution and Progress 127 1-10 Temporary Traffic Control 129 2-01 Clearing, Grubbing, and Roadside Cleanup 131 2-02 Removal of Structures and Obstructions 131 2-07 Watering 132 2-09 Structure Excavation 132 5-04 Hot Mix Asphalt 134 7-04 Storm Sewers 135 7-05 Manholes, Inlets, Catch Basins, and Drywells 135 7-08 General Pipe Installation Requirements 136 7-09 Water Mains 137 7-12 Valves For Water Mains 139 7-14 Hydrants 139 7-15 Service Connections 140 7-17 Sanitary Sewers 141 8-13 Monument Cases 142 8-30 Remediation Excavation (New Section) . . 142 8-31 Repair or Replacement (New Section) . .. 146 9-01 Portland Cement 147 9-03 Aggregates 147 9-05 Drainage Structures, Culverts, and Conduits 147 9-22 Monument Cases 148 9-30 Water Distribution Materials 1548 Contract Form 149 3 Performance Bond Form 151 Informational Certificate of Insurance 153 Informational Additional Insured Endorsement 155 Minimum Wage Affidavit Form 157 PREVAILING WAGE RATES Prevailing Wage Rates 159 STATE WAGE RATES 161 PROPOSAL Proposal Form 2U9 Item Proposal Bid Sheet 211 Bid Bond Form 215 Non -Collusion Declaration 217 Non -Discrimination Provision 219 Subcontractor List 221 Wnmcn nnri Minority P1 iciness Gntcrnrise Policy 223 Council Resolution 225 Affirmative Action Plan 227 Bidders Certification 229 Subcontractors Certification 231 Materially and Responsive 233 Proposal Signature Sheet 235 Bidders Check List 237 PLANS & DETAILS Project Details Standard Details Traffic Control Plan Construction Plans 4 STANDARD SPECIFICATIONS The 2006 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, by this reference, are made a part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2006 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-01, DEFINITIONS AND TERMS August 6, 2007 1-01.3 Definitions The first paragraph under Completion Dates is revised to read: Substantial Completion Date is 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, all the initial plantings are completed and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the physical completion of the total contract. SECTION 1-04, SCOPE OF THE WORK April 3, 2006 1-04.6 Variation in Estimated Quantities The third paragraph beginning with "If the adjusted final quantity of any items", is revised to read: If the adjusted final quantity of any item does not vary from the quantity shown in the proposal by more than 25%, then the Contractor and the Contracting Agency agree that all work under that item will be performed at the original contract unit price. SECTION 1-06, CONTROL OF MATERIAL August 6, 2007 1-06.1 Approval of Materials Prior To Use The second sentence in the first paragraph is revised to read: The Contractor shall use the Qualified Product List (QPL), the Aggregate Source Approval (ASA) Database, or the Request for Approval of Material (RAM) form. Number 1 under the second paragraph is revised to read: 5 1. Shall be new, unless the Special Provisions or Standard Specifications permit otherwise; 1-06.1(1) Qualified Products List (QPL) This section is supplemented with the following: The current QPL can be accessed on-line at www.wsdot.wa.gov/biz/mats/QPL/QPL.cfm The following new sub -section is inserted to follow 1-06.1(2). 1-06.1(3) Aggregate Source Approval (ASA) Database The ASA is a database containing the results of WSDOT preliminary testing of aggregate sources. This database is used by the Contracting Agency to indicate the approval status of these aggregate sources for applications that require preliminary testing as defined in the contract. The ASA 'Aggregate Source Approval Report' identifies the currently approved applications for each aggregate source listed. The acceptance and use of these aggregates is contingent upon additional lob samol.na and/or documentation Aggregates approved for applications on the ASA 'Aggregate Source Approval Report' not conforming to the specifications, not fulfilling the acceptance requirements, or improperly handled or installed, shall be replaced at the Contractor's expense. For questions regarding the approval status of an aggregate source, contact the WSDOT Regional Materials Engineer for the Region the source is located in. The Contracting Agency reserves the right to make revisions to the ASA database at anytime. If there is a conflict between the ASA database and the contract, then the contract shall take precedence over the ASA database in accordance with Section 1-04.2. The ASA database can be accessed on-line at www.wsdot.wa.qov/biz/mats/ASA 1-06.2(2)D Quality Level Analysis Item 9 under the first paragraph is revised to read: 9. Determine the Composite Pay Factor (CPF) for each lot. CPF = fl (PF1) + f2(PF2) +.-+ fi(PFi) Efi i=1toj where: fi = price adjustment factor listed in these Specifications for the applicable material j = number of constituents being evaluated 1-06.5 Vacant This section including title is revised to read: 1-06.5 Owners Manuals and Operating Instructions For equipment and materials that are permanently incorporated in the Work, the Contractor shall provide to the Project Engineer all owners manuals and operating instructions furnished by the equipment or material manufacturer. 6 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 6, 2007 1-07.9(1) General The fifth paragraph is revised to read: If employing labor in a class not listed in the contract provisions on state funded projects only, the Contractor shall request a determination of the correct wage and benefits rate for that class and locality from the Industrial Statistician, Washington State Department of Labor and Industries (State L&I), and provide a copy of those determinations to the Engineer. The fifth paragraph is supplemented with the following new paragraph: If employing labor in a class not listed in the contract provisions on federally funded projects, the Contractor shall request a determination of the correct wage and benefits for that class and locality from the U. S. Secretary of Labor through the project engineer's office. Generally, the Contractor initiates the request by preparing Standard Form 1444 Request for Authorization of Additional Classification and Rate, available at http://www.wdol.gov/docs/sf1444.pdf, and submitting it to the Project Engineers' office for further action. 1-07.10 Worker's Benefits The fourth paragraph is revised to read: The Public Works Contract Division of the Washington State Department of Labor and Industries will provide the Contractor with applicable industrial insurance and medical aid classification and premium rates. After receipt of Revenue Release from the Washington State Department of Revenue, the contracting agency will verify through the Department of Labor and Industries that the Contractor is current with respect to the payments of industrial insurance and medical aid premiums. 1-07.11(10)B Required Records and Retention The second and third paragraphs under "Monthly Employment Utilization Reports" are deleted. 1-07.15 Temporary Water Pollution/Erosion Control The first paragraph is revised to read: In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the work, nearby land, streams, and other bodies of water, the Contractor shall perform all work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. 1-07.17 Utilities and Similar Facilities This section is revised to read: The Contractor shall protect all private and public utilities from damage resulting from the Work. Among others, these utilities include: telephone, telegraph, and power lines; pipelines, sewer and water lines; railroad tracks and equipment; and highway lighting and signing systems. AU costs required to protect public and private utilities shall be at the Contractor's expense, except as provided otherwise in this section. Chapter 19.122 of the Revised Code of Washington (RCW) relates to underground utilities. In accordance with this RCW, the Contractor shall call the One -Number Locator Service for field location of utilities. If no locator service is available for the area, notice shall be provided individually to those owners of utilities known to, or suspected of, having underground facilities within the area of the proposed excavation. This section is supplemented with the following two new sub -sections: 7 1-07.17(1) Utility Construction, Removal or Relocation by the Contractor If the Work requires removing or relocating a utility, the contract will assign the task to the Contractor or the utility owner. When the task is assigned to the Contractor it shall be performed in accordance with the Plans and Special Provisions. New utility construction shall be performed according to the appropriate contract requirements. To ease or streamline the Work for its own convenience, the Contractor may desire to ask utility owners to move, remove, or alter their equipment in ways other than those listed in the Plans or Special Provisions. The Contractor shall make the arrangements and pay all costs that arise from work performed by the utility owner at the Contractor's request. Two weeks prior to implementing any such utility work, the Contractor shall submit plans and details to the Engineer for approval describing the scope and schedule of all work performed at the Contractors request by the utility owner. In some cases, the Plans or special provisions may not show all underground facilities. If the Work requires these to be moved or protected, the Engineer will assign the task to others or issue a written change order requiring the Contractor to do so as provided in Section 1-04.4. 1-07.17(2) Utility Construction, Removal or Relocation by Others Any authorized agent of the Contracting Agency or utility owners may enter the highway right-of-way to repair, rearrange, alter, or connect their equipment. The Contractor shall cooperate with such efforts and shall avoid creating delays or hindrances to those doing the work. As needed, the Contractor shall arrange to coordinate work schedules. if the contract provides notice that utilities will be adjusted, relocated, replaced, or constructed by others during the prosecution of the work, the Special Provisions will establish the utility owners anticipated completion. The Contractor shall carry out the Work in a way that will minimize interference and delay for all forces involved. Any costs incurred prior to the utility owners anticipated completion (or if no completion is specified, within a reasonable period of time) that results from the coordination and prosecution of the Work regarding utility adjustment, relocation, replacement, or construction shall be at the Contractor's expense as provided in Section 1-05.14. When others delay the Work through late removal or relocation of any utility or similar facility, the Contractor shall adhere to the requirements of Section 1-04.5. The Contracting Agency will either suspend Work according to Section 1-08.6, or order the Contractor to coordinate the Work with the work of the utility owner in accordance with Section 1-04.4. When ordered to coordinate the Work with the work of the utility owner, the Contractor shall prosecute the Work in a way that will minimize interference and delay for all forces involved. SECTION 1-10, TEMPORARY TRAFFIC CONTROL August 6, 2007 1-10.1(1) Materials This section is supplemented with the following: Tall Channelizing Devices 9-35.13 Portable Temporary Traffic Control Signal 9-35.14 1-10.2(3) Conformance to Established Standards The second and third sentences in the first paragraph are revised to read: Judgment of the quality of devices furnished will be based upon Quality Guidelines for Temporary Traffic Control Devices, published by the American Traffic Safety Services Association. Copies of the MUTCD and Quality Guidelines for Temporary Traffic Control Devices may be purchased from the American Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, Virginia 22406-1022. The third sentence in the fourth paragraph is revised to read: 8 All Category 2 devices shall meet the requirements of NCHRP 350. The fourth sentence in the fourth paragraph is deleted. The second sentence in the sixth paragraph is revised to read: Crash testing is not required for these devices. The first sentence in the seventh paragraph is revised to read: The condition of signs and traffic control devices shall be acceptable or marginal as defined in the book Quality Guidelines for Temporary Traffic Control Devices, and will be accepted based on a visual inspection by the Engineer. 1-10.3(3) Traffic Control Devices This section is supplemented with the following new sub -section: 1-10.3(3)K Portable Temporary Traffic Control Signal Where shown on an approved traffic control plan, the Contractor shall provide, operate, maintain and remove a portable temporary traffic control signal to provide alternating one -lane traffic operations on a two-way facility. A portable temporary traffic control signal shall be defined as a traffic control signal that may be trailer mounted, fully self-contained unit and designed so that it can be easily transported and deployed at different locations. The Contractor shall submit the manufacturer's specifications for the portable temporary traffic control signal to the Engineer for approval at the pre -construction meeting or a minimum of two weeks prior to installation, whichever occurs first. A manufacturer's representative is required to demonstrate the capabilities of the temporary portable signal prior to approval and provide training to contractor personnel as necessary. The Contractor shall provide a minimum of one manufacturer trained operator on-site during all hours of portable traffic control signal operation. Remote manual control of the portable traffic control signal by the Traffic Control Supervisor (TCS) or a qualified operator may be allowed if necessitated by work area or traffic conditions and as approved by the Engineer. Maximum length between signal heads shall be 1500 ft unless otherwise shown on the plans or ordered by the Project Engineer in accordance with Section 1-04.4. The WSDOT Region Signal Superintendent or designee will inspect the signal system at initial installation/operation and either provide or approve the signal timing. Final approval will be based on the results of the operational inspection. If repairs or adjustments are required the Contractor shall respond immediately and provide flagger traffic control, if the roadway cannot be safely reopened to two-way traffic, until such time that repairs can be made. The Contractor shall either repair the signal or replace with a backup unit within 24 hours. The Engineer will monitor the traffic, signal operation and order adjustments as needed based on traffic conditions. Timing adjustments require the approval of the Project Engineer. As shown on the traffic control plan, temporary stop bars and "STOP HERE ON RED Signs (R10-6) shall be provided at the location traffic is expected to stop during the red display. The stop bar locations shall be illuminated at night. The illumination shall be the responsibility of the contractor and shall be adjusted to ensure minimal glare to motorists. 9 When not in operation, remove signal heads from the view of traffic or cover signal heads with bags made of non -ripping material specifically designed for covering signal heads. Do not use trash bags of any type. Remove, cover, fold, or turn all inappropriate signs so that they are not readable by oncoming traffic. The Contractor shall provide and install all field wiring to make a complete and operational portable traffic control signal and shall maintain the system throughout the life of the contract. Portable temporary traffic signals shall not be installed within 300 feet of at -grade railroad crossing, or if driveways or roadway access points are located between the portable temporary traffic control signals. 1-10.4(2) Item Bids with Lump Sum for Incidentals The fourth paragraph is revised to read: "Other Traffic Control Labor" will be measured by the hour. The hours of one person will be measured for each patrol route that the Contractor performs the work described under Section 1- 10.3(2)E, Patrol and Maintain Traffic Control Measures, regardless of the actual number of persons per route. Hours will be measured for each person engaged in any one of the following activities: Operating a pilot vehicle during one-way piloted traffic control. Operating a traffic control vehicle or a chase vehicle during a rolling slowdown operation. Operating a vehicle or placing/removing traffic control devices during tie setup or takedown of a lane closure. Performing preliminary work to prepare for placing and removing these devices. Operating any of the moving traffic control equipment, or adjusting signing during a mobile operation as described in Section 1-10.3(2)D. Placing and removing Class B construction signs. Performing preliminary work to prepare for placing and removing these signs. Relocation of Portable Changeable Message Signs within the project limits. Installing and removing Barricades, Traffic Safety Drums, Barrier Drums, Cones, Tubular Markers and Warning Lights and Flashers to carry out approved Traffic Control Plan(s). Performing preliminary work to prepare for installing these devices. The fifth paragraph is revised to read: Time spent on activities other than those described above will not be measured under this item. Section 1-10.4(2) is supplemented with the following: "Portable Temporary Traffic Control Signal" will be measured per each one time only for each portable temporary traffic control signal device used on the project. The final pay quantity shall be the maximum number of such devices in place at any one time as approved by the Engineer. Section 1-10.5(2) is supplemented with the following: "Portable Temporary Traffic Control Signal," per each. The unit contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the contract work as described in Section 1-10.3(3)K, 10 including all costs for traffic control during a malfunction/failure of the portable traffic control signals and during replacement of failed/malfunctioning signals. SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT August 7, 2006 2-03.3(2) Rock Cuts This section is revised to read: 1. Preserving Rock Below Subgrade. The Contractor shall take care not to break down, loosen, or damage the rock under the subgrade line, except as provided by Section 2-03.3(3). Normally cuts will be made from the top, lift by lift, to protect the rock bench that will remain. The Contractor shall be responsible for methods used and for any damage caused to the roadbed, regardless of any previous approvals by the Engineer. 2. Scaling and Dressing. To leave rock cuts in a safe, stable condition, the Contractor shall scale and dress them, removing all loose fragments and rocks not firmly fastened to the rock slope. The Contractor shall also remove any overhanging rock the Engineer sees as a hazard to roadway users. If the Engineer requires it, the Contractor shall remove loose fragments and rocks lying outside the slope stakes. Payment for such extra work shall be by force account as provided in Section 1-09.6. The Contracting Agency will pay for loading and hauling these materials at the unit contract prices that apply or as provided in Section 1-04.4. 3. Drilling and Blasting. Not less than two weeks prior to commencing drilling and blasting operations or at any time the Contractor proposes to change the drilling and blasting methods, the Contractor shall submit a blasting plan to the Engineer for review. The blasting plan shall contain the full details of the drilling and blasting patterns and controls the Contractor proposes to use for both the controlled and production blasting. The blasting plan submittal is required for all blasting operations and shall contain the following minimum information: a) Station limits of proposed shot. b) Plan and section views of proposed drill pattern including free face, burden, blast hole spacing, blast hole diameter, blast hole angles, lift height, and subdrill depth. c) Loading diagram showing type and amount of explosives, primers, initiators, and location and depth of stemming. d) Initiation sequence of blast holes including delay times and delay system. e) Manufacturer's data sheets for all explosives, primers, and initiators to be employed. Review of the blasting plan by the Engineer shall not relieve the Contractor of the responsibility for the accuracy and adequacy of the plan when implemented in the field. When blasting to establish slopes 1/2 to 1 or steeper, and more than 10 feet high, the Contractor shall use controlled blasting. The Engineer may require the Contractor to use controlled blasting to form the faces of other slopes, even if the slopes could be formed by nonblasting methods. Controlled blasting refers to the controlled use of explosives and blasting accessories in carefully spaced and aligned drill holes to provide a free surface or shear plane in the rock along the specified backslope. Controlled blasting techniques covered by this specification include presplitting and cushion blasting. 11 In addition to the blasting plan submittal, when using controlled blasting the Contractor shall: a) Prior to commencing full-scale blasting operations, the Contractor shall demonstrate the adequacy of the proposed blast plan by drilling, blasting, and excavating short test sections, up to 100 feet in length, to determine which combination of method, hole spacing, and charge works best. When field conditions warrant, the Contractor may be ordered to use test section lengths less than 100 feet. Unless otherwise approved by the Engineer, the Contractor shall begin the tests with the controlled blast holes spaced 30 -inches apart, then adjust if needed, until the Engineer approves the spacing to be used for full-scale blasting operations. b) The Contractor shall completely remove all overburden soil and loose or decomposed rock along the top of the excavation for a distance of at least 30 feet beyond the end of the production hole drilling limits, or to the end of the cut, before drilling the pr espuuu ig holes. c) The controlled blast holes shall be not less than 21/2 inches nor more than 3 inches in diameter. d) The Contractor shall control drilling operations by the use of the proper equipment and technique to ensure that no hole shall deviate from the plane of the planned slope by more than 9 inches either parallel or normal to the slope. Drill holes exceeding these limits shall not be paid for unless satisfactory slopes are being obtained. e) Controlled blast holes shall extend a minimum of 30 feet beyond the limits of the production holes to be detonated, or to the end of the cut as applicable. f) The length of controlled blast holes for any individual lift shall not exceed 20 feet unless the Contractor can demonstrate to the Engineer the ability to stay within the above tolerances and produce a uniform slope. If greater than 5 percent of the presplit holes are misaligned in any one lift, the Contractor shall reduce the height of the lifts until the 9 -inch alignment tolerance is met. Upon satisfactory demonstration, the length of holes may be increased to a maximum of 60 feet with written approval of the Engineer. g) When the cut height requires more than one lift, a maximum 2 -foot offset between lifts will be permitted to allow for drill equipment clearances. The Contractor shall begin the control blast hole drilling at a point that will allow for necessary offsets and shall adjust, at the start of lower lifts, to compensate for any drift that may have occurred in the upper lifts. h) Before placing charges, the Contractor shall determine that the hole is free of obstructions for its entire depth. All necessary precautions shall be exercised so that the placing of the charges will not cause caving of material from the walls of the holes. i) The maximum diameter of explosives used in presplit holes shall not be greater than 1/2 the diameter of the presplit hole. j) Only standard explosives manufactured especially for controlled blasting shall be used in controlled blast holes, unless otherwise approved by the Engineer. Bulk ammonium nitrate and fuel oil (ANFO) shall not be allowed to be loaded in the presplit holes. 12 k) If fractional portions of standard explosive cartridges are used, they shall be firmly affixed to the detonating cord in a manner that the cartridges will not slip down the detonating cord nor bridge across the hole. Spacing of fractional cartridges along the length of the detonating cord shall not exceed 30 inches center to center and shall be adjusted to give the desired results. I) Continuous column cartridge type of explosives used with detonating cord shall be assembled and affixed to the detonating cord in accordance with the explosive manufacturer's instructions, a copy of which shall be furnished to the Engineer. m) The bottom charge of a presplit hole may be larger than the line charges but shall not be large enough to cause overbreak. The top charge of the presplitting hole shall be placed far enough below the collar, and reduced sufficiently, to avoid overbreaking and heaving. n) The upper portion of all presplit holes, from the top most charge to the hole collar, shall be stemmed. Stemming materials shall be sand or other dry angular material, all of which passes a 3/8 -inch sieve. o) If presplitting is specified, the detonation of these holes shall be fired first. p) If cushion blasting is specified, the detonation of these holes shall be fired last on an instantaneous delay after all other blasting has taken place in the excavation. q) Production blast holes shall not be drilled closer than 6 feet to the controlled blast line, unless approved by the Engineer. The bottom of the production holes shall not be lower than the bottom of the controlled blast holes. Production holes shall not exceed 6 inches in diameter, unless approved by the Engineer. Detonation of production holes shall be on a delay sequence toward a free face. r) The use of horizontal blast holes for either production or controlled blasting is prohibited. SECTION 2-09, STRUCTURE EXCAVATION January 3, 2006 2-09.3(1)E Backfilling Item 1 of the first paragraph under Compaction is revised to read: 1. Backfill supporting roadbed, roadway embankments, or structures, including backfill providing lateral support for noise barrier wall foundations, luminaire poles, traffic signal standards, and roadside and overhead sign structure foundations — placed in horizontal layers no more than 6 inches thick with each layer compacted to 95 percent of the maximum density determined by the Compaction Control Test, Section 2-03.3(14)D. SECTION 2-12 CONSTRUCTION GEOTEXTILE August 7, 2006 The section title is revised to read: CONSTRUCTION GEOSYNTHETIC 2-12 CONSTRUCTION GEOTEXTILE This heading is revised to read: 13 2-12 CONSTRUCTION GEOSYNTHETIC 2-12.1 Description The word geotextile is revised to geosynthetic. 2-12.2 Materials In the first and second paragraphs geotextile is revised to geosynthetic. 2-12.3 Construction Requirements In the first, second, and third paragraphs geotextile is revised to geosynthetic. SECTION 3-01, PRODUCTION FROM QUARRY AND PIT SITES August 7, 2006 3-01.4(1) Acquisition and Development The first paragraph is revised to read: If, under the terms of the Contract, the Contractor is required to provide a source of materials, or if the Contractor elects to use materials from sources other than those provided by the Contracting Agency, the Contractor shall, at no expense to the Contracting Agency, make all necessary arrangements for obtaining the material and shall ensure the quantity of suitable material is available. Preliminary samples shall be taken by or in the presence of the Engineer or a designated representative unless the Engineer permits otherwise. Approval of the source does not relieve the Contractor from meeting these specification requirements, nor does it guarantee that the material will meet these requirements without additional or proper processing. The Engineer may require additional preliminary samples at any time. SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION December 4, 2006 5-01.3(2)B Portland Cement Concrete The third paragraph beginning with "Acceptance testing" is supplemented with the following: The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and protect concrete cylinders in cure boxes from excessive vibration and shock waves during the curing period in accordance with Section 6-02.3(6)D. Payment for cure boxes shall be in accordance with Section 6-02.5. 5-01.3(4) Replace Portland Cement Concrete Panel The third paragraph is revised to read: When new concrete pavement is to be placed against existing cement concrete pavement, epoxy coated tie bars and epoxy coated dowel bars shall be drilled and grouted into the existing pavement with either Type I or IV epoxy resin as specified in Section 9-26. Tie bars are not required for panel replacement less than a full panel. 5-01.3(6) Dowel Bar Retrofit The fourth and fifth sentences in the second paragraph are revised to read: When gang saws are used, slots that are not used shall be cleaned and sealed with either Type I or IV epoxy resin as specified in Section 9-26. The sixth paragraph is revised to read: All slot surfaces shall be cleaned to bare concrete by sand blasting. The cleaning shall remove all slurry, parting compound, and other foreign materials prior to installation of the dowel. Any damage 14 to the concrete shall be repaired by the Contractor at no cost to the Contracting Agency. Traffic shall not be allowed on slots where concrete has been removed. 5-01.3(10) Pavement Smoothness This section is revised to read: Perform the work described in Section 5-05.3(12), and the following: Where the pavement is ground, calculation of the profile index shall exclude dips and depressions in the existing roadway. The profilograph generated reports shall be provided to the Engineer prior to payment. 5-01.5 Payment This section is revised to read: In the 15th paragraph for Sealing Transverse and Longitudinal Joints, delete "Cement Concrete Pavement Grinding", per square yard. At the top of the 16th paragraph add "Cement Concrete Pavement Grinding", per square yard. The second sentence in the 16th paragraph is revised to read: The costs of any additional pavement grinding and profiling required to complete the work as specified is also included in this payment. The 18th paragraph for Replace Uncompactable Material is supplemented with the following: All costs associated with the containment, collection and disposal of concrete slurry and grinding residue shall be included in the applicable concrete grinding or cutting items of work. SECTION 5-02, BITUMINOUS SURFACE TREATMENT August 6, 2007 Section 5-02 is revised in its entirety to read: 5-02.1 Description This work shall consist of constructing a single or multiple course bituminous surface treatment (BST) in accordance with these Specifications and in conformity with the lines and cross-sections shown in the Plans or as designated by the Engineer. 5-02.1(1) New Construction This method of treatment requires two applications of asphalt emulsion and three applications of aggregate. The initial application of asphalt emulsion is a prime coat applied to an untreated roadway that is followed with an application of aggregate. The second application of asphalt emulsion is the tack coat and is followed with two additional applications of aggregate. 5-02.1(2) Seal Coats This method require the placing of one application of asphalt emulsion and one or more sizes of aggregate as specified to an existing pavement to seal and rejuvenate the surface and to produce a uniform roadway surface with acceptable nonskid characteristics. 5-02.1(3) Pavement Sealers — Fog Seal This method of treatment requires an application of asphalt emulsion over an existing or newly constructed pavement as specified. 5-02.2 Materials Materials shall meet the requirements of the following sections: 15 Cationic Emulsified Asphalt Aggregates for Bituminous Surface Treatment 9-02.1(6) 9-03.4 Aggregate to be used for bituminous surface treatment shall be of the type and size called for in the Plans or in the proposal. The asphalt emulsion to be used shall be the product which is called for in the Special Provisions, the proposal, or shown in the Plans, and may be conditionally accepted at the source. 5-02,3 Construction Requirements 5-02.3(1) Equipment The equipment used by the Contractor shall be subject to approval by the Engineer before its use. The distributor shall be capable of uniformly applying asphalt emulsion at the required application temperature and rate. Temperature measuring devices shall be capable of reporting the temperature of asphalt emulsion in the tank and also the temperature of the asphalt emulsion being applied to the roadway. A tachometer shall be required to accurately control the application of asphalt emulsion. Distributors shall be equipped with an adjustable spray bar with pressure pump and gauge. The power for operating the pressure pump shall be supplied by a power unit which will provide a uniform spray from each of the nozzles across the spray bar and extensions. The distributor truck shall have a volume control gauge. All reading devices and gauges shall be easily accessible by Inspectors from the ground. Rollers for seal coats shall be self-propelled pneumatic tired rollers. Rollers for new construction shall be a combination of self-propelled pneumatic tired rollers and smooth - wheeled rollers. Each roller shall not weigh less than 12 tons and shall be capable of providing constant contact pressure. Operation of the roller shall be in accordance with the manufacturer's recommendations. Aggregate spreading equipment shall be self-propelled, supported on at least four pneumatic tires, with an approved device for accurately metering and distributing the aggregate uniformly over the roadway surface. Spreading equipment shall be so equipped that the operator has positive width control. This control shall allow the operator to adjust the spreading width of aggregates in 6 inch increments without stopping the machine. Brooms shall be motorized and capable of controlling vertical pressure. Other equipment necessary to satisfactorily perform the work as specified herein or as designated by the Engineer shall be subject to approval by the Engineer before its use on the work. Additional units shall be placed on the work when, in the opinion of the Engineer, it is considered necessary in order to fulfill the requirements of these Specifications, or to complete the work within the time specified. 5-02.3(2) Preparation of Roadway Surface 5-02.3(2)A New Construction The existing roadway surface shall be shaped to a uniform grade and cross-section as shown in the Plans, or as designated by the Project Engineer. The roadway shall be dampened, bladed and rolled until the entire roadway surface shows a uniform grading and conforms to the line, grade, and cross-section shown in the Plans, or as staked. During the operation of blading and rolling, water shall be applied, if necessary, in the amount and at the locations designated by the Project Engineer. 16 The entire surface shall be rolled with a smooth -wheeled or pneumatic -tired roller, or both, as designated by the Engineer, except that the final rolling shall be accomplished with a smooth -wheeled roller as specified in Section 5-02.3(1). Rolling shall continue until the entire roadway presents a firm, damp and unyielding surface. Immediately before the prime coat of asphalt emulsion is applied, the roadway surface shall be in the following condition: firm and unyielding, damp, free from irregularities and material segregation, and true to line, grade, and cross-section. No traffic will be allowed on the prepared surface until the prime coat of asphalt emulsion and aggregate is applied. 5-02.3(2)B Seal Coats The existing bituminous surface shall be swept with a power broom until it is free from dirt or other foreign matter. Hand push brooms shall be used to clean omissions of the power broom. In addition to power and hand brooms, the use of other equipment may be necessary to thoroughly clean the roadway prior to the application of asphalt emulsion. Berms created by the removal of dirt or other foreign matter shall be evenly distributed over the fore slope. Repair of existing pavement shall be done in accordance with Section 5-04. The HMA in repaired areas shall be fog sealed. HMA repaired areas may require a second fog seal depending on surface texture as required by the Project Engineer. The pavement surface shall be dry prior to fog sealing. 5-02.3(2)C Pavement Sealing — Fog Seal Where shown in the Plans or directed by the Engineer, the Contractor shall apply a fog seal. Before application of the fog seal, all surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. The existing pavement surface shall be dry. 5-02.3(2)D Soil Residual Herbicide Where shown in the Plans, soil residual herbicide shall be applied in accordance with Section 5-04. Application of the BST shall begin within 24 hours after application of the herbicide. 5-02.3(3) Application of Asphalt Emulsion and Aggregate Upon the properly prepared roadway surface, asphalt emulsion of the grade specified in the Special Provisions shall be uniformly applied with distributors and specified aggregates spread at the following rates: App ication Rate Undiluted Asphalt Emulsion (gal. per sq. yd.) Applied Aggregate Size (In.) Aggregates (lbs. per sq. yd.) Applied New Construction Prime Coat 0.35-0.65 1/2 -U.S. No. 4 or 3/4- 1/2 25-45 Tack Coat Choke Stone 0.35-0.60 1/2 -U.S. No. 4 U.S. No. 4-0 25-40 4-6 17 Seal Coats 5/8 inch 0.40-0.65 5/8 -U.S. No. 4 U.S. No. 4-0 25-45 4-6 1/2 inch Choke Stone 0.35-0.55 112 -U.S. No. 4 U.S. No. 4-0 20-35 4-6 3/8 inch — No. 4 0.35-.55 3/8- U.S. No. 4 20-30 3/8 inch No. 10 0.20-0.40 3/8- U.S. No. 10 18-30 Pavement Sealing Fog Seal 0.02-0.05 N/A N/A The Project Engineer will determine the application rates. The second application of asphalt emulsion (tack coat) may be applied the next day, or as approved by the Project Engineer. Longitudinal joints will be allowed at only the centerline of the roadway, the center of the driving lanes. or the edge of the driving lanes. To ensure uniform distribution of asphalt emulsion and that the distributor is correctly calibrated, the Contractor shall provide a minimum 1,000 foot test strip when beginning a BST section. To avoid gaps and ridges at transverse junctions of separate applications of asphalt emulsion and aggregate, the Contractor shall spread sufficient building paper over the treated surface to ensure that the distributor will be functioning normally when the untreated surface is reached. If ordered by the Project Engineer, the joints shall be cut back to a neat edge prior to placing the building paper. Should ridges, overlaps, or gaps occur at transverse joints, the Contractor shall repair the defects to the satisfaction of the Project Engineer. In lieu of repair the Engineer may elect to accept the completed joints and will deduct from monies due or that may become due the Contractor, the sum of $200 for each joint where the deviations described above are found. Should longitudinal joints occur outside the centerline of the roadway, the center of the driving lanes, or the edge of the driving lanes, the Contractor shall repair the defects to the satisfaction of the Project Engineer. All costs involved in making the corrections to defects described above shall be borne by the Contractor and no payment will be made for this work. Omissions (skips) by the distributor or tire marks on the uncovered asphalt emulsion shall be immediately covered by hand patching with the same grade of asphalt emulsion and aggregate used on the project. The area covered by any one spread of asphalt emulsion shall be no more than can be covered with aggregate within one minute from the time of application upon any part of the spread. If field conditions warrant, this time may be increased as designated by the Project Engineer. Unless otherwise designated by the Project Engineer, asphalt emulsion shall be spread toward the source of aggregate to avoid injury to the freshly treated surface. Before application to the roadway, asphalt emulsion shall be heated to the temperature determined by the Project Engineer, but within the following limits: 18 Type and Grade of Asphalt Emulsion Distributor Spraying Min. °F or as recommended by the Manufacturer Temperature Max. °F New Construction and Seal Coats: CRS -1, CRS -2, CRS - 2P, CMS -2 125 205 CMS -2S, CMS -2h 125 185 Fog Seal: CSS -1, CSS -1h, STE- 1 70 140 Fog seals shall be uniformly applied to the pavement. The finished application shall be free of streaks and bare spots. CSS -1 and CSS -1h emulsified asphalt may be diluted at a rate of one part water to one part emulsified asphalt unless otherwise directed by the Project Engineer. Fog sealing shall be applied no sooner than 3 days, but no later than 14 days after new construction or seal coat. If required, newly placed aggregates shall be swept prior to the fog seal application. Rebrooming for fog seal applications shall be paid under "Additional Brooming", per hour as specified in Section 5-02.5. 5-02.3(4) Change in Grades of Asphalt Emulsion At any time during the progress of the work, the Project Engineer may order the use of other grades of asphalt emulsion in substitution of the grades specified in the Special Provisions if the intent of the specifications will be better attained. If the invoice price of the grade substituted is higher or lower than that of the grade specified, the difference will be paid by the item Asphalt Emulsion Price Adjustment added to the unit contract price for asphalt emulsion, or if lower, it will be deducted from the unit contract price. 5-02.3(5) Application of Aggregates All aggregate stockpiles shall be watered down to provide aggregates that are uniformly damp at the time of placement on the roadway. After the asphalt emulsion has been spread evenly over the roadway surface, aggregates of the type specified shall be evenly applied to the roadway surface by spreader equipment. The aggregate shall be spread in one operation in such a manner that an 8 -inch strip of asphalt emulsion is left exposed along the longitudinal joint to form a lap for the succeeding applications of asphalt emulsion. If necessary, thin or bare spots in the spread of aggregate shall be corrected immediately by re -spreading with the chip spreader or by hand spreading the aggregate. A minimum of three pneumatic tired rollers providing a minimum of two complete coverages to the roadway immediately behind the spreading equipment for the coarse aggregate shall be required. The maximum rate of roller travel shall be limited to 8 mph. 19 The Contractor shall apply choke aggregates to the roadway with additional spreading equipment immediately following the initial rolling of the coarse aggregate unless otherwise specified in the contract documents or ordered by the Project Engineer. Excess aggregate shall be removed from the roadway. A minimum of one pass with a pneumatic roller shall be made across the entire width of the applied choke aggregate. The operation of trucks hauling aggregate from the stockpile shall be so regulated that no damage, as determined by the Project Engineer, will result to the highway or the freshly applied asphalt surface. The completed surface shall be allowed to cure and then broomed as soon as practical. If brooming causes rock to be turned or if the Project Engineer determines that additional cure is needed, the Contractor shall broom the roadway when directed by the Project Engineer. It after completion of the initial brooming, the Project Engineer determines the need to remobilize for additional brooming, the Contractor shall rebroom the areas designated by the Project Engineer. The Contractor shall apply water for dust control during brooming operations when safety or environmental concerns arise, or as otherwise determined by the Project Engineer. The Contractor shall be held responsible for protecting all surface waters, riparian habitats, or other sensitive areas that may be encroached upon by brooming operations. Materials such as dirt, foreign material, or aggregates removed from these areas shall become the property of the Contractor and shall be disposed of in accordance with Section 2-03.3(7). The Contractor shall use a pickup broom in all curbed areas, on all bridges, within city limits, within environmentally sensitive areas, and where shown in the Plans both before the application of asphalt emulsion and during the final brooming operation. When the pickup broom does not satisfactorily pickup the aggregate, manual methods shall be used. Materials collected by the pickup broom shall become the property of the Contractor and shall be disposed of in accordance with Section 2-03.3(7). Aggregates accumulated in intersections and driveways due to brooming operations shall become the property of the Contractor and shall be disposed of in accordance with Section 2- 03.3(7). The Contractor shall notify the Project Engineer when the brooming for each section is considered complete. The Project Engineer will indicate acceptance or inform the Contractor of deficiencies within 24 hours of notification. 5-02.3(6) Additional Asphalt Emulsion and Aggregate If the application of asphalt emulsion or aggregate, or both, is insufficient or excessive for the required results, the Project Engineer may require the Contractor to make an additional application of one or both materials in accordance with these Specifications, or at the direction of the Project Engineer. Additional asphalt emulsion or aggregate used will be paid for at the unit contract prices for the materials used. 5-02.3(7) Patching and Correction of Defects Omissions by the distributor or damage to the treated surface of any coat shall be immediately covered by hand patching with asphalt emulsion in adequate quantities. Holes which develop in the surface shall be patched in the same manner as specified in Section 5-02.3(2)A. All costs incurred by the Contractor, in coating omissions and patching, shall be included in the unit contract prices for the materials used. Defects such as raveling, lack of uniformity, or other imperfections caused by faulty workmanship shall be corrected and new work shall not be started until such defects have been remedied. 20 All improper workmanship and defective materials resulting from overheating, improper handling or application, shall be removed from the roadway by the Contractor and be replaced with approved materials and workmanship at no expense to the Contracting Agency. If the Engineer determines a fog seal is necessary at any time during the life of the contract, the Contractor shall apply a fog seal. The CSS -1 or CSS -1h emulsified asphalt may be diluted with water at a rate of one part water to one part emulsified asphalt unless otherwise directed by the Project Engineer. 5-02.3(8) Progress of Work The Contractor shall organize the work so that no longitudinal joints shall remain open overnight. 5-02.3(9) Protection of Structures The Contractor shall be responsible for protecting monument covers, sewer lids, manhole covers, water valve covers, drainage grates, inlets, railroad tracks, bridge handrails and expansion joints, guardrails, curbs, road signs, guide posts or other facilities from the application of asphalt emulsion and aggregates. This protective effort is to include uncovering these items the same working day that the completed BST or seal coat construction has passed the protected locations. If needed, drainage inlets shall be cleaned out immediately after final brooming is completed. All costs incurred by the Contractor in necessary protective measures shall be included in the unit contract prices for the various bid items of work involved. 5-02.3(10) Unfavorable Weather Asphalt emulsion shall not be applied to a wet roadway. Subject to the determination of the Project Engineer, asphalt emulsion shall not be applied during rainfall, sand or dust storms, or before any imminent storms that might damage the construction. The Project Engineer will have the discretion as to whether the surface and materials are dry enough to proceed with construction. The application of any asphalt emulsion to the roadway shall be restricted to the following conditions: 1. The roadway surface temperature shall be at least 55°F. The air temperature shall be at least 60°F and rising. The air temperature shall be not less than 70°F when falling and the wind shall be less than 10 miles per hour as estimated by the Project Engineer. 2. The surface temperature shall be not more than 140°F. 3. No asphalt emulsion shall be applied which cannot be covered one hour before darkness. The Project Engineer may require the Contractor to delay application of asphalt emulsion until the atmospheric and roadway conditions are satisfactory. 4. Construction of bituminous surface treatments on any traveled way shall not be carried out before May 1 or after August 31 of any year except upon written order of the Project Engineer. 5-02.3(11) Temporary Raised Pavement Markings During bituminous surface treatment paving operations, temporary raised pavement markings shall be maintained throughout the project. Temporary raised pavement markings shall be installed on the roadway that was paved that day. Temporary raised pavement markings shall be in accordance with Section 8-23. 5-02.4 Measurement Processing and Finishing will be measured by the mile to the nearest 0.01 mile along the main line roadway. All related supplemental roadways and irregular shaped areas will be incidental. 21 Asphalt Emulsion of the grade or grades specified will be measured by the ton in accordance with Section 1-09. Asphalt for Fog Seal will be measured by the ton, before dilution, in accordance with Section 1-09. Aggregate from Stockpile for BST will be measured by the cubic yard in trucks at the point of delivery on the roadway. Furnishing and Placing Crushed Aggregate will be measured by the cubic yard in trucks at the point of delivery on the roadway, or by the ton in accordance with Section 1-09.1. Additional brooming will be measured by the hour. Water will be measured in accordance with Section 2-07. No specific unit of measure will apply to the calculated item of Asphalt Emulsion Price Adjustment. 5-02.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Processing and Finishing", per mile. The unit contract price per mile for "Processing and Finishing" shall be full pay for all labor and equipment required for biading, scarifying, processing, leveling, finishing, and the manipulation of aggregates as required. In the event the proposal does not include a bid item for "Processing and Finishing" then all costs for processing and finishing shall be included in other related items of work. "Asphalt Emulsion ( Y', Der ton. The unit contract price per ton for "Asphalt Emulsion ( ) shall be full pay for furnishing the asphalt emulsion and for all labor and equipment for heating, hauling, and spreading on the roadway. "Asphalt for Fog Seal", per ton. The unit contract price per ton for "Asphalt for Fog Seal" shall be full pay for all costs of material, labor, tools and equipment necessary for the application of the fog seal as specified. "Agg. from Stockpile for BST", per cubic yard. The unit contract price per cubic yard for "Aggregate from Stockpile for BST" shall be full pay for all labor and equipment required for loading, transporting, and placing the material in the finished work. "Furnishing and Placing Crushed ( )", per cubic yard. "Furnishing and Placing Crushed ( )", per ton. The unit contract price per cubic yard or per ton for "Furnishing and Placing Crushed ( ) shall be full pay for all labor and equipment required for furnishing, transporting and placing the material in the finished work. "Additional Brooming", per hour. The unit contract price per hour for "Additional Brooming" shall be full pay for all labor and equipment necessary to rebroom the roadway as specified. "Water", per M gal. Payment for "Water" shall be in accordance with Section 2-07.5. "Asphalt Emulsion Price Adjustment", by calculation 22 "Asphalt Emulsion Price Adjustment" will be calculated and paid for as described in Section 5- 02.3(4). If the proposal does not include a bid item for water, the Contractor shall dampen stockpiled or furnished aggregate as required, and the cost thereof shall be included in other related items of the work. Any incidental work required to complete the bituminous surface treatment that is not specifically mentioned as included with the bid items above shall be performed by the Contractor and shall be included in the unit contract prices of the various related bid items. SECTION 5-05, CEMENT CONCRETE PAVEMENT August 6, 2007 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement The ninth paragraph beginning with "Acceptance testing for compliance" is supplemented with the following: The Contractor shall provide cure boxes in accordance with Section 6-02.3(5)H, and protect concrete cylinders in cure boxes from excessive vibration and shock waves during the curing period in accordance with Section 6-02.3(6)D. Payment for cure boxes shall be in accordance with Section 6-02.5. 5-05.3(6) Subgrade The first sentence in the second paragraph is revised to read: The subgrade shall be prepared and compacted a minimum of 3 feet beyond each edge of the area which is to receive concrete pavement in order to accommodate the slip -form equipment. 5-05.3(7) Placing, Spreading, and Compacting Concrete The second paragraph is revised to read: The average density of the cores shall be at least 97 percent of the approved mix design density or the actual concrete density when determined by the Contractor using AASHTO T 121 with no cores having a density of less than 96 percent. 5-05.3(7)B Stationary Side Form Construction The first paragraph is revised to read: Side form sections shall be straight, free from warps, bends, indentations, or other defects. Defective forms shall be removed from the work. Metal side forms shall be used unless other forms are approved by the Project Engineer. The third paragraph is deleted. The fifth paragraph is revised to read: Before placing side forms, the underlying material shall be at the proper grade. Side forms shall be placed to the required grade and alignment of the edge of the finished pavement. Wood wedges may be used to adjust the form elevation provided they do not extend into the concrete. The forms shall be firmly supported during the entire operation of placing, compacting, and finishing the pavement. 5-05.3(8)A Contraction Joints The fifth paragraph is revised to read: 23 When cement concrete pavement is placed adjacent to existing cement concrete pavement, the vertical face of all existing working joints shall be covered with polyethylene film or building paper in accordance with AASHTO M 171. 5-05.3(10) Tie Bars and Dowel Bars The first and second sentences in the seventh paragraph are revised to read: When fresh concrete pavement is to be placed against pre -project existing cement concrete pavement, epoxy -coated tie bars shall be drilled and set into the existing pavement with an epoxy bonding agent in accordance with the Standard Plan and specified tolerances for placement of tie bars. The epoxy -bonding agent shall be either Type 1 or IV epoxy resin as specified in Section 9-26. 5-05.3(12) Surface Smoothness The first sentence in 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. 5-05.3(19) Reinforced Concrete Bridge Approach Slabs This section including title is revised to read: 5-05.3(19 ) Vacant 5-05.4 Measurement item 3. is revised to read: 3. The depth will be determined from the reference cores. The depth utilized to calculate the volume shall not exceed the plan depth plus 0.04 feet. The measurement statement for Epoxy Coated Tie Bar With Drill Holes revised to read: Epoxy -coated tie bar with drill hole will be measured per each for the actual number of bars used in the completed work. The statement "Bridge approach slab will be measured by the square yard." is deleted. This section is supplemented with the following: Epoxy coated dowel bar will be measured per each for the actual number of bars used in the completed work. 5-05.5 Payment The paragraph following "Cement Conc. Pavement", is revised to read: The unit contract price per cubic yard for "Cement Conc. Pavement" shall include saw cutting and sealing joints, furnishing and installing tie bars, except those tie bars drilled into cement concrete pavement will be paid under the item "Epoxy -Coated Tie Bar with Drill Hole". The new bid item and new paragraph listed below are inserted to follow "Cement Conc. Pavement". "Epoxy Coated Dowel Bar", per each, The unit contract price per each for "Epoxy Coated Dowel Bar" shall be full payment for furnishing, and installing epoxy coated dowel bars and any costs for drilling holes, placing dowel bars with baskets, furnishing and installing parting compound and all other costs associated with completing the installation of epoxy coated dowel bars. The bid item "Cement Conc. Pavement Including Dowels" and the paragraph following are deleted. 24 The following new paragraph is inserted to follow "Epoxy -Coated Tie Bar with Drill Hole": The unit contract price per each, "Epoxy -Coated Tie Bar with Drill Hole" shall be full payment for furnishing, and installing epoxy coated tie bars and any costs for drilling holes, and all other costs associated with installation of epoxy coated tie bars. The bid item "Bridge Approach Slab" and the paragraph following are deleted. 5-05.5(1) Pavement Thickness The fourth paragraph is revised to read: Additional cores may be requested by the Contractor to isolate the area that has a thickness deficiency within the 0.05 feet of the design thickness. These cores will be used to create a secondary unit. All costs for the additional cores including grouting the core holes will be the responsibility of the Contractor. 5-05.5(1)A Thickness Deficiency of 0.05 Foot or Less The first paragraph is revised to read: If no thickness measurements in a primary unit are deficient by more than 0.05 foot, all thickness measurements in such unit will be averaged to the nearest 0.01 foot to determine the average thickness deficiency, if any, in that primary unit. For the purpose of determining the average thickness deficiency, an excess thickness variation of more than 0.04 foot will be considered to be 0.04 foot greater than the specified thickness. 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. SECTION 6-02, CONCRETE STRUCTURES August 6, 2007 6-02.1 Description The first sentence is revised to read: This work consists of the construction of all structures (and their parts) made of Portland cement concrete with or without reinforcement, including bridge approach slabs. 6-02.3(1) Classification of Structural Concrete The first paragraph is revised to read: The class of concrete to be used shall be as noted in the Plans and these Specifications. The numerical class of concrete defines the specified minimum compressive strength at 28 days in accordance with the WSDOT FOP for AASHTO T 22. The letter designation following the class of concrete identifies the specific use; P for Piling applications, W for Underwater applications, D for Deck applications, and A for Bridge Approach Slab applications. 6-02.3(2) Proportioning Materials The third paragraph is revised to read: The use of fly ash is required for Class 4000D and 4000P concrete, except that ground granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio. The use of fly ash and ground granulated blast furnace slag is optional for all other classes of concrete. 6-02.3(2)A Contractor Mix Design The first paragraph is revised to read: 25 The Contractor shall provide a mix design in writing to the Engineer for all classes of concrete specified in the Plans except for those accepted based on a Certificate of Compliance. No concrete shall be placed until the Engineer has reviewed the mix design. The required average 28 day compressive strength shall be selected per ACI 318, Chapter 5, Section 5.3.2. ACI 211.1 and ACI 318 shall be used to determine proportions. The proposed mix for Class 4000P shall provide a minimum fly ash or ground granulated blast furnace slag content per cubic yard of 100 pounds, and a minimum cement content per cubic yard of 600 pounds. The proposed mix for Class 4000D shall provide a minimum fly ash or ground granulated blast furnace slag content per cubic yard of 75 pounds, and a minimum cement content per cubic yard of 660 pounds. All other concrete mix designs, except those for lean concrete and commercial concrete, shall have a minimum cementitious material content of 564 pounds per cubic yard of concrete. The first sentence of the second paragraph is revised to read: The Contractor's submittal of a mix design shall be on WSDOT form 350-040 and shall provide a unique identification for each mix design and shall include the mix proportions per cubic yard, the ru used sources, the 28 compressive strength for which the mix is designed, the p N average day compressive g g - fineness modulus, and the water cement ratio. The fourth paragraph is revised to read: Coarse aggregate shall conform to Section 9-03. An alternate combined aggregate gradation conforming to Section 9-03.1(5) may also be used. The nominal maximum size aggregate for Class 4000P shall be 1/2 -inch. The nominal maximum size aggregate for Class 4000D shall be 3/4 -inch. The nominal maximum size aggregate for Class 4000A shall be 1 -inch. 6-02.3(4)A Qualification of Concrete Suppliers The first paragraph and the entire second paragraph (1 through 4) are deleted and replaced with the following: Batch Plant Prequalification may be obtained through one of the following methods: 1. Certification by the National Ready Mix Concrete Association (NRMCA). Information concerning NRMCA certification may be obtained from the NRMCA at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. The NRMCA certification shall be good for a two year period. When this method of certification is used the following documentation shall be submitted to the Project Engineer. a. A copy of the current NRMCA Certificate of Conformance, the concrete mix design(s) (WSDOT Form 350-040), along with copies of the truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices (including water meters) verification. 2. Independent evaluation certified by a Professional Engineer using NRMCA checklist. The Professional Engineer shall be licensed under title 18 RCW, state of Washington, qualified in civil engineering. The independent certification using the NRMCA checklist shall be good for a two year period. When this method of certification is used the following documentation shall be submitted to the Engineer. a. A copy of the Professional Engineer's stamped and sealed NRMCA Verification of Inspection and Application for Certificate page from the NRMCA checklist, the concrete mix design(s) (WSDOT Form 350-040), along with copies of the truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices (including water meters) verification. 3. Inspection conducted by the Plant Manager, defined as the person directly responsible for the daily plant operation, using the NRMCA Plant Certification checklist. The Plant 26 Manager certification shall be done prior to the start of a project, and every six months throughout the life of the project, and meet the following requirements: a. The Agreement to Regularly Check Scales and Volumetric Batching Dispensers page in the NRMCA Plant Certification checklist shall be signed by the Plant Manager and notarized. b. The signed and notarized Agreement to Regularly Check Scales and Volumetric Batching Dispensers page and a copy of the NRMCA Plant Certification checklist cover page showing the plant designation, address and Company operating plant shall all be submitted to the Project Engineer with the concrete mix design (WSDOT Form 350-040), along with copies of the truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices (including water meters) verification. c. The NRMCA Plant Certification checklists shall be maintained by the Plant Manager and are subject to review at any time by the Contracting Agency. e. Volumetric water batching devices (including water meters) shall be verified every 90 days. 6-02.3(5)B Certification of Compliance The first paragraph is supplemented with the following: For concretes that use combined aggregate gradation, the Certificate of Compliance shall include the aggregate components and moisture contents for each size in lieu of the aggregate information described above. 6-02.3(5)C Conformance to Mix Design Item 2 under the first paragraph is revised to read: 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 percent of that specified in the mix design. 6-02.3(5)H Sampling and Testing for Compressive Strength This section including title is revised to read: 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial Curing Acceptance testing for compressive strength shall be conducted at the same frequency as the acceptance tests for temperature, consistency, and air content. The Contractor shall provide, and maintain cure boxes for curing concrete cylinders. The Contractor shall also provide, maintain and operate all necessary power sources and connections needed to operate the curing box. Concrete cylinders shall be cured in a cure box in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall maintain a temperature between 60°F and 80°F for concrete with specified strengths less than 6000 psi and between 68°F and 78°F for concrete with specified strengths of 6000 psi and higher. A minimum/maximum thermometer shall be installed to measure the internal temperature of the cure box. The thermometer shall be readable from outside of the box and be capable of recording the high and low temperatures in a 24-hour period. The cure boxes shall create an environment that prevents moisture Toss from the concrete specimens. The top shall have a working lock and the interior shall be rustproof. A moisture -proof seal shall be provided between the lid and the box. The cure box shall be the appropriate size to accommodate the number of concrete acceptance cylinders necessary or the Contractor shall provide additional cure boxes. Once concrete cylinders are placed in the cure box, the cure box shall not be moved until the cylinders have been cured in accordance with these specifications. When concrete is placed at more than one location simultaneously, multiple cure boxes shall be provided. 27 The Contractor shall protect concrete cylinders in cure boxes from excessive vibration and shock waves during the curing period in accordance with Section 6-02.3(6)D. 6-02.3(6)A Weather and Temperature Limits to Protect Concrete The first sentence in the third paragraph under Hot Weather Protection is revised to read: If air temperature exceeds 90°F, the Contractor shall use fog spray or other approved methods to cool all concrete -contact surfaces to less than 90°F. The first sentence in the fifth paragraph under Hot Weather Protection is revised to read: If the evaporation rate at the concreting site is 0.10 pounds per square foot of surface per hour or more (determined from Table 6-02.3(6)), the Contractor shall surround the fresh concrete with an enclosure. The section Cold Weather Protection is revised to read: NOTE: Table 6-02.3(6) "Surface Evaporation from Concrete", remains unchanged. Cold Weather Protection This Specification applies when the weather forecast predicts air temperatures below 35° F at any time during the seven days following concrete placement. Weather forecast is based on predictions from the Western Region Headquarters of the National Weather Service. This forecast can be found at http://www.wrh.noaa.gov/. To achieve adequate curing, the temperature of the concrete shall be maintained above 50° F during the entire curing period or seven days, whichever is greater. The concrete temperature shall not be allowed to fall below 35 ° F during this time. Prior to placing concrete in cold weather, the Contractor shall provide a written procedure for cold weather concreting to the Engineer. The procedure shall detail how the Contractor will adequately cure the concrete and prevent the concrete temperature from falling below 35° F. Extra protection shall be provided for areas especially vulnerable to freezing (such as exposed top surfaces, corners and edges, thin sections, and concrete placed into steel forms). Concrete placement will only be allowed if the Contractor's cold weather protection plan has been approved by the Engineer. The Contractor shall not mix nor place concrete while the air temperature is below 35° F, unless the water or aggregates (or both) are heated to at least 70° F. The aggregate shall not exceed 150° F. If the water is heated to more than 150° F, it shall be mixed with the aggregates before the cement is added. Any equipment and methods shall heat the materials evenly. Concrete placed in shafts and piles is exempt from such preheating requirements. The Contractor may warm stockpiled aggregates with dry heat or steam, but not by applying flame directly or under sheet metal. If the aggregates are in bins, steam or water coils or other heating methods may be used if aggregate quality is not affected. Live steam heating is not permitted on or through aggregates in bins. If using dry heat, the Contractor shall increase mixing time enough to permit the super -dry aggregates to absorb moisture. The Contractor shall provide and maintain a maturity meter sensor, continuously recording time and temperature during the curing period, in the concrete at a location specified by the Engineer for each concrete placement. The Contractor shall also provide recording thermometers or other approved devices to monitor the surface temperature of the concrete. During curing, data from the maturity meter and recording thermometer shall be readily available to the Engineer. The Contractor shall record time and temperature data on hourly intervals. Data shall be provided to the Engineer upon request. Starting immediately after placement, the concrete temperatures measured by the maturity meter and recording thermometer shall be maintained at or above 50° F and the relative humidity shall be 28 maintained above 80%. These conditions shall be maintained for a minimum of seven days or for the cure period required by Section 6-02.3(11), whichever is longer. During this time, if the temperature falls below 50° F on the maturity meter or recording thermometer, no curing time is awarded for that day. Should the Contractor fail to adequately protect the concrete and the temperature of the concrete falls below 35° F during curing, the Engineer may reject it. The Contractor is solely responsible for protecting concrete from inclement weather during the entire curing period. Permission given by the Engineer to place concrete during cold weather will in no way ensure acceptance of the work by the Contracting Agency. Should the concrete placed under such conditions prove unsatisfactory in any way, the Engineer shall still have the right to reject the work although the plan and the work were carried out with the Engineer's permission. 6-02.3(6)D Protection Against Vibration The second and third sentences in the second paragraph are revised to read: These requirements for the protection of freshly placed concrete against vibration shall not apply for plant cast concrete, shaft installation or soldier pile shaft installation operations, nor shall they apply to the vibrations caused by the traveling public. See the Shaft Special Provision, and Section 6-16 respectively for shaft installation, and soldier pile shaft installation operations. The first sentence in number 3 under Prescriptive Safe Distance Method is revised to read: (3) Equipment Class H (High Vibration) shall include pile drivers, machine operated impact tools, pavement breakers, and other large pieces of equipment. 6-02.3(10) Roadway Slabs The section title is revised to read: 6-02.3(10) Roadway Slabs and Bridge Approach Slabs The fifth paragraph is revised to read: For bridge deck and bridge approach slab widening of 20 feet or less, or where jobsite conditions do not allow the use of conventional configuration finishing machines described above, the Contractor may propose the use of a hand operated motorized power screed such as a "texas" or "bunyan" screed. This screed shall be capable of finishing the bridge deck and bridge approach slab to the same standards as the finishing machine. The Contractor shall not begin placing bridge deck or bridge approach slab concrete until receiving the Engineer's approval of this screed and the placing procedures. The first sentence in the sixth paragraph is revised to read: On roadway slabs the Contractor may use hand -operated strike -boards only when the Engineer approves for special conditions and small areas (less than 10 -feet in width and 200 -feet in length). The first sentence in the fourteenth paragraph is revised to read: Placement of concrete for roadway and bridge approach slabs shall comply with Section 6-02.3(6). The first sentence in the twenty first paragraph is revised to read: The Contractor shall texture the bridge deck and bridge approach slab by combing the final surface perpendicular to the centerline. The twenty seventh paragraph is revised to read: 29 The surface texture on any area cut down or built up shall match closely that of the surrounding bridge deck or bridge approach slab area. The entire bridge roadway slab and bridge approach slab shall provide a smooth riding surface. This section is supplemented with the following: Bridge approach slabs shall be constructed full bridge deck width from outside usable shoulder to outside usable shoulder at an elevation to match the structure. The bridge approach slabs shall be modified as shown in the Plans to accommodate the grate inlets at the bridge ends if the grate inlets are required. Bridge approach slab anchors shall be installed as detailed in the Plans and the anchor rods, couplers, and nuts shall conform to Section 9-06.5(1). The steel plates shall conform to ASTM A 36. AH metal parts shall receive one coat of formula A-11-99 paint meeting the requirements of Section 9-08.2. The pipe shall be any non -perforated PE or PVC pipe of the diameter specified in the Plans. Polystyrene shall conform to Section 9-04.6. The anchors shall be installed parallel both to profile grade and center line of roadway. The Contractor shall secure the anchors to ensure that they will not be misaligned during concrete placement. For Method B anchors installations, the epoxy bonding agent used to install the anchors shall be Type IV conforming to Section 9-26.1. The compression seal shall be as noted in the contract documents. Dowel bars shall be installed in the bridge approach slabs in accordance with the requirements of the Standard Plans and Section 5- 05.3(10). After curing bridge approach slabs in accordance with Section 6-02.3(11), the bridge approach slabs may be opened to traffic in accordance with Section 5-05.3(17). 6-02.3(11) Curing Concrete In item 1. under the first paragraph, "box culvert tops" is deleted. New item 3. is inserted: 3. Bridge approach slabs (Class 4000A concrete) — two coats of curing compound and continuous wet cure using heavy quilted blankets or burlap for 10 days. Existing item 3. is renumberd to item 4. The first sentence in the third paragraph is revised to read: When curing Class 4000D and 4000A, two coats of curing compound that complies with Section 9- 23.2 shall be applied immediately (not to exceed 15 min.) after tining any portion of the bridge deck or bridge approach slab. The last sentence in the fourth paragraph is revised to read: If any curing compound spills on construction joints or reinforcing steel, the Contractor shall clean it off before the next concrete placement. The first sentence in the fifth paragraph is revised to read: If the Plans call for an asphalt overlay, the Contractor shall use the clear curing compound (Type 1 D), applying at least 1 gallon per 150 square feet to the concrete surface. The second sentence in the sixth paragraph is revised to read: The Engineer may require the Contractor to demonstrate (at least one day before the scheduled concrete placement) that the crew and equipment can apply the compound acceptably. 30 The second paragraph is supplemented with the following: Runoff water shall be collected and disposed of in accordance with all applicable regulations. In no case shall runoff water be allowed to enter any lakes, streams, or other surface waters. 6-02.3(16) Plans for Falsework and Formwork The address for FEDEX delivery following the fourth paragraph is revised to read: Washington State Department of Transportation Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501-6504 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans The address for FEDEX delivery following the first paragraph is revised to read: Washington State Department of Transportation Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501-6504 6-02.3(16)B Preapproved Formwork Plans The address for FEDEX delivery following the second paragraph is revised to read: Washington State Department of Transportation Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501-6504 6-02.3(17)N Removal of Falsework and Forms The second through the fifth paragraphs are revised to read: Concrete Placed In Percent of Specified Minimum Compressive Strength Number of Days Columns, walls, non -sloping box girder webs, abutments, footings, traffic and pedestrian barriers, and any other side form not supporting the concrete weight. — 3 Crossbeams, pier caps, struts, inclined columns and inclined walls.' 80 5 Roadway slabs supported on wood or steel stringers or on steel or prestressed concrete girders.' 2 80 10 Box girders, T -beam girders, and flat -slab superstructure.1'2 80 14 Arches.''2 - 21 'Where forms support the concrete weight. 2Where continuous spans are involved, the time for all spans will be determined by the last concrete placed affecting any span. Before releasing supports from beneath beams and girders, the Contractor shall remove forms from columns to enable the Engineer to inspect the column concrete. 31 The Contractor may remove the side forms of footings 24 hours after concrete placement if a curing compound is applied immediately. This compound shall not be applied to that area of the construction joint between the footing and the column or wall. The Contractor may remove side forms not supporting the concrete weight 24 hours after concrete placement if the concrete reaches a compressive strength of 1400 psi before form removal. This 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. 6-02.3(24)C Placing and Fastening The 14th paragraph is revised to read Clearances shall be at least: 4 -inches between: Main bars and the top of any concrete masonry exposed to the action of salt or alkaline water. 3 -inches between: Main bars and the top of any concrete deposited against earth without intervening forms. 21/2 -inches between: Adjacent bars in a layer. Roadway slab bars and the top of the roadway slab. 2 -inches between: Adjacent layers. Main bars and the surface of concrete exposed to earth or weather (except in roadway slabs). Reinforcing bars and the faces of forms for exposed aggregate finish. 11/2 -inches between: Main bars and the surface of concrete not exposed to earth or weather. Slab bars and the top of the slab (except roadway slabs). Barrier and curb bars and the surface of the concrete. Stirrups and ties and the surface of the concrete exposed to earth or weather. 1 -inch between: Slab bars and the bottom of the slab. Stirrups and ties and the surface of the concrete not exposed to earth or weather. 6-02.3(24)E Welding Reinforcing Steel This section is revised to read: Welding of steel reinforcing bars shall conform to the requirements of ANSI/AWS D1.4 Structural Welding Code - Reinforcing Steel, latest edition, except where superseded by the Special Provisions, Plans, and these Specifications. Before any welding begins, the Contractor shall obtain the Engineer's approval of a written welding procedure for each type of welded splice to be used, including the weld procedure specifications and joint details. The weld procedure specifications shall be written on a form taken from AWS D1.4 Annex A, or equivalent. Test results of tensile strength, macroetch, and visual examination shall be Included. The form shall be signed and dated. Welders shall be qualified in accordance with AWS D1.4. The Contractor shall be responsible for the testing and qualification of welders, and shall submit welder qualification and retention records to the Engineer for approval. The weld joint and welding position a welder is qualified in shall be in accordance with AWS D1.4. The welder qualifications shall remain in effect indefinitely unless, (1) the welder is not engaged in a given process of welding for which the welder is qualified for a period exceeding six months, or (2) there is some specific reason to question a welder's ability. 32 Filler metals used for welding reinforcing bars shall be in accordance with AWS D1.4 Table 5.1. All filler metals shall be low -hydrogen and handled in compliance with low -hydrogen practices specified in the AWS code. All welding shall be protected from air currents, drafts, and precipitation to prevent loss of heat or loss of arc shielding. Short circuiting transfer with gas metal arc welding will not be allowed. Slugging of welds will not be allowed. The minimum preheat and interpass temperature for welding shall be in accordance with AWS D1.4 Table 5.2 and mill certification of carbon equivalence, per lot of reinforcing. Preheating shall be applied to the reinforcing bars and other splice members within 6 -inches of the weld, unless limited by the available lengths of the bars or splice member. Generally, post heating of welded splices is only required for direct butt welded splices of AASHTO M 31/ASTM A 615 Grade 60 bars size No. 9 or larger and shall be done immediately after welding before the splice has cooled to 700°F. Post heating shall not be Tess than 800°F nor more than 1,000°F and held at this temperature for not less than 10 minutes before allowing the splice to cool naturally to ambient temperature. For the purpose of compatibility with AWS D1.4, welded lap splices for spiral or hoop reinforcing shall be considered Flare -V groove welds, indirect butt joints. The Contractor is responsible for using a welding sequence that will limit the alignment distortion of the bars due to the effects of welding. The maximum out -of -line permitted will be 1/4 -inch from a 3.5 - foot straight -edge centered on the weld and in line with the bar. The following procedure for welding steel reinforcing bars is recommended: Sheared bar ends shall be burned or sawed off a minimum of /2 -inch to completely remove the ruptured portion of the steel shear area prior to welding butt splices. Surfaces to be welded shall be smooth, uniform, and free from fins, tears, cracks, and other defects. Surfaces to be welded and surfaces adjacent to a weld shall also be free from loose or thick scale, slag, rust, moisture, grease, paint, epoxy covering, or other foreign materials. All tack welds shall be within the area of the final weld. No other tack weld will be permitted. Double bevel groove welds require chipping, grinding, or gouging to sound metal at the root of the weld before welding the other side. Progression of vertical welding shall be upward. The ground wire from the welding machine shall be clamped to the bar being welded. Should the Contractor elect to use a procedure which differs in any way from the procedure recommended, the Contractor shall submit the changes, in writing, to the Engineer for approval. Approved weld procedures shall be strictly followed. 6-02.3(25) Prestressed Concrete Girders In the second sentence of the first paragraph, the word "Prestress" is revised to "Prestressed". In the first sentence under Prestressed Concrete Girder, "precast prestressed concrete members" is revised to "precast prestressed members". In the first sentence under Prestressed Concrete Wide Flange I Girder, "W83G" and "W95G" are revised to "WF83G" and "WF95G". In the last sentence under Spliced Prestressed Concrete Girder, "W83PTG" and "W95PTG" are revised to "WF83PTG" and "WF95PTG". 6-02.3(25)A Shop Plans This section including title is revised to read: 33 6-02.3(25)A Shop Drawings The Plans show design conditions and details for prestressed girders. Deviations will not be permitted, except as specifically allowed by these Specifications, the shop drawings as approved by the Engineer, and by manufacturing processes approved by the annual plant approval process. Shop drawings shall show the size and location of all cast -in holes for installation of deck formwork hangers and/or temporary bracing. Holes for formwork hangers shall match approved deck formwork plans designed in accordance with Section 6-02.3(16). There shall be no field -drilled holes in prestressed concrete girders. Post -tensioning ducts in spliced prestressed concrete girders shall be located so their center of gravity is in accordance with the Pians. The Contractor may alter prestressed concrete girder dimensions from that shown in the Plans provided: 1. The girder has the same or higher load carrying capacity (using the current AASHTO LRFD Design Specifications and WSDOT Bridge Design Manual LRFD) as demonstrated by calculations to for approval Section design I.QII.UIdlIV11J submitted the Engineer dNNluval ill accvluance with Sec ion 6-01.9, and accompanying the shop drawing submittal; 2. The Contractor receives the Engineer's approval of the shop drawing and design calculation submittal for the modified girder section prior to beginning fabrication of the girder; 3. The Contractor adjusts substructures to yield the same top of roadway elevation shown in the Pians; and 4. The depth of the girder is not increased by more than 2 -inches and is not decreased, except that in no case shall an increase in the girder depth reduce the minimum vertical clearance of the bridge and girder over a traveled way to less than 16'-6", or to less than the minimum vertical clearance specified in the Plans if the Plans already specify a minimum vertical clearance of less than 16'-6". The Contractor shall provide five copies of the shop drawings to the Engineer for approval, except as otherwise noted. Shop drawings for spliced prestressed concrete girders shall conform to Section 6- 02.3(26)A, and seven copies of the shop drawings shall be submitted to the Engineer for approval. The shop drawings for spliced prestressed concrete girders shall include all details related to the post -tensioning operations in the field, including details of hardware required, tendon geometry, blockout details, and details of additional or modified steel reinforcing bars required in cast -in-place closures. Approval of shop drawings means only that the Engineer accepts the methods and materials, and nature and scope of the details. Approval shall neither confer upon the Contracting Agency nor relieve the Contractor of responsibility for the accuracy of the shop drawing details and their geometric dimensions, or conformity of the shop drawing details with the contract. 6-02.3(25)B Casting The first paragraph is revised to read: Before casting girders, the Contractor shall have possession of an approved set of shop drawings. Side forms shall be steel except that cast -in-place concrete closure forms for spliced prestressed concrete girders, interior forms of prestressed concrete tub girders, and end bulkhead forms of prestressed concrete girders may be wood. Interior voids for precast prestressed slabs with voids shall be formed by either wax soaked cardboard or expanded polystyrene forms. The interior void forms shall be secured in the position as shown in the shop drawings as approved by the Engineer, and shall remain in place. Number 3. under the sixth paragraph is revised to read: 34 3. Be located 3 -inches or more from the outside edge of the top flange on Series W42G, W50G, W58G, girders, and all prestressed concrete tub girders with webs with flanges, and 6 -inches or more for all other prestressed concrete girders with flanges. 6-02.3(25)C Prestressing The third paragraph is revised to read: The Engineer may use load cells to check jacks, gauges, and calibration charts before and during tensioning. Number 2. under the sixth paragraph is revised to read: 2. No welds or welding grounds shall be attached to metal forms, structural steel, or steel reinforcing bars of the structural member. 6-02.3(25)G Protection of Exposed Reinforcement The last sentence in the first paragraph is revised to read: Just before placing concrete around the painted projecting bars or strands, the Contractor shall remove from them all spattered concrete remaining from girder casting, dirt, oil, and other foreign matter. 6-02.3(25)1 Fabrication Tolerances The first sentence in the first paragraph is revised to read: The girders shall be fabricated as shown in the shop drawings as approved by the Engineer, and shall meet the dimensional tolerances listed below. Number 8. under the first paragraph is revised to read: 8. Strand Position in Prestressed Concrete Girder: ± 1/4 -inch from the center of gravity of an individual strand; ± 1/2 -inch from the center of gravity of a bundled strand group; ± 1 -inch from the center of gravity of the harped strands at the girder ends. Number 21. under the first paragraph is revised to read: 21. Differential Camber Between Girders in a Span (measured in place at the job site): For I, Wide Flange I, bulb tee, and spliced prestressed concrete girders: 1/8 -inch per 10 -feet of beam length. For deck bulb tee girders: Cambers shall be equlized by an approved method when the differences in cambers between adjacent girders or stages measured at mid -span exceeds 1/4 -inch. For PCPS members: ±1/4 -inch per ten feet of member length measured at midspan, but not greater than ±1/2 -inch total. For prestressed concrete tub girders: ±1/4 -inch per ten feet of member length measured at midspan, but not greater than ± 1/2 -inch total. 35 6-02.3(25)K Girder Deflection The first sentence in the second paragraph is revised to read: The "D" dimensions shown in the Plans are computed girder deflections at midspan based on a time lapse of 40 and 120 days after release of the prestressing strands, and are intended to advise the Contractor as to the expected range of girder deflection at the time of deck forming. The third paragraph is revised to read: The Contractor shall control the deflection of prestressed concrete girders that are to receive a cast - in -place slab by scheduling fabrication between 40 and 120 days of slab placement on the erected girders. The fourth sentence in the fourth paragraph is revised to read: The actual girder deflection at the midspan may vary from the maximum estimated "D" dimension at the time of slab forming by a maximum of plus 112 -inch for girder lengths up to 80 -feet, and plus 1= inch for girder lengths over 80 -feet, but less than or equal to 140 -feet, and plus 11/2 -inches for girder lengths over 140 -feet. 6-02.3(25)L Handling and Storage The first paragraph is revised to read: During handling and storage, each girder shall always be kept plumb and upright, and each precast prestressed member and prestressed concrete tub girder shall always be kept in the horizontal orientation as shown in the Plans. It shall be lifted only by the lifting embedments (strand lift loops or high-strength threaded steel bars) at either end. For strand lift loops, only 1/2 -inch diameter or 0.6 inch diameter strand conforming to Section 9-07.10 shall be used, and a minimum 2 -inch diameter straight pin of a shackle shall be used through the loops. Multiple loops shall be held level in the girder during casting in a manner that allows each loop to carry its share of the load during lifting. The minimum distance from the end of the girder to the strand lift loops shall be 1-9". The loops shall project a minimum of 1'-6" from the top of the girder, and shall extend to within 3 -inches clear of the bottom of the girder, terminating with a 9 -inch long 90 degree hook. Loads on individual loops shall be limited to 12 kips, and all girders shall be picked up at a minimum angle of 60 degrees from the top of the girder. For high-strength threaded steel bars, a minimum of two 1 -3/8 -inch diameter bars conforming to Section 9-07.11 shall be used at each end of the girder. The lifting hardware that connects to the bars shall be designed, detailed, and furnished by the Contractor. The minimum distance from the end of the girder to the centroid of the lifting bars shall be 3'-0". Lifting bars shall extend to within 3 -inches clear of the bottom of the girder and shall be anchored in the bottom flange with steel plates and nuts. The minimum size of embedded plates for lifting bars shall be 1/2 -inch thick by 3 -inches square. Lifting forces on the lifting bars shall not exceed 58 kips on an individual bar, and shall be within 10 degrees of perpendicular to the top of the girder. The first sentence in the second paragraph is supplemented with the following: These temporary strands shall be of the same diameter, and shall be tensioned to the same force, as the permanent strands. The third sentence in the second paragraph is revised to read: As an alternative for full length prestressed concrete girders, temporary top strands may be post - tensioned on the same day as the permanent prestressing is released into the girder. The third sentence in the second paragraph is supplemented with the following: The inside diameter of the debonding sleeves shall be large enough such that the temporary strands fully retract upon cutting. 36 The first sentence in the third paragraph is revised to read: The Contractor may request permission to use lifting embedments, lifting embedment locations, lifting angles, concrete release strengths, or temporary top strand configurations other than specified in the Plans. The fourth sentence in the third paragraph is revised to read: The Contractor's analysis shall conform to Article 5.4.1 of the PCI Design Handbook, Precast and Prestressed Concrete, Sixth Edition, or other approved methods. The third sentence in the fourth paragraph is revised to read: Precast prestressed members shall be supported at points between 1'-0" and 2'-0" from the member ends. 6-02.3(25)M Shipping The third paragraph is revised to read: Girder support during shipping shall be located as shown in the Plans. These support locations have been determined in accordance with the criteria specified in the WSDOT Bridge Design Manual LRFD Section 5.6.3.D. The Contractor shall verify the applicability of these criteria to the trucking configuration intended for transport of the girders. If the trucking configuration differs from these criteria, the Contractor shall submit a girder shipping plan, with supporting calculations, to the Engineer for approval in accordance with Section 6-01.9. The chart under the third paragraph is deleted. The third sentence in the fourth paragraph is revise to read: If the support locations are moved closer to the longitudinal ends of the girders, the calculations shall demonstrate adequate control of bending during shipping. The sixth paragraph is revised to read: Lateral bracing for shipping is not required for prestressed concrete tub girders and precast prestressed members as defined in Section 6-02.3(25). The chart under the sixth paragraph is deleted. The first sentence in the seventh paragraph is revised to read: For all prestressed concrete girders, except prestressed concrete tub girders and precast prestressed members, the Contractor shall provide bracing to control lateral bending during shipping, unless the Contractor furnishes calculations in accordance with Section 6-01.9 demonstrating that bracing is not necessary. The eighth paragraph is revised to read: Criteria for Checking Girder Stresses At the Time of Lifting or Transporting and Erecting Stresses at both the support and harping points shall be satisfied based on these criteria: 1. Allowable compression stress, fc = 0.60f cm 37 a. fcm = compressive strength at time of lifting or transporting verified by test but shall not exceed design compressive strength (fc) at 28 days in psi + 1,000 psi 2. Allowable tension stress, ksi a. With no bonded reinforcement = 3 times square root (f cm) <_0.20 ksi b. With bonded reinforcement to resist total tension force in the concrete computed on the basis of an uncracked section = 6.0 times square root (f cm). The allowable tensile stress in the reinforcement is 30 ksi 3. Prestress losses a. for lifting from casting beds = computed losses at one day b. for transportation = computed losses at ten days 4. Impact on dead load a, Lifting from casting beds = 0 percent b. Transporting and erecting = 20 percent 6-02.3(25)N Prestressed Concrete Girder Erection Number 4. under the first paragraph is revised to read: 4. Girder weights, lift points, lifting embedments and devices, spreaders, and angle of lifting cables in accordance with Section 6-02.3(25)L, etc.; The second sentence in the fifth paragraph is revised to read: The Contractor shall hoist girders only by the lifting embedments at the ends, always keeping the girders plumb and upright. 6-02.3(25)0 Deck Bulb Tee Girder Flange Connection The first sentence in the first paragraph is revised to read: The Contractor shall submit a method of equalizing deck bulb tee girder (and precast prestressed member) deflections to the Engineer for approval in accordance with Section 6-01.9, except that the submittal shall be included with the deck bulb tee girder fabrication shop drawing submittal specified in Section 6-02.3(25)A. 6-02.3(26)A Shop Drawings The address for FEDEX delivery under Item 1 in the first paragraph is revised to read: Washington State Department of Transportation Bridge and Structures Engineer 7345 Linderson Way SW Tumwater, WA 98501-6504 The reference to Section 6-02.3(26)E in the fifth paragraph is revised to read Section 6-02.3(26)G. 6-02.3(28)A Shop Drawings The first paragraph is revised to read: Before casting the structural elements, the Contractor shall submit: 1. Seven sets of shop drawings for approval by the Department of Transportation Bridge and Structures Engineer, Construction Support, addressed as follows: If sent via US Postal Service: 38 Washington State Department of Transportation Bridge and Structures Engineer, Construction Support P. O. Box 47340 Olympia, WA 98504-7340 If sent via FedEx: Washington State Department of Transportation Bridge and Structures Engineer, Construction Support 7345 Linderson Way SW Tumwater, WA 98501-6504; and 2. Two sets of shop drawings to the Project Engineer. 6-02.3(28)F Tolerances This section is revised to read: The units shall be fabricated as shown in the Plans, and shall meet the dimensional tolerances listed in the latest edition of PCI -MNL -166, unless otherwise required by the Plans or Special Provisions. 6-02.4 Measurement This section is supplemented with the following: No specific unit of measure will apply to the lump sum item for cure box. Bridge approach slab will be measured by the square yard. 6-02.5 Payment This section is supplemented with the following: "Cure Box", lump sum. The lump sum contract price for "Cure Box" shall be full pay for all costs for providing, operating, maintaining, moving and removing the cure boxes and providing, maintaining and operating all necessary power sources and connections needed to operate the curing boxes. "Bridge Approach Slab", per square yard. The unit contract price per square yard for "Bridge Approach Slab" shall be full pay for providing, placing, and compacting the crushed surfacing base course, furnishing and placing Class 4000A concrete, and furnishing and installing compression seal, anchors, and reinforcing steel. SECTION 6-03, STEEL STRUCTURES August 6, 2007 6-03.3(7) Shop Plans The first two sentences in the first paragraph are revised to read: The Contractor shall submit for approval all shop detail plans for fabricating the steel. These shall be sent to the Department of Transportation Bridge and Structures Engineer, Construction Support, addressed as follows: If sent via US Postal Service: Washington State Department of Transportation Bridge and Structures Engineer, Construction Support P. O. Box 47340 Olympia, WA 98504-7340 If sent via FedEx: 39 Washington State Department of Transportation Bridge and Structures Engineer, Construction Support 7345 Linderson Way SW Tumwater, WA 98501-6504 6-03.3(14) Edge Finishing The first paragraph is revised to read: All rolled, sheared, and thermal cut edges shall be true to line and free of rough corners and projections. Corners along exposed sheared or cut edges shall be broken by light grinding or another method approved by the Engineer to achieve an approximate 1/16 -inch chamfer or rounding. The third paragraph is revised to read: Re-entrant corners or cuts shall be filleted to a minimum radius of 1 -inch. 6-03.3(15) Planing of Bearing Surfaces The first sentence in the second paragraph is revised to read: When assembled, caps and base plates of columns and the sole plates of girders and trusses shall have a fit tolerance within 1/32 -inch for 75 percent of the contact area. 6-03.3(21)A Web Plates This section is revised to read: If web plates are spliced, gaps between plate ends shall be set at shop assembly to measure 1/4 - inch, and shall not exceed 3/8 -inch. 6-03.3(25)A Welding Inspection Number 4. under Ultrasonic Inspection is revised to read: 4. Light, signal, and strain pole standards, as defined in Section 9-29.6. Number 1. h, under Magnetic Particle Inspection is revised to read: h. Light, signal, and strain pole standards, as defined in Section 9-29.6. 6-03.3(28)A Method of Shop Assembly The first sentence in "c." under Number 2. is revised to read: For trusses and girders: After the first stage has been completed, each subsequent stage shall be assembled to include: two truss panels or girder shop sections of the previous stage (or one truss panel or girder shop section, if approved by the Engineer) and one or more truss panels or girder shop sections added at the advancing end. 6-03.3(33) Bolted Connections The first sentence in the second paragraph is revised to read: All bolted connections are slip critical. SECTION 6-05, PILING August 7, 2006 6-05.3(11)H Pile Driving From or Near Adjacent Structures The second paragraph is revised to read: 40 Freshly placed concrete in the vicinity of the pile driving operation shall be protected against vibration in accordance with Section 6-02.3(6)D. The third paragraph is deleted. 6-05.5 Payment The paragraph following "Furnishing St. Piling", per linear foot is revised to read: The unit contract price per linear foot for "Furnishing (type) Piling ( )" shall be full pay for furnishing the piling specified, including fabricating and installing the steel reinforcing bar cage, and casting and curing the concrete, as required for concrete piling. Such price shall also be full pay, when measurement includes, for piling length ordered but not driven. SECTION 6-07, PAINTING August 7, 2006 6-07.2 Materials The first sentence in the second paragraph is revised to read: Material used for field abrasive blasting shall meet Military Specification MIL-A-22262B(SH) as listed on QPL-22262-28 as maintained by the Department of the Navy. 6-07.3(2)A Bridge Cleaning In the third paragraph under Pressure Flushing, the US Sieve size for Apparent opening size (ASTM D4751) is revised to read: #100 US Sieve SECTION 6-09, MODIFIED CONCRETE OVERLAYS August 6, 2007 6-09.3(2) Submittals Number 3. is revised to read: 3. The Runoff Water Disposal Plan (if a hydro -demolition machine is used). The Runoff Water Disposal Plan shall describe all provisions for the containment, collection, filtering, and disposal of all runoff water and associated contaminants and debris generated by the hydro -demolition process, including containment, collection and disposal of runoff water and debris escaping through breaks in the bridge deck. Number 7. is revised to read: 7. Paving equipment specifications and details of the screed rail support system, including details of anchoring the rails and providing rail continuity. 6-09.3(3)A General The third paragraph is revised to read: For fly ash and microsilica modified concrete, all water reducing and air entraining admixtures, and superplasticizers, shall be used in accordance with the admixture manufacturer's recommendations, and as approved by the Engineer. 6-09.3(6) Further Deck Preparation This section is revised to read: 41 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the Contractor, with the Engineer, shall perform an inspection of the completed work and the Contractor shall mark those areas of the existing bridge deck that are authorized by the Engineer for further deck preparation by the Contractor. When hydro -demolition is used as the method of scarification, the inspection for further deck preparation shall take place after one pass of the hydro -demolition machine. Further deck preparation will be required when any one of the following conditions is present: 1. Unsound concrete. 2. Lack of bond between existing concrete and reinforcing steel. 3. 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. 4. Existing non -concrete patches as authorized by the Engineer. Further deck preparation performed beyond the areas authorized by the Engineer will be at the Contractor's expense in accordance with Section 1-05.7. If the concrete overlay is placed on a bridge deck as part of the same contract as the bridge deck construction, then all work associated with the further deck preparation shall be performed at no additional expense to the Contracting Agency. 6-09.3(6)C Placing Deck Repair Concrete This section is revised to read: Deck repair concrete for modified concrete overlays shall be either modified concrete or concrete Class M. Before placing any deck repair concrete, the Contractor shall flush the existing concrete in the repair area with water and make sure that the existing concrete is well saturated. The Contractor shall remove any freestanding water prior to placing the deck repair concrete. The Contractor shall place the deck repair concrete onto the existing concrete while it is wet. All deck repairs with exposed bottom layer steel reinforcing bars, all full depth deck repairs, and all deck repairs of an area greater than ten square feet (measured at the top layer of steel reinforcement) shall be repaired, and wet cured for 42 hours in accordance with Section 6-09.3(13), prior to placing the concrete overlay. During the curing period, all vehicular and foot traffic shall be prohibited on the repair area. Small deck repairs, defined as those of an area equal to or less than ten square feet (measured at the top layer of steel reinforcement), shall be filled with concrete overlay material during the placement of the concrete overlay. 6-09.3(14) Checking for Bond The first paragraph is revised to read: After the requirements for curing have been met, the entire overlaid surface shall be sounded by the Contractor, in a manner approved by and in the presence of the Engineer, to ensure total bond of the concrete to the bridge deck. Concrete in unbonded areas shall be removed and replaced by the Contractor with the same modified concrete as used in the overlay. Removal and replacement of the overlay in unbonded areas shall be performed at the expense of the Contracting Agency, except as specified in Section 6-09.3(6) when the overlay is placed on a bridge deck as part of the same contract as the bridge deck construction. All cracks, except those that are significant enough to require removal, shall be thoroughly filled and sealed as specified in Section 6-09.3(12). 6-09.4 Measurement The last paragraph is revised to read: 42 When further deck preparation is measured by volume, it will be measured by the cubic foot of material removed from the deck repair locations. The depth measurement at each deck repair location will be the average depth beneath a straightedge placed at the level of the existing deck surface. The area measurement at each deck repair location will be the surface area of the removed concrete. 6-09.5 Payment The paragraph following "Modified Conc. Overlay", per cubic foot, is revised to read: The unit contract price per cubic foot for "Modified Conc. Overlay" shall be full pay for furnishing the modified concrete overlay, including the overlay material placed into small deck repairs in accordance with Section 6-09.3(6)C. SECTION 6-10, CONCRETE BARRIER December 4, 2006 6-10.2 Materials The fourth paragraph is revised to read: Connecting pins, drift pins and steel pins for type 3 anchors shall conform to Section 9-06.5(4) and be galvanized in accordance with AASHTO M 232. All other hardware shall conform to Section 9- 06.5(1) and be galvanized in accordance with AASHTO M 232. SECTION 6-11, PRECAST CONCRETE RETAINING WALL STEMS January 3, 2006 This section including title is revised to read: SECTION 6-11, REINFORCED CONCRETE WALLS 6-11.1 Description This work consists of constructing reinforced concrete retaining walls, including those shown in the Standard Plans, L walls, and counterfort walls. 6-11.2 Materials Materials shall meet the requirements of the following sections: Cement 9-01 Aggregates for Portland Cement Concrete 9-03.1 Gravel Backfill 9-03.12 Premolded Joint Filler 9-04.1(2) Steel Reinforcing Bar 9-07.2 Epoxy -Coated Steel Reinforcing Bar 9-07.3 Concrete Curing Materials and Admixtures 9-23 Fly Ash 9-23.9 Water 9-25 Other materials required shall be as specified in the Special Provisions. 6-11.3 Construction Requirements 6-11.3(1) Submittals The Contractor shall submit all excavation shoring plans to the Engineer for approval in accordance with Section 2-09.3(3)D. The Contractor shall submit all falsework and formwork plans to the Engineer for approval in accordance with Sections 6-02.3(16) and 6-02.3(17). 43 If the Contractor elects to fabricate and erect precast concrete wall stem panels, the following information shall be submitted to the Engineer for approval in accordance with Sections 6-01.9 and 6-02.3(28)A: 1. Working drawings for fabrication of the wall stem panels, showing dimensions, steel reinforcing bars, joint and joint filler details, surface finish details, lifting devices with the manufacturer's recommended safe working capacity, and material specifications. 2. Working drawings and design calculations for the erection of the wall stem panels showing dimensions, support points, support footing sizes, erection blockouts, member sizes, connections, and material specifications. 3. Design calculations for the precast wall stem panels, the connection between the precast panels and the cast -in-place footing, and all modifications to the cast -in-place footing details as shown in the Plans or Standard Plans. The Contractor shall not begin excavation and construction operations for the retaining walls until receiving the Engineer's approval of the above submittals. 6-11.3(2) Excavation and Foundation Preparation Excavation shall conform to Section 2-09.3(3), and to the limits and construction stages shown in the Plans. Foundation soils found to be unsuitable shall be removed and replaced in accordance with Section 2-09.3(1)C. 6-11.3(3) Precast Concrete Wall Stem Panels The Contractor may fabricate precast concrete wall stem panels for construction of Standard Plan Retaining Wall Types 1 through 6 and 1 SW through 6SW. Precast concrete wall stem panels may be used for construction of non -Standard Plan retaining walls if allowed by the Plans or Special Provisions. Precast concrete wall stem panels shall conform to Section 6-02.3(28), and shall be cast with Class 4000 concrete. The precast concrete wall stem panels shall be designed in accordance with the requirements for Load Factor Design in the following codes: 1. For all loads except as otherwise noted - AASHTO Standard Specifications for Highway Bridges, latest edition and current interims. The seismic design shall use the acceleration coefficient and soil profile type as specified in the Plans. 2. For all wind loads - AASHTO Guide Specifications for Structural Design of Sound Barriers, latest edition and current interims. The precast concrete wall stem panels shall be fabricated in accordance with the dimensions and details shown in the Plans, except as modified in the shop drawings as approved by the Engineer. The precast concrete wall stem panels shall be fabricated full height, and shall be fabricated in widths of 8 feet, 16 feet, and 24 feet. The construction tolerances for the precast concrete wall stem panels shall be as follows: Height ±1/4 inch Width ±1/4 inch Thickness ±1/4 inch -1/8 inch Concrete cover for steel reinforcing bar ±3/8 inch -1/8 inch Width of precast concrete wall stem panel joints ±1/4 inch 44 Offset of precast concrete wall stem panels ±1/4 inch (Deviation from a straight line extending 5 feet on each side of the panel joint) The precast concrete wall stem panels shall be constructed with a mating shear key between adjacent panels. The shear key shall have beveled corners and shall be 1-1/2 inches in thickness. The width of the shear key shall be 3-1/2 inches minimum and 5-1/2 inches maximum. The shear key shall be continuous and shall be of uniform width over the entire height of the wall stem. The Contractor shall provide the specified surface finish as noted, and to the limits shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved with form liners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the Special Provisions. Rolled on textured finished shall not be used. Precast concrete wall stem panels shall be cast in a vertical position if the Plans call for a form liner texture on both sides of the wall stem panel. The precast concrete wall stem panel shall be rigidly held in place during placement and curing of the footing concrete. The precast concrete wall stem panels shall be placed a minimum of one inch into the footing to provide a shear key. The base of the precast concrete wall stem panel shall be sloped 1/2 inch per foot to facilitate proper concrete placement. To ensure an even flow of concrete under and against the base of the wall panel, a form shall be placed parallel to the precast concrete wall stem panel, above the footing, to allow a minimum one foot head to develop in the concrete during concrete placement. The steel reinforcing bars shall be shifted to clear the erection blockouts in the precast concrete wall stem panel by 1-1/2 inches minimum. All precast concrete wall stem panel joints shall be constructed with joint filler installed on the rear (backfill) side of the wall. The joint filler material shall extend from two feet below the final ground level in front of the wall to the top of the wall. The joint filler shall be a nonorganic flexible material and shall be installed to create a waterproof seal at panel joints. The soil bearing pressure beneath the falsework supports for the precast concrete wall stem panels shall not exceed the maximum design soil pressure shown in the Plans for the retaining wall. 6-11.3(4) Cast -In -Place Concrete Construction Cast -in-place concrete for concrete retaining walls shall be formed, reinforced, cast, cured, and finished in accordance with Section 6-02, and the details shown in the Plans and Standard Plans. All cast -in-place concrete shall be Class 4000. The Contractor shall provide the specified surface finish as noted, and to the limits shown, in the Plans to the exterior concrete surfaces. Special surface finishes achieved with formliners shall conform to Sections 6-02.2 and 6-02.3(14) as supplemented in the Special Provisions. Cast -in-place concrete for adjacent wall stem sections (between vertical expansion joints) shall be formed and placed separately, with a minimum 12 hour time period between concrete placement operations. Premolded joint filler, 1/2" thick, shall be placed full height of all vertical wall stem expansion joints in accordance with Section 6-01.14. 6-11.3(5) Backfill, Weepholes and Gutters Unless the Plans specify otherwise, backfill and weepholes shall be placed in accordance with Standard Plan D-4 and Section 6-02.3(22). Gravel backfill for drain shall be compacted in accordance with Section 2-09.3(1)E. Backfill within the zone defined as bridge approach embankment in Section 1-01.3 shall be compacted in accordance with Method C of Section 2- 45 03.3(14)C. All other backfill shall be compacted in accordance with Method B of Section 2- 03.3(14)C, unless otherwise specified. Cement concrete gutter shall be constructed as shown in the Standard Plans. 6-11.3(6) Traffic Barrier and Pedestrian Barrier When shown in the Plans, traffic barrier and pedestrian barrier shall be constructed in accordance with Sections 6-02.3(11)A and 6-10.3(2), and the details shown in the Plans and Standard Plans. 6-11.4 Measurement Concrete Class 4000 for retaining wall will be measured as specified in Section 6-02.4. Steel reinforcing bar for retaining wall and epoxy -coated steel reinforcing bar for retaining wall will be measured as specified in Section 6-02.4. Traffic barrier and pedestrian barrier will be measured as specified in Section 6-10.4 for cast -in-place barrier. concrete 6-11.5 Payment Payment will be made in accordance with Section 1-04.1 for each of the following bid items when they are included in the proposal: "Conc. Class 4000 For Retaining Wall", per cubic yard. All costs in connection with furnishing and installing weep holes and premolded joint filler shall be included in the unit contract price per cubic yard for "Conc. Class 4000 for Retaining Wall". "St. Reinf. Bar For Retaining Wall", per pound. "Epoxy -Coated St. Reinf. Bar For Retaining Wall", per pound. "Traffic Barrier", per linear foot. "Pedestrian Barrier", per linear foot. The unit contract price per linear foot for " Barrier" shall be full pay for constructing the barrier on top of the retaining wall, except that when these bid items are not included in the proposal, all costs in connection with performing the work as specified shall be included in the unit contract price per cubic yard for "Conc. Class 4000 For Retaining Wall", and the unit contract price per pound for " Bar For Retaining Wall". SECTION 6-12, NOISE BARRIER WALLS January 3, 2006 6-12.3(6) Precast Concrete Panel Fabrication and Erection Item 5 following the first paragraph of Section 6-12.3(6) is renumbered to item 6. The below new item 5 is inserted ahead of renumbered item 6: 5. Precast concrete panels shall not be erected until the foundations for the panels have attained a minimum compressive strength of 3,400 psi. SECTION 6-13, STRUCTURAL EARTH WALLS August 6, 2007 6-13.2 Materials The reference to "Gravel Backfill 9-03.12(2)", is deleted. 6-13.3(2) Submittals The fifth paragraph is revised to read: 46 The design calculation and working drawing submittal shall include detailed design calculations and all details, dimensions, quantities, and cross-sections necessary to construct the wall. The calculations shall include a detailed explanation of any symbols, design input, material property values, and computer programs used in the design of the walls. All computer output submitted shall be accompanied by supporting hand calculations detailing the calculation process. If MSEW 3.0, or a later version, is used for the wall design, hand calculations supporting MSEW are not required. The sixth paragraph is supplemented with the following: 6. The minimum soil reinforcement length shall be the greater dimension of the following: a. 0.7 times the wall design height H. b. 6'-0". c. That required by design to meet internal stability design requirements, soil bearing pressure design requirements, and constructability requirements. 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection This section is supplemented with the following: Geosynthetic reinforcing, when used, shall be placed in accordance with Sections 2-12.3 and 6- 13.3(5). 6-13.3(7) Backfill Under number 4 in the fifth paragraph, the words "light mechanical tampers" are revised to "a plate compactor". 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier This Section is revised to read: The Contractor, in conjunction with the structural earth wall manufacturer, shall design and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with Section 6-13.3(2) and the above ground geometry details shown in the Plans. The barrier working drawings and supporting calculations shall include, but not be limited to, the following: 1. Complete details of barrier cross section geometry, including the portion below ground, and accommodations necessary for bridge approach slabs, PCCP, drainage facilities, underground utilities, and sign support, luminaire pole, traffic signal standard, and other barrier attachments. 2. Details of the steel reinforcement of the barrier, including a bar list and bending diagram in accordance with Section 6-02.3(24), and including additional reinforcement required at sign support, luminaire pole, traffic signal standard, and other barrier attachment locations. 3. Details of the interface of, and the interaction between, the barrier and the top layers of structural earth wall reinforcement and facing. 4. When the Plans specify placement of conduit pipes through the barrier, details of conduit pipe and junction box placement. SEW traffic barrier and SEW pedestrian barrier shall be constructed in accordance with Sections 6- 02.3(11)A and 6-10.3(2), and the details in the Plans and in the structural earth wall working drawings as approved by the Engineer. 47 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS December 4, 2006 6-14.3(2) Submittals Item 2 is revised to read: 2. The Contractor's proposed wall construction method, including proposed forming systems, types of equipment to be used, proposed erection sequence and details of how the backfill will be retained during each stage of construction. 6-14.3(4) Erection and Backfill The first sentence in the eighth paragraph is revised to read: The Contractor shall place and compact the wall backfill in accordance with the wall construction sequence detailed in the Plans and Method C of Section 2-03.3(14)C, except as follows: 1JI lder number 5 1111 the eighth par agr a^ph, the VVor ds "light mechanical tei pers" are revised to "a plate compactor". 6-14.4 Measurement The first three paragraphs are revised to read: Permanent geosynthetic retaining wall and temporary geosynthetic retaining wall will be measured by the square foot of face of completed wall. Corner wrap area and extensions of the geosynthetic wall beyond the area of wall face shown in the Pians or staked by the Engineer are considered incidental to the wall construction and will not be included in the measurement of the square foot of face of completed geosynthetic retaining wall. Gravel borrow for geosynthetic retaining wall backfill will be measured as specified in Section 2-03.4. Shotcrete facing and concrete fascia panel will be measured by the square foot surface area of the completed facing or fascia panel, measured to the neat lines of the facing or panel as shown in the Plans. When a footing is required, the measurement of the fascia panel area will include the footing. 6-14.5 Payment The bid item "Borrow for Geosynthetic Wall Incl. Haul" and subsequent paragraph are revised to read: "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul", per ton or per cubic yard. All costs in connection with furnishing and placing backfill material for temporary or permanent geosynthetic retaining walls as specified shall be included in the unit contract price per ton or per cubic yard for "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul". SECTION 6-15, SOIL NAIL WALLS August 7, 2006 6-15.3(8) Soil Nail Testing and Acceptance The first sentence in the fourth paragraph is revised to read: The pressure gauge shall be graduated in increments of either 100 psi or two percent of the maximum test load, whichever is less. SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS August 7, 2006 6-16.3(5) Backfilling Shaft The first and second paragraphs are revised to read: 48 The excavated shaft shall be backfilled with either controlled density fill (CDF), or pumpable lean concrete, as shown in the Plans and subject to the following requirements: 1. Dry shaft excavations shall be backfilled with CDF. 2. Wet shaft excavations shall be backfilled with pumpable lean concrete. 3. Pumpable lean concrete shall be a Contractor designed mix providing a minimum 28 day compressive strength of 100 psi. Acceptance of pumpable lean concrete will conform to the acceptance requirements specified in Section 2-09.3(1) for CDF. 4. A wet shaft is defined as a shaft where water is entering the excavation and remains present to a depth of six inches or more. 5. When the Plans or test hole boring logs identify the presence of a water table at or above the elevation of the bottom of soldier pile shaft, the excavation shall be considered as wet, except as otherwise noted. Such a shaft may be considered a dry shaft provided the Contractor furnishes and installs casing that is sufficiently sealed into competent soils such that water cannot enter the excavation. Placement of the shaft backfill shall commence immediately after completing the shaft excavation and receiving the Engineer's approval of the excavation. CDF or pumpable lean concrete shall be placed in one continuous operation to the top of the shaft. Vibration of shaft backfill is not required. 6-16-3(6) Installing Timber Lagging and Permanent Ground Anchors The first paragraph is revised to read: The excavation and removal of CDF and pumpable lean concrete for the lagging installation shall proceed in advance of the lagging, and shall not begin until the CDF and pumpable lean concrete are of sufficient strength that the material remains in placed during excavation and lagging installation. If the CDF or pumpable lean concrete separates from the soldier pile, or caves or spalls from around the pile, the Contractor shall discontinue excavation and timber lagging installation operations until the CDF and pumpable lean concrete is completely set. The bottom of the excavation in front of the wall shall be level. Excavation shall conform to Section 2-03. SECTION 6-17, PERMANENT GROUND ANCHORS August 6, 2007 6-17.3(7) Installing Permanent Ground Anchors The eleventh paragraph is revised to read: The bearing plate and anchor head shall be placed so the axis of the tendon and the drill hole are both perpendicular to the bearing plate within plus or minus three degrees and the axis of the tendon passes through the center of the bearing plate at the intersection of the trumpet and the bearing plate when fully seated with the alignment load. 6-17.3(8) Testing and Stressing The first sentence in the third paragraph is revised to read: The pressure gauge shall be graduated in increments of either 100 psi or two percent of the maximum test load, whichever is less. SECTION 6-18, SHOTCRETE FACING August 6, 2007 6-18.3(3) Testing The first two sentences in the second paragraph are revised to read: 49 The Contractor shall remove at least three cores each from 12 -inch by 12 -inch shotcrete test panels in accordance with AASHTO T 24. Cores removed from the panels shall be immediately wrapped in wet burlap and sealed in a plastic bag. 6-18.3(3)A Pre -production Testing This section is revised to read: At least one 12 -inch by 12 -inch panel for each mix design shall be prepared for evaluation and testing of the shotcrete quality and strength. One 48 -inch by 48 -inch qualification panel shall be prepared for evaluation and approval of the proposed method for shotcrete installation, finishing, and curing. Both the 12 -inch and the 48 -inch panels shall be constructed using the same methods and initial curing proposed to construct the shotcrete facing, except that the 12 -inch panel shall not include wire reinforcement. The 12 -inch panel shall be constructed to the minimum thickness necessary to obtain the required core samples. The 48 -inch panel shall be constructed to the same thickness as proposed for the production facing. Production shotcrete work shall not begin until satisfactory test results are obtained and the panels are approved by the Engineer. 6-18.3(3)B Production Testing The first sentence is revised to read: The Contractor shall make at least one 12 -inch by 12 -inch panel for each section of facing shot. 6-18.3(7) Shotcrete Application The sixth paragraph is revised to read: The shotcrete shall be cured by applying a clear curing compound in accordance with Section 9- 23.2. The curing compound shall be applied immediately after final gunning. Two coats of curing compound shall be applied to the shotcrete surface immediately after finishing. When shotcrete is specified in the Plans as the final fascia finish, the curing requirements specified in Section 6- 02.3(11) shall apply. SECTION 7-01, DRAINS August 7, 2006 7-01.3 Construction Requirements This section is revised to read: A trench of the dimensions shown in the Plans or as specified by the Engineer shall be excavated to the grade and line given by the Engineer. Section 7-01.3 is supplemented with the following new sub -sections: 7-01.3(1) Drain Pipe Drain pipe shall be laid in conformity with the line and grades as shown in the Plans. The drain pipe shall be laid with soiltight joints unless otherwise specified. Concrete drain pipe shall be laid with the bell or larger end upstream. PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in Section 9-04.8. The bell shall be laid upstream. . PE drain pipe shall be jointed with snap -on, screw -on, bell and spigot, or wraparound coupling bands as recommended by the manufacturer of the tubing. 7-01.3(2) Underdrain Pipe When underdrain pipe is being installed as a means of intercepting ground or surface water, the trench shall be fine -graded in the existing soil 3 inches below the grade of the pipe as shown in the Plans. Gravel backfill shall be used under the pipe. Gravel backfill shall be placed to the depth shown in the Plans or as designated by the Engineer. All backfill shall be placed in 12 -inch maximum layers and be thoroughly compacted with three passes of a vibratory compactor for each 50 layer. The Contractor shall use care in placing the gravel backfill material to prevent its contamination. Class 2 perforations shall be used unless otherwise specified. When Class 1 perforations are specified the perforated pipe shall be laid with the perforations down. Upon final acceptance of the work, all drain pipes shall be open, clean, and free draining. Perforated pipe does not require a watertight joint. PVC underdrain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9, at the option of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. PE drainage tubing underdrain pipe shall be jointed with snap -on, screw -on, bell and spigot, or wraparound coupling bands, as recommended by the manufacturer of the tubing. SECTION 7-02, CULVERTS January 3, 2006 7-02.2 Materials The fifth and seventh paragraphs are deleted: SECTION 7-04, STORM SEWERS January 3, 2006 7-04.2 Materials The fourth and sixth paragraphs are deleted: SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL August 6, 2007 8-01.3(1) General The eighth paragraph, beginning with "In western Washington, erodible soil", is deleted and replaced with the following: Erodible soil not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice, unless authorized otherwise by the Engineer: In western Washington (west of the Cascade Mountain crest): October 1 through April 30 2 days maximum May 1 to September 30 7 days maximum In eastern Washington (east of the Cascade Mountain crest.): October 1 through June 30 5 days maximum July 1 through September 30 10 days maximum 8-01.3(1)B Erosion and Sediment Control (ESC) Lead This section is revised to read: The Contractor shall identify the ESC Lead at the preconstruction discussions and in the TESC plan. The ESC Lead shall have, for the life of the contract, a current Certificate of Training in Construction Site Erosion and Sediment Control from a course approved by the Washington State Department of Ecology. The ESC Lead shall be listed on the Emergency Contact List required under Section 1- 05.13(1). The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) plan. Implementation shall include, but is not limited to: 51 1. Installing and maintaining all temporary erosion and sediment control Best 'Management Practices (BMPs) included in the TESC plan to assure continued performance of their intended function. Damaged or inadequate TESC BMPs shall be corrected immediately. 2. Updating the TESC plan to reflect current field conditions. When a TESC plan is included in the contract plans, the Contractor shall inspect all on-site erosion and sediment control BMPs at least once every calendar week and within 24 hours of runoff events in which stormwater discharges from the site. inspections of temporarily stabilized, inactive sites may be reduced to once every calendar month. The Erosion and Sediment Control Inspection Form (Form Number 220-030 EF) shall be completed for each inspection and a copy shall be submitted to the Engineer no later than the end of the next working day following the inspection. 8-01.3(2)E Tacking Agent and Soil Binders The third paragraph, (PAM) is revised to read: Soil Binding Using Polyacrylamide (PAM) The PAM shall be applied on bare soil completely dissolved and mixed in water or applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than 2/3 pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of cellulose fiber mulch treated with a non-toxic dye shall be applied with the dissolved PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand-held fertilizer spreader or a tractor -mounted spreader. 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch The second paragraph under East of the summit of the Cascade Range, beginning with "The Contractor will be responsible", is deleted. 8-01.3(9)A Silt Fence The second paragraph is supplemented with the following: The strength of the wire or plastic mesh shall be equivalent to or greater than that required in Table 6 for unsupported geotextile (i.e., 180 lbs. grab tensile strength). The fourth paragraph is supplemented with the following: Geotextile material shall meet the requirements of Section 9-33 Table 6. The fifth paragraph is revised to read: Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1 1/4 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel posts shall have a minimum weight of 0.90 lbs/ft The reference to Section 8-01.3(16) in the sixth paragraph is revised to Section 8-01.3(15). 8-01.4 Measurement The thirteenth paragraph is revised to read: Seeding, fertilizing, liming, mulching, mowing, and soil binder or tacking agent will be measured by the acre by ground slope measurement or through the use of design data. This section is supplemented with the following: Coir log will be measured by the linear foot along the ground line of the completed installation. 52 8-01.5 Payment The following bid item is inserted after "Compost Sock", per linear foot: "Coir Log", per linear foot This section is supplemented with the following: "Mowing", per acre. "Seeding and Mulching", per acre. "Soil Binder or Tacking Agent", per acre. SECTION 8-02, ROADSIDE RESTORATION August 6, 2007 8-02.3(8) Planting The seventh and eighth paragraphs are deleted and replaced with the following: All burlap, baskets, string, wire and other such materials shall be removed from the hole when planting balled and burlapped plants. The plant material shall be handled in such a manner that the root systems are kept covered and damp at all times. The root systems of all bare root plant material shall be dipped in a slurry of silt and water immediately prior to planting. The root systems of container plant material shall be moist at the time of planting. In their final position, all plants shall have their top true root (not adventitious root) no more than 1" below the soil surface, no matter where that root was located in the original root ball or container. After planting, the backfill material and root ball shall be thoroughly watered in within 24 hours. 8-02.3(9) Pruning, Staking, Guying, and Wrapping The first paragraph is revised to read: Plants shall be pruned at the time of planting, only to remove minor broken or damaged twigs, branches or roots. Pruning shall be done with a sharp tool and shall be done in such a manner as to retain or to encourage natural growth characteristics of the plants. All other pruning shall be performed only after the plants have been in the ground at least one year. 8-02.3(12) Completion of Initial Planting The second sentence in number 1. is deleted. 8-02.3(13) Plant Establishment The fourth paragraph is revised to read: During the first year of plant establishment under PSIPE, the Contractor shall meet monthly with the Engineer for the purpose of joint inspection of the planting material on a mutually agreed upon schedule. The Contractor shall correct all conditions unsatisfactory to the Engineer within a 10 -day period immediately following the inspection. If plant replacement is required, the Contractor shall, within the 10 -day period, propose a plan and schedule for the plant replacement to occur immediately at the beginning of the planting period as designated in Section 8-02.3(8). Failure to comply with corrective steps as outlined by the Engineer shall constitute justification for the Contracting Agency to take corrective steps and to deduct all costs thereof from any monies due the Contractor. At the end of the plant establishment period, plants that do not show normal growth shall be replaced. The seventh paragraph is revised to read: During the plant establishment period(s) after PSIPE, the Contractor shall perform all work necessary for the continued healthy and vigorous growth of all plant material as directed by the Engineer. 53 8-02.3(14) Plant Replacement The first paragraph is revised to read: The Contractor shall be responsible for growing or providing enough plants for replacement of all plant material rejected through first year plant establishment. All replacement plant material shall be inspected and approved by the Engineer prior to installation. All rejected plant material shall be replaced at dates approved by the Engineer. The second paragraph is supplemented with the following: Replacement plant material larger than specified in the Plans shall meet the applicable section requirements of the ASNS for container class, ball size, spread, and branching characteristics. 8-02.4 Measurement The measurement statement for Brush Layer is revised to read: Brush layer will be measured by the linear foot along the ground line. The measurement statement for Live Stake Row is revised to read: Live stake row will be measured by the linear foot along the ground line The measurement statement for Fascine is revised to read: Fascine will be measured by the linear foot along the ground line The measurement statement for Live Brush Mattress is revised to read: Live brush mattress will be measured by the surface square yard along the ground slope line. 8-02.5 Payment The first paragraph below the bid item "PSIPE " is revised to read: The unit contract price for "Plant Selection ", per each, and "PSIPE ", per each, shall be full pay for all materials, labor, tools, equipment, and supplies necessary for weed control within the planting area, planting area preparation, fine grading, planting, cultivating, , plant storage and protection, fertilizer and root dip, staking, cleanup, and water necessary to complete planting operations as specified. The seventh paragraph below the bid item "PSIPE_" is revised to read: Payment shall be increased to the appropriate percentage upon reaching the following plant establishment milestones: June 30th September 30th Completion of lst year plant establishment or after all replacement plants have been installed, whichever is later The pay statement for "Fertilizer" is revised to read: 80% 90% 100% "Fertilizer", per pound shall be full pay for furnishing and applying the fertilizer. 54 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS December 4, 2006 8-04.3(2) Extruded Asphalt Concrete Curbs, and Gutters The first paragraph is supplemented with the following: Just prior to placing the curb, a tack coat of asphalt shall be applied to the existing pavement surface at the rate ordered by the Engineer. 8-04.4 Measurement The first paragraph is revised to read: All curbs, gutters, and spillways will be measured by the linear foot along the line and slope of the completed curbs, gutters, or spillways, including bends. Measurement of cement concrete curb and cement concrete curb and gutter, when constructed across driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. SECTION 8-08, RUMBLE STRIPS April 3, 2006 8-08.1 Description The first sentence is revised to read: This work consists of constructing centerline and shoulder rumble strips by grinding hot mix asphalt. 8-08.3 Construction Requirements The first sentence in the first paragraph is revised to read: The equipment shall have a rotary type cutting head or series of cutting heads capable of grinding one or more recesses in the hot mix asphalt as detailed in the Standard Plans. The third sentence in the third paragraph is revised to read: All cuttings and other debris shall become the property of the Contractor and be disposed of outside the project limits. SECTION 8-09, RAISED PAVEMENT MARKERS April 3, 2006 8-09.3(5) Recessed Pavement Marker This section is revised to read: Construct recesses for pavement markers by grinding the pavement in accordance with the dimensions shown in the Standard Plans. This work shall include cleanup and disposal of cuttings and other resultant debris. Prepare the surface in accordance with Section 8-09.3(1). Install Type 2 markers in the recess in accordance with the Standard Plans and Section 8-09.3(4). SECTION 8-11, GUARDRAIL April 3, 2006 8-11.3(4) Removing Guardrail This section including title is revised to read: 8-11.3(4) Removing Guardrail and Guardrail Anchor Removal of the various types of guardrail shall include removal of the rail, cable elements, hardware, and posts, including transition sections, expansion sections and terminal sections . Removal of the various types of guardrail anchors shall include removal of the anchor assembly in its entirety, 55 including concrete bases, rebar, and steel tubes and any other appurtenances in the anchor assembly. All holes resulting from the removal of the guardrail posts and anchors shall be backfilled with granular material in layers no more than 6 -inches thick and compacted to a density similar to that of the adjacent material. The removed guardrail items shall become the property of the Contractor. SECTION 8-16, CONCRETE SLOPE PROTECTION August 7, 2006 8-16.2 Materials The material "Concrete Class 3000" and referenced section "6-02" are revised to read: Commercial Concrete 6-02.3(2)B 8-16.3(3) Poured in Place Cement Concrete In the second paragraph, the words "Class 3000 cement" are revised to read "commercial". SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL December 4, 2006 8-20.3(2) Excavating and Backfilling The third paragraph is revised to read: The excavations shall be backfilled in conformance with the requirements of Section 2-09.3(1)E, Structure Excavation. 8-20.3(4) Foundations The second paragraph is revised to read: The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation beneath the existing ground line is formed or cased instead of being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted in accordance with Section 2-09.3(1)E. The thirteenth paragraph is revised to read: Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Foundations shall have set at least 72 hours prior to the removal of the forms. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. 8-20.3(9) Bonding, Grounding The first, second, and fourth paragraphs are revised to read: All metallic appurtenances containing electrical conductors (luminaires, light standards, cabinets, metallic conduit, etc.) shall be made mechanically and electrically secure to form continuous systems, that shall be effectively grounded. Where conduit is installed, the installation shall include an equipment ground conductor, in addition to the conductors noted in the contract. Bonding jumpers and equipment grounding conductors shall be installed in accordance with Section 9-29.3 and NEC. Where existing conduits are used for the installation of new circuits, an equipment -grounding conductor shall be installed unless an existing equipment ground conductor, which is appropriate for the largest circuit, is already present in the existing raceway. The equipment ground conductor between the isolation switch and the sign lighter fixtures shall be a minimum of a 14 AWG stranded copper conductor. Where parallel circuits are 56 enclosed in a common conduit, the equipment -grounding conductor shall be sized by the largest overcurrent device serving any circuit contained within the conduit. Supplemental grounding shall be provided at light standards, signal standards, cantilever and sign bridge structures. Steel sign posts which support signs with sign lighting or flashing beacons shall also have supplemental grounding. The supplemental ground conductor shall be connected to the foundation rebar (all rebar crossings shall be wire tied) by means of a grounding connector listed for use in concrete, and lead up directly adjacent to a conduit installed within the foundation. The free end of the conductor shall be terminated to the ground terminal, with an approved clamp, within the pole. If no ground terminal is provided, bond to standard or post. Three feet of slack shall be provided inside the standard. Where a concrete and rebar foundation is not used the supplemental ground shall be a grounding electrode placed in the hole next to the post prior to back fill. For light standards, signal standards, cantilever and sign bridge structures the supplemental grounding conductor shall be a non -insulated 4 AWG stranded copper conductor. For steel sign posts which support signs with sign lighting or flashing beacons the supplemental grounding conductor shall be a non -insulated 6 AWG stranded copper conductor. 8-20.3(14)E Signal Standards The second paragraph is revised to read: Signal standards shall not be erected on concrete foundations until the foundations have attained 2400 psi or 14 days after concrete placement. Signal standards without mast arms may be erected after 72 hours. Type IV and V strain pole standards may be erected but the messenger cable (span wire) shall not be placed until the foundation has attained 2400 psi or 14 days after concrete placement. SECTION 8-21, PERMANENT SIGNING January 3, 2006 8-21.3(9)F Bases The second paragraph is revised to read: The excavation and backfill shall be in conformance with the requirements of Section 2-09.3(1)E. The fifth paragraph is revised to read: The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation beneath the existing ground line is formed or cased instead of being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted in accordance with Section 2-09.3(1)E. The fourteenth paragraph is revised to read: Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Forms shall not be removed until the concrete has set at least three days. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. SECTION 8-22, PAVEMENT MARKING August 6, 2007 8-22.1 Description This section is revised to read: This work consists of furnishing, installing, and removing pavement markings upon the roadway surface in accordance with the Plans, Standard Plans, the FHWA publication Standard Alphabet for 57 Highway Signs and Pavement Markings and these Specifications, at locations shown in the Contract or as ordered by the Engineer in accordance with Section 1-04.4. Pavement Markings may be either Longitudinal (long) Line Markings or Transverse Markings. Longitudinal line markings are generally placed parallel and adjacent to the flow of traffic. Transverse markings are generally placed perpendicular and across the flow of traffic. Word and symbol markings are classified as transverse markings. Traffic letters used in word messages shall be 8 -feet high with the exception of the "R" in the railroad crossing symbol which shall be as shown in the Standard Plans. 8-22.2 Materials This section is revised to read: Material for pavement marking shall be paint or plastic as noted in the bid item meeting the requirements of Section 9-34. Glass beads for paint shall meet the requirements of Section 9-34.4, Glass beads for plastic shall be as recommended by the material manufacturer. 8-22.3(2) Preparation of Roadway Surfaces The following new sentence is inserted after the first sentence in the second paragraph: The temperature requirement may be superseded by the material manufacturers written installation instructions. The last sentence in the third paragraph is revised to read: These cure periods may be reduced if the manufacturer performs a successful bond test and approves the reduction of the pavement cure period. 8-22.3(3) Marking Application This section is revised to read: Marking colors Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. Transverse markings shall be white, except as otherwise noted in the Standard Plans. Line Patterns Solid line — a continuous line without gaps. Broken line — a line consisting of solid line segments separated by gaps. Dotted line — a broken line with noticeably shorter line segments separated by noticeably shorter gaps. Line Surfaces Flat Lines — Pavement marking lines with a flat surface. Profiled Marking — A profiled pavement marking is a marking that consists of a base line thickness and a profiled thickness which is a portion of the pavement marking line that is applied at a greater thickness than the base line thickness. Profiles shall be applied using the extruded method in the same application as the base line. The profiles may be slightly rounded provided the minimum profile thickness is provided for the length of the profile. See the Standard Plans for the construction details. Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse grooves. An embossed plastic line may also have profiles. See the Standard Plans for the construction details. 58 Line Applications Surface line — a line applied directly to the pavement surface. Grooved Line — A line constructed by grinding or saw cutting a groove into the pavement surface and spraying, extruding or gluing pavement marking material into the groove. The groove depth is dependent upon the material used, the pavement surface and location. See the project Plans and Special Provisions. Two applications of paint will be required to complete all paint markings. The second application of paint shall be squarely on top of the first pass. The time period between paint applications will vary depending on the type of pavement and paint (low VOC waterborne, high VOC solvent, or low VOC solvent) as follows: Pavement Type Paint Type Time Period Bituminous Surface Treatment Low VOC Waterborne 4 hours min., 48 hours max. Hot Mix Asphalt Pavement Low VOC Waterborne 4 hours min., 30 days max. Cement Concrete Pavement Low VOC Waterborne 4 hours min., 30 days max. Bituminous Surface Treatment High and Low VOC Solvent 40 min. min., 48 hrs. max. Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30 days max. Cement Concrete Pavement High and Low VOC Solvent 40 min. min., 30 days max. Centerlines on two lane highways with broken line patterns, paint or plastic, shall be applied in the increasing mile post direction so they are in cycle with existing broken line patterns at the beginning of the project. Broken line patterns applied to multi -lane or divided roadways shall be applied in cycle in the direction of travel. Where paint is applied on centerline on two-way roads with bituminous surface treatment or centerline rumble strips, the second paint application shall be applied in the opposite (decreasing mile post) direction as the first application (increasing mile post) direction. This will require minor broken line pattern corrections for curves on the second application. Application Thickness Pavement markings shall be applied at the following base line thickness measured above the pavement surface or above the groove bottom for grooved markings in thousandths of an inch (mils): Marking Material Application HMA PCC BST Paint -first coat spray 10 10 10 Paint- second coat spray 15 15 15 Type A - flat/transverse & symbols extruded 125 125 125 Type A - flat/long line & symbols spray 90 90 120 Type A - with profiles extruded 90 90 120 Type A - embossed extruded 160 160 160 Type A - embossed with profiles extruded 160 160 160 Type A — grooved/flat/long line extruded 230 230 230 59 Type B - flat/transverse & symbols heat fused 125 125 125 Type C-2 - flat/transverse & symbols adhesive 90 90 NA Type C-1 & 2 - flat/long line adhesive 60 60 NA Type C-1 - grooved/flat/long line adhesive 60 60 NA Type D - flat/transverse & symbols spray 120 120 120 Type D - flat/transverse & symbols extruded 120 120 120 Type D - flat/long line spray 90 90 120 Type D - flat/long line extruded 90 90 120 Type D - profiled/long line extruded 90 90 120 Type D — grooved/flat/long line extruded 230 230 230 Liquid pavement marking material yield per gallon depending on thickness shall not exceed the following: Mils thickness 1 Feet of 4" line/gallon 1 Square feet/gallon 10 483 161 15 322 108 30 161 54 40 125 42 45 107 36 60 81 27 90 54 18 90 with profiles 30 10 120 40 13 120 with profiles 26 9 230 21 7 Solid pavement marking material (Type A) yield per 50 pound bag shall not exceed the following: Mils thickness Feet of 4" line/50# bag Square feet/50# bag 30 - flat 358 120 45 - flat 240 80 60 - flat 179 60 90 - flat 120 40 90 - flat with profiles 67 23 120 - flat 90 30 120 - flat with profiles 58 20 125 - embossed 86 29 125 - embossed with profiles 58 20 230- flat grooved 47 15 All grooved plastic lines shall be applibd into a groove cut or ground into the pavement. For Type A or D material the groove shall be cut or ground with equipment to produce a smooth square groove 60 4 -inches wide. For Type C-1 material the groove shall be cut with equipment to produce a smooth bottom square groove with a width in accordance with the material manufacturer's recommendation. The groove depth for Type C-1 material shall be 100 mils, plus or minus 10 mils. The groove depth for Type A or D material shall be as shown in the Plans. After grinding, clean the groove by a method approved by Engineer. Immediately before placing the marking material dean the groove with high pressure air. Section 8-22.3 is supplemented with the following new sub -section. 8-22.3(3)A Glass beads Top dress glass beads shall be applied to all spray and extruded pavement marking material. Glass beads shall be applied by a bead dispenser immediately following the pavement marking material application. Glass bead dispensers shall apply the glass beads in a manner such that the beads appear uniform on the entire pavement marking surface with 50 to 60% embedment. Hand casting of beads will not be allowed. Glass beads shall be applied to 10 or 15 mil thick paint at a minimum application rate of 7 pounds per gallon of paint. For plastic pavement markings, glass beads shall be applied at the rate recommended by the marking material manufacturer. When two or more spray applications are required to meet thickness requirements for Type A and Type D materials, top dressing with glass beads is only allowed on the last application. The cure period between successive applications shall be in accordance with the manufacturer's recommendations. Any loose beads, dirt or other debris shall be swept or blown off the line prior to application of each successive application. Successive applications shall be applied squarely on top of the preceding application. 8-22.3(5) Installation Instructions This section including title is revised to read: 8-22.3(5) Plastic Installation Instructions Installation instructions for plastic markings shall be provided for the Engineer. All materials including glass beads shall be installed according to the manufacturer's recommendations. A manufacturer's technical representative shall be present at the initial installation of plastic material to approve the installation procedure or the material manufacturer shall certify that the Contractor will install the plastic material in accordance with their recommended procedure. 8-22.4 Measurement This section is revised to read: Center line, center line with no pass line, double center line, double lane line, edge line, solid lane line, dotted extension line, lane line, reversible lane line, and two-way left turn center line will be measured by the completed linear foot as "Paint Line", "Plastic Line", "Embossed Plastic Line", "Profiled Plastic Line", "Profiled Embossed Plastic Line" or Grooved Plastic Line". The measurement for "Paint Line" will be based on a marking system capable of simultaneous application of three 4 -inch lines with two 4 -inch spaces. No deduction will be made for the unmarked area when the marking includes a broken line such as center line, dotted extension line, center line with no -pass line, lane line, reversible lane line, or two-way left turn center line. No additional measurement will be made when more than one line can be installed on a single pass such as center line with no -pass line, double center line, double lane line, reversible lane line, or two-way left turn center line. The measurement for "Plastic Line", "Embossed Plastic Line", "Profiled Plastic Line", "Profiled Embossed Plastic Line" or "Grooved Plastic Line" will be based on the total length of each 4 -inch wide plastic line installed. No deduction will be made for the unmarked area when the marking 61 includes a broken line such as, center line, dotted extension line, center line with no -pass line, lane line, reversible lane line, or two-way left turn center line. The measurement for "Painted Wide Lane Line", "Plastic Wide Lane Line", "Profiled Plastic Wide Lane Line", "Painted Wide Line", "Plastic Wide Line", "Painted Barrier Center Line", "Plastic Barrier Center Line", "Painted Stop Line", or "Plastic Stop Line", will be based on the total length of each painted, plastic or profiled plastic line installed. No deduction will be made for the unmarked area when the marking includes a broken line such as, wide broken lane line, drop lane line, or wide dotted lane line. The measurement for double wide lane line will be based on the total length of each wide lane line installed. No additional measurement for payment will be made for the required second application of paint. No additional measurement for payment will be made for additional applications required to meet thickness requirements for plastic markings. Diagonal and chevron -shaped lines used to delineate medians, gore areas, and parking stalls are Vol lstr Ul,ted of painted or plaastic., 4 ii Iii i %JI 1.) inch lines in n the color and pattern n sho'rvi I in 1 the Standard Plans. These lines will be measured as "Painted Line", "Plastic Line", "Painted Wide Line" or "Plastic Wide Line" by the linear foot of line installed. Crosswalk line will be measured by the square foot of marking installed. Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad crossing symbols, drainage markings, bicycle lane symbols, aerial surveillance full, and 1/2 markers, yield line symbols, yield ahead symbols, and speed bump symbols will be measured per each. Type 1 through 6 traffic arrows will be measured as one unit each, regardless of the number of arrow heads. Removal of lines, 4 -inches, 8 -inches, 18 inches and 20 -inches in width will be measured by the linear foot, with no deduction being made for the unmarked area when the marking includes a gap. Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial surveillance full and 1/2 markers, yield line symbol, yield ahead symbol, and speed bump symbol will be measured per each. Removal of crosswalk lines will be measured by the square foot of lines removed. 8-22.5 Payment This section is revised to read: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: "Paint Line", per linear foot. "Plastic Line", per linear foot. "Embossed Plastic Line", per linear foot. "Profiled Plastic Line", per linear foot. "Profiled Embossed Plastic Line", per linear foot. "Grooved Plastic Line", per lineal foot. "Painted Wide Lane Line", per linear foot. "Plastic Wide Lane Line", per linear foot. "Profiled Plastic Wide Lane Line", per linear foot. "Painted Wide Line", per linear foot. "Plastic Wide Line", per linear foot. "Painted Barrier Center Line", per linear foot. "Plastic Barrier Center Line", per linear foot. "Painted Stop Line", per linear foot. "Plastic Stop Line", per linear foot. "Painted Crosswalk Line", per square foot. "Plastic Crosswalk Line", per square foot. 62 "Painted Traffic Arrow", per each. "Plastic Traffic Arrow", per each. "Painted Traffic Letter", per each. "Plastic Traffic Letter", per each. "Painted Access Parking Space Symbol", per each. "Plastic Access Parking Space Symbol", per each. "Painted Railroad Crossing Symbol", per each. "Plastic Railroad Crossing Symbol", per each. "Painted Bicycle Lane Symbol", per each. "Plastic Bicycle Lane Symbol", per each. "Painted Drainage Marking", per each. "Plastic Drainage Marking", per each. "Painted Aerial Surveillance Full Marker", per each. "Plastic Aerial Surveillance Full Marker", per each. "Painted Aerial Surveillance 1/2 Marker", per each. "Plastic Aerial Surveillance 1/2 Marker", per each. "Painted Access Parking Space Symbol with Background", per each. "Plastic Access Parking Space Symbol with Background", per each. "Painted HOV Lane Symbol", per each. "Plastic HOV Lane Symbol", per each. "Painted Yield Line Symbol", per each. "Plastic Yield Line Symbol", per each. "Painted Yield Ahead Symbol", per each. "Plastic Yield Ahead Symbol", per each. "Painted Speed Bump Symbol", per each. "Plastic Speed Bump Symbol", per each. "Removing Paint Line", per linear foot. "Removing Plastic Line", per linear foot. "Removing Painted Crosswalk Line", per square foot. "Removing Plastic Crosswalk Line", per square foot. "Removing Painted Traffic Marking", per each . "Removing Plastic Traffic Marking", per each . SECTION 9-00, DEFINITIONS AND TESTS January 3, 2006 9-00.8 Sand Equivalent The second paragraph is revised to read: For acceptance, there must be a dear line of demarcation. If no clear line of demarcation has formed at the end of a 30 minute sedimentation period, the material will be considered as failing to meet the minimum specified sand equivalent. SECTION 9-02, BITUMINOUS MATERIALS August 6, 2007 9-02.1(2) Medium Curing (MC) Liquid Asphalt This section including title is revised to read: 9-02.1(2) Vacant 9-02.1(3) Rapid Curing (RC) Liquid Asphalt This section including title is revised to read: 63 9-02.1(3) Vacant 9-02.1(4) Asphalt Binders This section including title is revised to read: 9-02.1(4) Performance Graded Asphalt Binder (PGAB) PGAB meeting the requirements of AASHTO M 320 Table 1 of the grades specified in the contract shall be used in the production of HMA. The Direct Tension Test (AASHTO T 314) of M 320 is not a specification requirement. 9-02.1(4)A Performance Graded Asphalt Binder This section including title is revised to read: 9-02.1(4)A Quality Control Plan The Asphalt Supplier of PGAB shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded Asphalts". The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to be submitted. The Asphalt Supplier of PGAB shall certify through the Bill of Lading that PGAB meets the specification requirements of the contract. 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS -2P This section is revised to read: The asphalt CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. The asphalt CRS -2P shall meet the following specifications: ote 1Distillation modified to use 300 grams of emulsion heated to 350°F ± 9°F and maintained for 20 minutes. 64 AASHTO Test Method Specifications Minimum Maximum Viscosity @122°F, SFS T 59 100 400 Storage Stability 1 day % T 59 --- 1 Demulsibility 35 mi. 0.8% Dioctyl Sodium Sulfosuccinate T 59 40 --- Particle Charge T 59 positive --- Sieve Test % T 59 --- 0.30 Distillation Oil distillate by vol. of emulsion % T 59note 1 0 3 Residue T 59 note 1 65 --- Test on the Residue From Distillation Penetration @77°F T 49 100 250 Torsional Recovery % note 2 18 --- or Toughness/Tenacity in -lbs note 3 50/25 --- ote 1Distillation modified to use 300 grams of emulsion heated to 350°F ± 9°F and maintained for 20 minutes. 64 note 2The Torsional Recovery test shall be conducted according to the California Department of Transportation Test Method No. 332. The residue material for this test shall come from California Department of Transportation Test Method No. 331. note 3Benson method of toughness and tenacity; Scott tester, inch -pounds at 77°F, 20 in. per minute pull. Tension head 7/8 in. diameter. At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity method is used for acceptance the supplier must supply all test data verifying specification conformance. 9-02.1(9) Coal Tar Pitch Emulsion This section including title is revised to read: 9-02.1(9) Coal Tar Pitch Emulsion, Cationic Asphalt Emulsion Blend Sealer Bituminous asphalt seal coat material shall be a blend of 20 percent Coal Tar Pitch Emulsion, and 80 percent Cationic Asphalt Emulsion, together with specified additives, minerals and sand aggregate. The Coal Tar Pitch Emulsion component shall conform to all requirements of Federal Specification RP -355E. The emulsion shall be prepared from straight run, high temperature, coke oven tar meeting the requirements of Federal Specification RC 1424. The Cationic Emulsified Asphalt component shall be CSS -1h grade emulsion, meeting the requirements of Section 9-02.1(6), Cationic Emulsified Asphalt. The blended emulsion shall be homogeneous and shall show no separation or coagulation of components that cannot be overcome by moderate stirring. It shall be capable of being applied completely by squeegee, brush, or other approved mechanical methods to the surface of bituminous pavements when spread at the specified rates. SECTION 9-03, AGGREGATES August 6, 2007 9-03.1(1) General Requirements The below new paragraph is inserted to follow the first paragraph: The material from which concrete aggregate is manufactured shall meet the following test requirements: Los Angeles Wear, 500 Rev. Degradation Factor (Structural and Paving Concrete) Degradation Factor (Other as defined in 6-02.3(2)B The second sentence in the fourth paragraph is revised to read: 35 max. 30 min. 20 min. The Contractor may submit an alternative mitigating measure through the Project Engineer to the State Materials Laboratory for approval along with evidence in the form of test results from ASTM C 1567 that demonstrate the mitigation when used with the proposed aggregate controls expansion to 0.20 percent or less. The second sentence in the fifth paragraph is revised to read: The Contractor shall submit evidence in the form of test results from ASTM C 1567 through the Project Engineer to the State Materials Laboratory that demonstrate the proposed mitigation when 65 used with the aggregates proposed will control the potential expansion to 0.20 percent or less before the aggregate source may be used in concrete. 9-03.1(4)A Deleterious Substances The reference to "AASHTO PT 61" in the second paragraph is revised to "AASHTO TP 61". 9-03.1(4)B Wear in Los Angeles Machine This section including title is revised to read: 9-03.1(4)B Vacant 9-03.1(4)C Grading The AASHTO Grading Chart is revised to include AASHTO Grading No. 4. Passing AASHTO Grading No. 467 AASHTO Grading No. 4 AASHTO Grading No. 57 AASHTO Grading No. 67 AASHTO Grading No. 7 AASHTO Grading No. 8 Sieve Size Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. Min. Max. 12" square 100 — 100 -- 95-100 100 --- --- 1/2" square 0-20 --- 1'/2 square 95 100 90 100 100 — — — — — — — 1 square — — 20 55 95 100 100 — — — — — 3/4 square 35 70 0 15 — — 90 100 100 — — — '/2 square — — -- -- 25 60 — — 90 100 100 — 3/8 square 10 30 0 5 — — 20 55 40 70 85 100 U.S. No. 4 0 5 -- -- 0 10 0 10 0 15 10 30 U.S. No. 8— — -- -- 0 5 0 5 0 5 0 10 U.S. No. — 16 — -- -- — — 0 5 9-03.4(2) Grading and Quality The chart is revised to read: 66 Crushed Screening Percent Passing 3/4"-1/2" 5/8"- US No. 4 1/2"- US No. 4 3/8" -US No. 4 3/8"- US No. 10 US No. 4- 0 1"square 100 --- --- --- --- 3/4" square 95-100 100 --- --- --- 5/8" square --- 95-100 100 --- --- 1/2" square 0-20 --- 97-100 100 100 --- 3/8" square 0-5 --- --- 70-90 95-100 100 1/4" square 0-15 U.S. No. 4 --- 0-10 0-5 0-5 0-35 76-100 U.S. No 8 0-3 U.S. No. 10 --- 0-3 0-2 0-10 30-60 U.S. No. 200 1.5 1.5 1.5 1.5 1.5 0-10.0 % fracture, by weight, min. 90 90 90 90 90 90 66 The reference to "AASHTO PT61" in the fourth paragraph is revised to "AASHTO TP61". 9-03.8(2) HMA Test Requirements In the first paragraph, item 2. and the associated graph are revised to read: 2. The fracture requirements for the combined coarse aggregate shall apply to the material retained on the U.S. No. 4 sieve and above, when tested in accordance with FOP for AASHTO TP 61. ESAL's (millions) # Fractured Faces % Fracture < 10 1 or more 90 > 10 2 or more 90 9-03.9(3) Crushed Surfacing The reference to "AASHTO PT 61" in the fourth paragraph is revised to "AASHTO TP 61". 9-03.11 Vacant This section including title is revised to read: 9-03.11 Streambed Aggregates Streambed aggregates shall be naturally occurring water rounded aggregates. Aggregates from quarries, ledge rock, and talus slopes are not acceptable for these applications. Streambed aggregates shall meet the following test requirements for quality: Aggregate Property Test Method Requirement Degradation Factor WSDOT T 113 15 min. Los Angeles Wear, 500 Rev. AASHTO T 96 50% max. Bulk Specific Gravity AASHTO T 85 2.55 min. Section 9-03.11 is supplemented with the following new sub -sections: 9-03.11(1) Streambed Sediment Streambed sediment shall meet the following requirements for grading when placed in hauling vehicles for delivery to the project or during manufacture and placement into temporary stockpile. The exact point of acceptance will be determined by the Engineer. Sieve Size Percent Passing 2 1/2" square 100 2" square 65 — 95 1" square 50 — 85 U.S. No. 4 26 — 44 U.S. No. 40 16 max. U.S. No. 200 5.0 — 9.0 All percentages are by mass. The portion of sediment retained on U.S. No. 4 sieve shall not contain more than 02 percent wood waste. 67 9-03.11(2) Streambed Cobbles Streambed cobbles shall be clean, naturally occurring water rounded gravel material. Streambed cobbles shall have uniform distribution of cobble sizes and conform to one or more of the following gradings as shown in the Plans: Approximate SizeNote 1 Percent Passing 4" Cobbles 6" Cobbles 8" Cobbles 10" Cobbles 12" Cobbles 12" Four Man 36"-48" Five Man 48" - 54" 100 10" 100 8" 100 70 max. 6" 100 70 max. 5" 70 max. 40 max. 4" 100 0 i 7 u i iiax. 40 max. 3" 40 max. 2" 40 max. 1 '/2" 40 max. 3/4' 10 max. 10 max. 10 max. 10 max. 10 max. The grading of the cobbles shall be determine by the Engineer by visual inspection of the load before it is dumped into place, or, if so ordered by the Engineer, by dumping individual loads on a flat surface and sorting and measuring the individual rocks contained in the load. Note 1: Approximate size can be determined by taking the average dimension of the three axes of the rock; length, width, and thickness by use of the following calculation: Length + Width + Thickness = Approximate Size 3 Length is the longest axis, width is the second longest axis, and thickness is the shortest axis. 9-03.11(3) Streambed Boulders Streambed boulders shall be hard, sound and durable material, free from seams, cracks, and other defects tending to destroy its resistance to weather. Streambed Boulders shall be rounded to sub -angular in shape and the thickness axis shall be greater than 60% of the length axis Note 1 Streambed boulders sizes are approximately as follows, see Plans for sizes specified: Rock Size Approximate Size Note.' One Man 12" - 18" Two Man 18"-28" Three Man 28" - 36" Four Man 36"-48" Five Man 48" - 54" Six Man 54" - 60" Note 1: Approximate size can be determined by taking the average dimension of the three axes of the rock; length, width, and thickness by use of the following calculation: Length + Width + Thickness = Approximate Size 3 Length is the longest axis, width is the second longest axis, and thickness is the shortest axis. 68 9-03.11(4) Habitat Boulders Habitat boulders shall be hard, sound and durable material, free from seams, cracks, and other defects tending to destroy its resistance to weather. Habitat Boulders shall be rounded to sub- angular in shape and the thickness axis shall be greater than 60% of the width axis and the length shall be 1.5 to 3 times the width axis "Ote 1 Habitat boulders sizes are approximately as follows, see Plans for sizes specified: Rock Size Approximate Size Note 1 Three Man 28" - 36" Four Man 36" - 48" Five Man 48" - 54" Six Man 54" - 60" Note 1: Approximate size can be determined by taking the average dimension of the three axes of the rock; length, width, and thickness by use of the following calculation: Length + Width + Thickness = Approximate Size 3 Length is the longest axis, width is the second longest axis, and thickness is the shortest axis. 9-03.20 Test Methods for Aggregates The test method for Percent of Fracture in Aggregates is revised from "AASHTO PT 61" to "AASHTO TP 61". SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS August 6, 2007 9-05.1(1) Concrete Drain Pipe This section is revised to read: Concrete drain pipe shall meet the requirements of ASTM C 118, heavy duty drainage pipe. 9-05.1(6) Corrugated Polyethylene Drainage Tubing Drain Pipe This section including title is revised to read: 9-05.1(6) Corrugated Polyethylene Drain Pipe (up to 10 -inch) Corrugated polyethylene drain pipe shall meet the requirements of AASHTO M 252 type C (corrugated both inside and outside) or type S (corrugated outer wall and smooth inner liner). The maximum size pipe shall be 10 inches in diameter. 9-05.2(3) Perforated Bituminized Fiber Underdrain Pipe This section including title is revised to read: 9-05.2(3) Vacant 9-05.1(7) Corrugated Polyethylene Drain Pipe This section including title is revised to read: 69 9-05.1(7) Corrugated Polyethylene Drain Pipe (12 -inch through 60 -inch) Corrugated polyethylene drain pipe, 12 -inch through 60 -inch -diameter maximum, shall meet the minimum requirements of AASHTO M 294 Type S or 12 -inch through 24 inch diameter maximum shall meet the minimum requirements of AASHTO M 294 Type C. 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain Pipe This section including title is revised to read: 9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10 -inch) Perforated corrugated polyethylene underdrain pipe shall meet the requirements of AASHTO M252, Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the length and circumference of the pipe. The maximum size pipe shall be 10 -inch diameter. 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe This section including title is revised to read: 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12 -inch through 60 -inch) Perforated corrugated polyethylene underdrain pipe. 12 -inch through 60 -inch diameter maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the length and circumference of the pipe. 9-05.3(1)A End Design and Joints The second paragraph is revised to read: The plane of the ends of the pipes shall be perpendicular to their longitudinal axes. 9-05.4(3) Protective Treatment In Treatment 1 and 2, the reference to 9-05.4(6) is revised to read 9-05.4(5). 9-05.12(1) Solid Wal! PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid Wall PVC Sanitary Sewer Pipe The first paragraph is revised to read: Solid wall PVC culvert pipe, solid wall PVC storm sewer pipe, and solid wall PVC sanitary sewer pipe and fittings shall be solid wall construction and shall conform to the following requirements: For pipe sizes up to 15 inches: ASTM D 3034 SDR 35 For pipe sizes from 18 to 48 inches: ASTM F 679 using a minimum pipe stiffness of 115 psi in accordance with Table 1. 9-05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe The first paragraph is revised to read: Profile wall PVC culvert pipe and profile wall PVC storm sewer pipe shall meet the requirements of ASTM F 794 Series 46, or ASTM F 1803. Profile wall PVC sanitary sewer pipe shall meet the requirements of ASTM F 794 Series 46, or ASTM F 1803. The maximum pipe diameter shall be as specified in the Qualified Products List. The fifth paragraph is revised to read: 70 Fittings for profile wall PVC pipe shall meet the requirements of ASTM F 794 Series 46, or ASTM F 1803. 9-05.15 Metal Castings This section is revised to read: For all metal castings the producing foundry shall provide certification stating the country of origin, the material meets the required ASTM or AASHTO specification noted in the subsections below. The producing foundry shall detail all test results from physical testing to determine compliance to the specifications. The test reports shall include physical properties of the material from each heat and shall include tensile, yield, and elongation as specified in the appropriate ASTM or AASHTO specification. For AASHTO M 306, Section 8, Certification is deleted and replaced with the above certification and testing requirements. Metal castings for drainage structures shall not be dipped, painted, welded, plugged, or repaired. Porosity in metal castings for drainage structures shall be considered a workmanship defect subject to rejection by the Engineer. Metal castings made from gray iron or ductile iron shall conform to the requirements of AASHTO M 306, and metal castings made from cast steel shall conform to the requirements of Section 9-06.8. All metal castings shall meet the proof load testing requirements of AASHTO M 306. 9-05.15(1) Manhole Ring and Cover This section is revised to read: Castings for manhole rings shall be gray iron or ductile iron and covers shall be ductile iron. All covers shall be interchangeable within the dimensions shown in the Standard Plans. All mating surfaces shall be machine finished to ensure a nonrocking fit. The inside vertical recessed face of the ring and the vertical outside edge of the cover shall be machined or manufactured to the following tolerances: Ring Cover +3/32 inch to -3/32 inch +3/32 inch to -3/32 inch All manhole rings and covers shall be identified by the name or symbol of the producing foundry and country of casting origin. This identification shall be in a plainly visible location when the ring and cover are installed. Ductile iron shall be identified by the following, "DUC" or "DI." The producing foundry and material identification shall be adjacent to each other and shall be minimum 1/2 inch to maximum 1 inch high letters, recessed to be flush with the adjacent surfaces. 9-05.15(2) Metal Frame, Grate and Solid Metal Cover for Catch Basins or Inlets The first and second paragraphs are revised to read: Castings for metal frames for catch basins and inlets shall be cast steel, gray iron, or ductile iron, and as shown in the Standard Plans. Castings for grates and solid metal covers for catch basins and inlets shall be cast steel or ductile iron and as shown in the Standard Plans. Additionally, leveling pads are allowed on grates and solid metal covers with a height not to exceed 1/8 inch. The producing foundry's name and material designation shall be embossed on the top of the grate. The material shall be identified by the following: "CS" for cast steel or "DUC" or "DI" for ductile iron and shall be located near the producing foundry's name. 9-05.15(3) Cast Metal Inlets The first sentence is revised to read: 71 The castings for cast metal inlets shall be cast steel or ductile iron, and as shown in the Standard Plans. 9-05.19 Corrugated Polyethylene Culvert Pipe The first paragraph is revised to read: Corrugated polyethylene culvert pipe shall meet the requirements of AASHTO M 294 Type S or D for pipe 12 -inch to 60 -inch diameter with silt -tight joints. The first sentence in the fourth paragraph is revised to read: A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. 9-05.20 Corrugated Polyethylene Storm Sewer Pipe The first sentence in the fourth paragraph is revised to read: A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS December 4, 2006 9-06.5(4) Anchor Bolts The first and second paragraphs are revised to read: Anchor bolts shall meet the requirements of ASTM F 1554 and, unless otherwise specified, shall be Grade 105 and shall conform to Supplemental Requirements S2, S3, and S4. Nuts for ASTM F 1554 Grade 105 black anchor bolts shall conform to AASHTO M 291, Grade D or DH. Nuts for ASTM F 1554 Grade 105 galvanized bolts shall conform to AASHTO M 291, Grade DH and shall conform to the lubrication requirements in Section 9-06.5(3). Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall conform to AASHTO M 291, Grade A. Washers shall conform to ASTM F 436. 9-06.9 Gray Iron Castings The AASHTO requirement is revised to read "AASHTO M 306". SECTION 9-07, REINFORCING STEEL August 6, 2007 9-07.2 Deformed Steel Bars The first sentence in the first paragraph is revised to read: Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31 Grade 60, or ASTM A 706, except as otherwise noted. Steel reinforcing bar for the cast -in-place components of bridge structures (excluding sidewalks and barriers but including shafts and concrete piles), and for precast substructure components of bridge structures, shall conform to ASTM A 706 only. 9-07.5 Dowel Bars (For Cement Concrete Pavement) This section is revised to read: Dowel bars shall be plain steel bars of the dimensions shown in the Standard Plans. They shall conform to AASHTO M 31, Grade 60 or AASHTO M 255, Grade 60 and shall be coated in accordance with ASTM A 934. The thickness of the epoxy coating shall be 10 mils plus or minus 2 mils. In addition, the requirements of Section 9-07.3, Items 2, 3, 4, 5, 6, and 9 shall apply. 72 SECTION 9-09, TIMBER AND LUMBER August 7, 2006 9-09.2(3) Inspection This section is revised to read: Timber and lumber requiring a grade stamp shall be marked with a certified lumber grade stamp provided by one of the following agencies: West Coast Lumber Inspection Bureau (WCLIB) Western Wood Products Association (WWPA) Pacific Lumber Inspection Bureau (PLIB) Any lumber grading bureau certified by the American Lumber Standards Committee Timber and Lumber requiring a grading certificate shall have a certificate that was issued by either the grading bureau whose stamp is shown on the material, or by the lumber mill, which must be under the supervision of one of the grading bureaus listed above. The certificate shall include the following: Name of the mill performing the grading The grading rules being used Name of the person doing the grading with current certification Signature of a responsible mill official Date the lumber was graded at the mill Grade, dimensions, and quantity of the timber or lumber For Structures: All material delivered to the project shall bear a grade stamp and have a grading certificate. The grade stamp and grading certificate shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts: Material delivered to the project shall either bear a grade stamp on each piece or have a grading certificate. The grade stamp or grading certificate shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9-09.3(1) General Requirements The last sentence in the first paragraph is revised to read: Unless otherwise specified in the contract, all timber and lumber shall be treated in accordance with Sections U1 and T1 of the latest edition of the AWPA standards. SECTION 9-10, PILING December 4, 2006 9-10.2(2) Reinforcement This section is revised to read: Reinforcement shall meet the requirements of Section 9-07. 73 SECTION 9-12, MASONRY UNITS August 7, 2006 9-12.7 Precast Concrete Drywells The third sentence is revised to read: Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 square inches for round openings and 15 square inches for rectangular openings. SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK WALLS August 7, 2006 9-13.5(2) Poured Portland Cement Concrete Slope Protection The first paragraph is revised to read: Cement concrete for poured concrete slope protection shall be commercial concrete in conformance with section 6-02.3(2)B. SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING August 7, 2006 9-14.2 Seed This section is revised to read: Grasses, legumes, or cover crop seed of the type specified shall conform to the standards for "Certified" grade seed or better as outlined by the State of. Washington Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be furnished in standard containers on which shall be shown the following information: (1) Common and botanical names of seed, (2) Lot number, (3) Net weight, (4) Pure live seed All seed installers and vendors must have a business license issued by the Washington State Department of Licensing with a "seed dealer" endorsement. Upon request, the contractor shall furnish the Engineer with copies of the applicable licenses and endorsements. Upon request, the Contractor shall furnish to the Engineer duplicate copies of a statement signed by the vendor certifying that each lot of seed has been tested by a recognized seed testing laboratory within six months before the date of delivery on the project. Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be accepted. 9-14.4(1) Straw This section is revised to read: All straw material shall be in an air dried condition free of noxious weeds and other materials detrimental to plant life. straw mulch sn provided shall be suitable for spreading with mulch blower equipment. 9-14.4(3) Bark or Wood Chips This section is supplemented with the following: Sawdust shall not be used as mulch. 9-14.4(4) Sawdust This section including title is revised to read: 74 9-14.4(4) Vacant 9-14.4(8) Compost This section is revised to read: Compost products shall be the result of the biological degradation and transformation of plant - derived materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. Compost production and quality shall comply with Chapter 173-350 WAC. Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with Testing Methods for the Examination of Compost and Composting (TMECC) Test Method 02.02-B, "Sample Sieving for Aggregate Size Classification". Fine Compost shall meet the following: Min. Max. Percent passing 2" 100% Percent passing 1" 99% 100% Percent passing 1/2" 90% 100% Percent passing 'A" 75% 100% Maximum particle length of 6 inches Coarse Compost shall meet the following: Min. Max. Percent passing 3" 100% Percent passing 1" 90% 100% Percent passing 3/4" 70% 100% Percent passing '/4" 40% 60% Maximum particle length of 6 inches 2. The pH shall be between 6.0 and 8.5 when tested in accordance with TMECC 04.11-A, "1:5 Slurry pH". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be Tess than 1.0 percent by weight as determined by TMECC 03.08-A. 4. Minimum organic matter shall be 40 percent dry weight basis as determined by TMECC 05.07A, "Loss -On -Ignition Organic Matter Method". 5. Soluble salt contents shall be less than 4.0mmhos/cm tested in accordance with TMECC 04.10-A, "1:5 Slurry Method, Mass Basis". 6. Maturity shall be greater than 80% in accordance with TMECC 05.05-A, "Germination and Root Vigor". 7. Stability shall be 7 or below in accordance with TMECC 05.08-B, Carbon Dioxide Evolution Rate" 75 8. The compost product must originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A maximum of 35 percent by volume of other approved organic waste and/or biosolids may be substituted for recycled plant waste. The supplier shall provide written verification of feedstock sources 9. The Engineer may also evaluate compost for maturity using the Solvita Compost Maturity Test. Fine Compost shall score a number 6 or above on the Solvita Compost Maturity Test. Coarse Compost shall score a 5 or above on the Solvita Compost Maturity Test. The compost supplier will test all compost products within 90 calendar days prior to application. Samples will be taken using the Seal of Testing Assurance (STA) sample collection protocol. (The sample collection protocol can be obtained from the U.S. Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741 Phone: 631-737-4931, www.compostingcouncil.org). The sample shall be sent to an independent STA Program approved lab. The compost supplier will pay for the test. A copy of the approved independent STA Program laboratory test report shall be submitted to the Contracting Agency prior to initial application of the compost. Seven days prior to application, the Contractor shall submit a sample of each type compost to be used on the project to the Engineer. Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall be immediately removed from the project and replaced at no cost to the Contracting Agency. The Contractor shall either select a compost supplier from the Qualified Products List. or submit the following information to the Engineer for approval: 1. A Request for Approval of Material Source. 2. A copy of the Solid Waste Handling Permit issued to the supplier by the Jurisdictional Health Department as per WAC 173-350 (Minimum Functional Standards for Solid Waste Handling). 3. The supplier shall verify in writing, and provide lab analyses that the material complies with the processes, testing, and standards specified in WAC 173-350 and these specifications. An independent STA Program certified laboratory shall perform the analysis. 4. A list of the feedstock by percentage present in the final compost product. 5. A copy of the producer's Seal of Testing Assurance certification as issued by the U.S. Composting Council. Acceptance will be based upon a satisfactory Test Report from an independent STA program certified laboratory and the sample(s) submitted to the Engineer. 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, or wood shavings encased within biodegradable or photodegradable netting. Wattles shall be at least 5 inches in diameter, unless otherwise specified. Encasing material shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials such as preservatives. Encasing material shall be free from cuts, tears, or weak places and shall have a lifespan greater than 6 months. 76 Compost filler shall meet the material requirements as specified in Section 9-14.4(8), and shall be Coarse Compost. 9-14.5(6) Compost Sock This section is revised to read: Biodegradable fabric for compost sock and compost wattle 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 thin, open, or weak places. Fabric for compost sock shall consist of extra heavy weight biodegradable fiber which has not been treated with any type of preservative. Compost for compost socks shall meet the material requirements as specified in Section 9-14.4(8), and shall be Coarse Compost Wood stakes for compost sock and wattles shall be made from Douglas -fir, hemlock, or pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in length, unless otherwise indicated in the Plans. Section 9-14.5 is supplemented with the following new section. 9-14.5(7) Coir Log Coir log: Logs shall be made of 100% durable coconut (coir) fiber uniformly compacted within an outer netting. Log segments shall have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. Logs shall have a density of 7 lbs/cf or greater. Coir logs shall be manufactured with a woven wrapping 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. Stakes shall conform to the requirements of Section 9-09. Cedar wood stakes shall have a notch to secure the rope ties. Rope ties shall be one-quarter inch diameter commercially available hemp rope. 9-14.6(1) Description This section is revised to read: Bareroot plants are grown in the ground and harvested without soil or growing medium around their roots. Container plants are grown in pots or flats that prevent root growth beyond the sides and bottom of the container. Balled and burlapped plants are grown in the ground and harvested with soil around a core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire basket or other supportive structure. 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. 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. For cuttings, the requirement to be nursery grown or held in nursery conditions does not apply. Cuttings include the following forms: 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 45degree angle. Live stakes are cut from one to two year old wood. Live stake cuttings shall be cut and installed with the bark intact with no branches or stems attached, and be 1/2 to 1 1/2 inch in diameter. 77 C. Live pole cuttings shall have a minimum 2inch diameter and no more than three branches which shall be pruned back to the first bud from the main stem. D. 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. E. Tubers shall be a thickened and short subterranean branch having numerous buds or eyes. 9-14.6(2) Quality This section is revised to read: All plant material furnished shall meet the grades established by the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 shall conform to the size and acceptable conditions as listed in the contract, and shall be free of all foreign plant material. All plant material shall comply with State and Federal laws with respect to inspection for plant diseases and insect infestation. All plant material shall be purchased from a nursery licensed to sell plants in Washington State. Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall be vigorous, well formed, with well developed fibrous root systems, free from dead branches, and from damage caused by an absence or an excess of heat or moisture, insects, disease, mechanical or other causes detrimental to good plant development. Evergreen plants shall be well foliated and of good color. Deciduous trees that have solitary leaders shall have only the lateral branches thinned by pruning. All conifer trees shall have only one leader (growing apex) and one terminal bud, and shall not be sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y - crotches shall be rejected. Root balls of plant materials shall be solidly held together by a fibrous root system and shall be composed only of the soil in which the plant has been actually growing. Balled and burlapped rootballs shall be securely wrapped with jute burlap or other packing material not injurious to the plant life. Root balls shall be free of weed or foreign plant growth. Plant materials shall be nursery grown stock. Plant material, with the exception of cuttings, gathered from native stands shall be held under nursery conditions for a minimum of one full growing season, shall be free of all foreign plant material, and meet all of the requirements of these Specifications, the Plans, and the Special Provisions. Container grown plants must be plants transplanted into a container and grown in that container sufficiently long for new fibrous roots to have developed so that the root mass will retain its shape and hold together when removed from the container, without having roots that circle the pot. Plant material which is root bound, as determined by the Engineer, shall be rejected. Container plants shall be free of weed or foreign plant growth. Container sizes for plant material of a larger grade than provided for in the container grown specifications of the ASNS shall be determined by the volume of the root ball specified in the ASNS for the same size plant material. All bare root plant materials shall have a heavy fibrous root system and must be dormant at the time of planting. Average height to spread proportions and branching shall be in accordance with the applicable sections, illustrations, and accompanying notes of the ASNS. 78 Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, full and symmetrical branching, central leader, and be developed, grown, and propagated with a full branching crown. A "Street Tree Grade" designation requires the highest grade of nursery shade or ornamental tree production which shall be supplied. Trees with improperly pruned, broken, or damaged branches, trunk, or root structure shall be rejected. In all cases, whether supplied balled and burlapped or in a container, the root crown (top of root structure) of the tree shall be at the top of the finish soil level. Trees supplied and delivered in a nursery fabric bag will not be accepted. Plants, which have been determined by the Engineer to have suffered damage as the result of girdling of the roots, stem, or a major branch; have deformities of the stem or major branches; have a lack of symmetry; have dead or defoliated tops or branches; or have any defect, injury, or condition which renders the plant unsuitable for its intended use, shall be rejected. Plants that are grafted shall have roots of the same genus as the specified plant. 9-14.6(3) Handling and Shipping The last sentence in the sixth paragraph is deleted. 9-14.6(6) Substitution of Plants The second paragraph is revised to read: Container or balled and burlapped plant material may be substituted for bare root plant material. Container grown plant material may be substituted for balled and burlapped plant materials. When substitution is allowed, use current ASNS standards to determine the correct rootball volume (container or balled and burlapped) of the substituted material that corresponds to that of the specified material. These substitutions shall be approved by the Engineer and be at no cost to the Contracting Agency. 9-14.6(7) Temporary Storage The third paragraph is revised to read: Cuttings shall continually be shaded and protected from wind. Cuttings must be protected from drying at all times and shall be heeled into moist soil or other insulating material or placed in water if not installed within 8 hours of cutting.Cuttings to be stored for later installation shall be bundled, laid horizontally, and completely buried under 6 inches of water, moist soil or placed in cold storage at a temperature of 34 F and 90% humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in water for 24 hours prior to planting. Cuttings taken when the temperature is higher than 50°F shall not be stored for later use. Cuttings that already have developed roots shall not be used. The fourth paragraph is deleted. SECTION 9-15, IRRIGATION SYSTEM August 7, 2006 9-15.1 Pipe, Tubing, and Fittings The second paragraph is revised to read: Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of ASTM B 88, and shall be a minimum of Type L rating. SECTION 9-16, FENCE AND GUARDRAIL April 3, 2006 9-16.1(1)A Post Material for Chain Link Fence The two references in the second paragraph to "Standard Plan L 2" are revised to "ASTM F1043". 79 Under Roll Form Material, the reference in the third paragraph to "Standard Plan L 2" is revised to "ASTM F1043". SECTION 9-22, MONUMENT CASES August 7, 2006 9-22.1 Monument Cases, Covers, and Risers The AASHTO requirement is revised to read "AASHTO M 306". SECTION 9-28, SIGNING MATERIALS AND FABRICATION ION August 6, 2007 9-28.14(1) Timber Sign Posts The last sentence is revised to read: Preservative and retention shall be as shown in Section 9-16.2 for sawn posts. 9-28.14(3) Aluminum Structures The first paragraph is revised to read: Welding of aluminum shall be in accordance with ANSI%AWS D1.2, latest edition, Structural Welding Code. SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL August 6, 2007 9-29.2 Junction Boxes Section 9-29.2 including title is revised to read: 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes 9-29.2(1) Standard Junction Box This section including title is revised to read: 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes For the purposes of this specification concrete is defined as Portland Cement Concrete and non -concrete is all others. Standard Duty Junction Boxes are defined as Type 1, 2, 7 and 8, and Heavy Duty Junction Boxes are defined as Type 4, 5, and 6. The Contractor shall provide shop drawings if their manufacturing process or standard production model includes any deviation from the Standard Plan. For each type of junction box, or whenever there is a design change to the junction box, a proof test, as defined in this specification, shall be performed once in the presence of the Engineer. This section is supplemented with the following new subsections: 9-29.2(1)A Standard Duty Junction Boxes All Standard Duty Junction Boxes shall have a minimum load rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C. A complete Type 7 or Type 8 Junction Box includes the spread footing shown in the Standard Plans. Concrete Junction Boxes The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, 80 inorganic zinc primer in accordance with Section 6-07.3, or hot dip galvanized in accordance with ASTM A 111. Concrete used in Standard Duty Junction Boxes shall have a minimum compressive strength of 6000 psi when reinforced with a welded wire hoop, or 4000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in section 9-06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wall. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box. Material for Type 1, 2, 7 and 8 Concrete Junction Boxes shall conform to the following: Concrete Reinforcing Steel Fiber Reinforcing Lid Frame Lid Support & Handle Anchors (studs) Section 6-02 Section 9-07 ASTM C 1116, Type III ASTM A786 diamond plate steel ASTM A786 diamond plate steel or ASTM A36 flat steel ASTM A36 steel Section 9-06.15 Non -concrete Junction Boxes Material for the non -concrete junction boxes shall be of a quality that will provide for a similar life expectancy as Portland Cement Concrete in a direct burial application. Type 1, 2, 7, and 8 non -concrete junction boxes shall have a Design Load of 22,500 lbs. and shall be tested in accordance with 9-29.2(1)C. Non -concrete junction boxes shall be gray in color and have an open bottom design with approximately the same inside dimensions, and present a load to the bearing surface that is less than or equal to the loading presented by the concrete junction boxes shown in the Standard Plans. Non -concrete junction box lids shall include a pull slot and shall be secured with two 1/2 inch stainless steel hex -head bolts factory coated with anti -seize compound and recessed into the cover. The tapped holes for the securing bolts shall extend completely through the box to prevent accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel. 9-29.2(1)B Heavy Duty Junction Boxes Heavy Duty Junction Boxes shall be concrete and have a minimum vertical Toad rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with 9-29.2(1)C. The Heavy Duty Junction Box steel frame, lid support and lid shall be painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3. The concrete used in Heavy Duty Junction Boxes shall have a minimum compressive strength of 4000 PSI. Material for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: Concrete Reinforcing Steel Lid 81 Section 6-02 Section 9-07 ASTM A786 diamond plate steel, rolled from plate complying with ASTM A572, Frame and stiffener plates Handle Anchors (studs) Bolts, Nuts, Washers grade 50 or ASTM A588 with min. CVN toughness of 20 ft -lb at 40 degrees F ASTM A572 grade 50 or ASTM A588, both with min. CVN toughness of 20 ft -Ib at 40 degrees F ASTM A36 steel Section 9-06.15 ASTM F 593 or A 193, type 304 or 316 The lid stiffener plates shall bear on the frame, and be milled so that there is full even contact, around the perimeter, between the bearing seat and lid stiffener plates, after fabrication of the frame and lid. The bearing seat and lid perimeter bar shall be free from burrs, dirt and other foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated with anti -seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75% of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area percentage will be measured for each side of the lid as it bears on the frame. 9-29.2(1)C Testing Requirements Junction boxes shall be tested by an independent materials testing facility, and a test report issued documenting the results of the tests performed. For concrete junction boxes the independent testing lab shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of and signed off by the Engineer or a designated representative. The Contractor shall give the Engineer 30 days notice prior to testing. One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a concrete junction box, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load deflection and failure data. 5. Weight of box and cover tested. 6. Upon completion of the required test(s) the box shall be loaded to failure. 7. A brief description of type and location of failure. For non -concrete junction boxes the testing facility shall be a Nationally Recognized Testing Laboratory (witnessing is not required). One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a non -concrete junction box, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. AH load deflection data. 5. Weight of box and cover tested. Testing for Standard Duty Concrete Junction Boxes Standard Duty Concrete Junction Boxes shall be load tested to 22,500 pounds. The test load shall be applied uniformly through a 10 -inch x 10inch x 1 inch steel plate centered on the lid. The test load shall be applied and released ten times, and the deflection at the test load and released state shall be recorded for each interval. At each interval the junction box shall be inspected for lid deformation, failure of the 82 lid/frame welds, vertical and horizontal displacement of the lid/frame, cracks, and concrete spalling. Concrete junction boxes will be considered to have withstood the test if none of the following conditions are exhibited: 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012 inches that extend 12 inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. Testing for the Standard Duty non -concrete Junction Boxes Non -concrete Junction Boxes shall be tested to a minimum of 22,500 lbs as defined in the ANSI/SCTE 77-2002 Tier 15 test method. In addition the contractor shall provide a Manufacture Certificate of Compliance for each non -concrete junction box installed. Testing for Heavy Duty Junction Boxes Heavy Duty Junction Boxes shall be Toad tested to 46,000 pounds. The test load shall be applied vertically through a 10 -inch x 20 -inch x 1 -inch steel plate centered on the lid with an orientation both on the long axis and the short axis of the junction box. The test load shall be applied and released ten times on each axis. The deflection at the test load and released state shall be recorded for each interval. At each interval the test box shall be inspected for lid deformation, failure of the lid or frame welds, vertical and horizontal displacement of the lid frame, cracks, and concrete spalling. After the twentieth loading interval the test shall be terminated with a 60,000 pound load being applied vertically through the steel plate centered on the lid and with the long edge of steel plate orientated parallel to the long axis of the box. Heavy Duty Junction Boxes will be considered to have withstood the 46,000 pounds test if none of the following conditions are exhibited: 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012 -inches that extend 12 -inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. Heavy Duty Junction Boxes will be considered to have withstood the 60,000 pounds test if all of the following conditions are exhibited: 1. The lid is operational. 2. The lid is securely fastened. 3. The welds have not failed. 4. Permanent dishing or deformation of the lid is 1/4 inch or less. 5. No buckling or collapse of the box. 9-29.2 (2) Vacant This section including title is revised to read: 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes Standard Duty and Heavy Duty Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid. The lid for the Heavy Duty and Standard Duty Cable 83 Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as shown in the Standard Plans. The Contractor shall provide shop drawings if their manufacturing process or standard production model includes any deviation from the Standard Plan. For each type of box or whenever there is a design change to the Cable Vault or Pull box, a proof test, as defined in this specification, shall be performed once in the presence of the Engineer. This section is supplemented with the following new sections: 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load rating of 22,500 pounds and be tested in accordance with 9-29.2(1)C for concrete Standard Duty Junction Boxes. Concrete for standard duty cable vaults and pull boxes shall have a minimum compressive strength of 4000 psi. The frame shall be anchored to the vault/box by welding the wire fabric to the frame or by welding headed studs 3/8 inch x 3 inches long, as specified in Section 9-06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The vault/box shall contain ten studs located near the centerline of the frame and wall. Studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the vault/box. The steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3 or hot dip galvanized in accordance with ASTM A 111. Material for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: Concrete Section 6-02 Reinforcing Steel Section 9-07 Lid ASTM A786 diamond plate steel Frame ASTM A786 diamond plate steel or ASTM A36 flat steel Lid Support & Handle ASTM A36 steel Anchors (studs) Section 9-06.15 Bolts, Nuts, Washers ASTM F593 or A 193, type 304 or 316 9-29.2(2)B Heavy Duty Cable Vaults and Pull Boxes Heavy Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum compressive strength of 4000 psi, and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9-29.2(1)C for Heavy Duty Junction Boxes. Material for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: Concrete Section 6-02 Reinforcing Steel Section 9-07 Cover Section 9-05.15(1) Ring Section 9-05.15(1) Anchors (studs) Section 9-06.15 Bolts, Nuts, Washers ASTM F593 or A193, type 304 or 316 9-29.2(4) Cover Markings The first sentence of the first paragraph is revised to read: Junction boxes, cable vaults, and pull boxes with metallic lids shall be marked with the appropriate legend in accordance with the bead weld details in the Standard Plans. Non - 84 metallic lids shall be embossed with the appropriate legend and a non-skid surface. Legends for metallic lids and non-metallic lids shall be 1 -inch nominal height. The first sentence of the second paragraph is revised to read: Junction boxes, cable vaults and pull boxes shall be marked or embossed for use in accordance with the plans and following schedule: 9-29.6 Light and Signal Standards The first paragraph is revised to read: Light standards (including light standards with Type 1 or Type 2 luminaire arms) and signal standards (including Types I, II, Ill, IV, V, PPB, PS, RM, FB, and CCTV) shall be in accordance with the details shown in the Plans, as specified in the Special Provisions and as outlined herein, provided that only one luminaire arm type shall be used throughout the project. 9-29.6(2) Slip Base Hardware The last sentence in the first paragraph is revised to read: Plate washers shall conform to ASTM A 36, and also shall conform to the flatness tolerances specified in AASHTO M 293 for circular washers. 9-29.6(4) Welding This section is revised to read: Welding of steel structures shall be in accordance with AWS D1.1/D1.1M, latest edition, Structural Welding Code, and Section 6-03.3(25). 9-29.6(5) Foundation Hardware The second and third paragraphs are revised to read: Anchor bolts, and associated nuts and washers, for Type CCTV, II, III, IV, and V signal standards and luminaire poles shall conform to Section 9-06.5(4). Anchor rods conforming to ASTM A 449 may be substituted, provided that the galvanized ASTM A 449 anchor rods having an ultimate tensile strength above 145 ksi shall be tested for embrittlement in accordance with either ASTM A 143 (if the rod length is equal to or greater than five times the bolt diameter) or ASTM F 606 Section 7 (if the rod length is less than five times the nominal bolt diameter). All foundation hardware shall be 100% hot -dipped galvanized in accordance with AASHTO M 111 and AASHTO M 232. SECTION 9-30, WATER DISTRIBUTION MATERIALS August 7, 2006 9-30.6(3)A Copper Tubing This section is revised to read: Copper pipe or tubing shall be annealed, seamless, and conform to the requirements of ASTM B 88, Type K rating. SECTION 9-33, CONSTRUCTION GEOTEXTILE August 7, 2006 Section 9-33 including title is revised in its entirety to read: 85 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 9-33.1 Geosynthetic Material Requirements The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and prefabricated drainage mats. Geotextiles, including geotextiles attached to prefabricated drainage core to form a prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns formed into a stable network such that the fibers or yarns retain their position relative to each other during handling, placement, and design service life. At least 95 percent by weight of the material shall be polyolefins or polyesters. The material shall be free from defects or tears. The geotextile shall also be free of any treatment or coating which might adversely alter its hydraulic or physical properties after installation. Geogrids shall consist of a regular network of integrally connected polymer tensile elements with an aperture geometry sufficient to permit mechanical interlock with the surrounding backfill. The long chain polymers in the geogrid tensile elements, not including coatings, shall consist of at least 95 percent by mass of the ,material of polyolefins or polyesters. The material shall be free of defects, cuts, and tears. Prefabricated drainage core shall consist of a three dimensional polymeric material with a structure that permits flow along the core laterally, and which provides support to the geotextiles attached to it. The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in Section 9- 33.2, and additional tables as required in the Standard Plans and Special Provisions for each use specified in the Plans. Specifically, the geosynthetic uses included in this section and their associated tables of properties are as follows: Geotextile Geosynthetic Application Applicable Property Tables Underground Drainage, Low and Moderate Survivability, Classes A, B, and C Tables 1 and 2 Separation Table 3 Soil Stabilization Table 3 Permanent Erosion Control, Moderate and High Survivability, Classes A, B, and C Tables 4 and 5 Ditch Lining Table 4 Temporary Silt Fence Table 6 Permanent Geosynthetic Retaining Wall Table 7 and Std. Plans Temporary Geosynthetic Retaining Wall Tables 7 and 10 Prefabricated Drainage Mat Table 8 Table 10 will be included in the Special Provisions. Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the properties specified in the Standard Plans for permanent walls, and Table 10 for temporary walls. For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material placed at the wall face to retain the backfill material as shown in the Plans shall conform to the properties for Construction Geotextile for Underground Drainage, Moderate Survivability, Class A. Thread used for sewing geotextiles shall consist of high strength polypropylene, polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew permanent erosion control geotextiles, and to sew geotextile seams in exposed faces of temporary or permanent geosynthetic 86 retaining walls, shall also be resistant to ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile itself. 9-33.2 Geosynthetic Properties 9-33.2(1) Geotextile Properties Table 1: Geotextile for underground drainage strength properties for survivability. Table 2: Geotextile for underground drainage filtration properties. Geotextile Property ASTM Test Method2 Geotextile Property Requirements' Low Survivability Moderate Survivability Geotextile Property AOS Woven Nonwoven Woven Nonwoven Grab Tensile Strength, in machine and x -machine direction D 4632 180 Ib min. 115 Ib min. 250 Ib min. 160 Ib min. Grab Failure Strain, in machine and x -machine direction D 4632 < 50% >50% < 50%— > 50% Seam BreakingD Strength 46323 160 Ib min. 100 Ib min. 220 Ib min. 140 Ib min. Puncture Resistance D 6241 370 Ib min 220 Ib min. 495 Ib min.310 Ib min. Tear Strength, in machine and x - machine direction D 4533 67 Ib min. 40 Ib min. 80 Ib min. 50 Ib min. Ultraviolet (UV) Radiation Stability D 4355 50% strength retained min., after 500 hours in a xenon arc device Table 2: Geotextile for underground drainage filtration properties. Geotextile Property ASTM Test Method2 Geotextile Property Re • uirements1 Class A Class B Class C AOS D 4751 U.S. No. 40 max. U.S. No. 60 max. U.S. No. 80 max. Water Permittivity D 4491 0.5 sec' min. 0.4 sec' min. 0.3 sec"' min. Table 3: Geotextile for separation or soil stabilization. Geotextile Property ASTM Test Method2 Geotextile Property Requirements' Separation Soil Stabilization Woven Nonwoven Woven Nonwoven AOS D 4751 U.S. No. 30 max. U.S. No. 40 max. Peam ttivity D 4491 0.02 sec' 1 min. 0.10 sec"' min. 87 Grab Tensile Strength, in machine and x -machine direction D 4632 250 Ib min. 160 Ib min. 315 Ib min. 200 Ib min. Grab Failure Strain, in machine and x -machine direction D 4632 < 50% >50% — < 50% > 50% — Seam Breaking Strength D 46323 220 Ib min. 140 Ib min. 270 Ib min. 180 Ib min. Puncture Resistance D 6241 495 lb min 31 n Ib min 62n Ih min. 430 ih min Tear Strength, in machine and x -machine direction u 4533 8u ib min. 50 ib min. 112 Ib min. 79 Ib min. Ultraviolet (UV) Radiation Stablilt Y D 4355 50% strength retained min., after 500 hours in xenon arc device Table 4: Geotextile for permanent erosion control and ditch lining. Geotextile Property ASTM Test Method2 Geotextile Property Requirements' Permanent Erosion Control Ditch Lining Moderate Survivability High Survivability Woven Non- woven Woven Non- woven Woven Non - woven AOS D 4751 See Table 5 See Table 5 U.S. No. 30 max. Water D 4491 See Table 5 See Table 5 0.02 se' min. c Grab Tensile Strength, in machine and x -machine direction D 4632 250 Ib min. 160 Ib min. 315 Ib min. 200 Ib min. 250 Ib min. 160 Ib min. Grab Failure Strain, in machine and x -machine direction D 4632 15% 50% > 50% — 15% 50% — > 50% < 50% > 50% — Seam Breaking Strength D 46323 220 Ib min. 140 Ib min. 270 Ib min. 180 Ib min. 220 Ib min. 140 Ib min. Puncture Resistance D 6241 495 Ib min. 310 Ib min. 620 Ib min. 430 Ib min. 495 Ib min. 310 Ib min. 88 Tear Strength, in machine and x -machine direction D 4533 80 Ib min. 50 Ib min. 112 Ib min. 79 Ib min. 80 Ib min. 50 Ib min. Ultraviolet (UV) Radiation Stability D 4355 70% strength retained min., after 500 hours in xenon arc device Table 5: Filtration properties for geotextile for permanent erosion control. Table 6: Geotextile for temporary silt fence. Geotextile Property Testa Method2 Geotextile Property Requirements' Geotextile Property Class A Class B Class C AOS D 4751 U.S. No. 40 max. U.S. No. 60 max. U.S. No. 70 max. Pe Wmattivity ter D 4491 0.7 sec' min. 0.4 sec' min. 0.2 sec' min. Table 6: Geotextile for temporary silt fence. Geotextile Property ASTM Test Method2 Geotextile Property Requirements' Unsupported Between Posts Supported Between Posts with Wire or Polymeric Mesh AOS D 4751 U.S. No. 30 max. for slit wovens, U.S. No. 50 for all other geotextile types, U.S. No. 100 min. Water Permittivity D 4491 0.02 sec' min. Grab Tensile Strength, in machine and x -machine direction D 4632 180 Ib min. in machine direction, 100 Ib min. in di machine di 100 Ib min. Grab Failure Strain, in machine and x -machine direction D 4632 30% max. at 180 Ib or more Ultraviolet (UV) Radiation Stability D 4355 70% strength retained min., after 500 hours in xenon arc device 9-33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes Table 7: Minimum properties required for geotextile reinforcement used in geosynthetic reinforced slopes and retaining walls. Geotextile Property ASTM Test Method2 Geotextile Property Requirements' Woven Nonwoven AOS D 4751 U.S. No. 20 max. Water Permittivity D 4491 0.02 sec ' min. Grab Tensile Strength, D 4632 200 Ib min. 120 Ib min. 89 in machine and x -machine direction ASTM Test Method2 Geotextile Property Requirements1 AOS Grab Failure Strain, in machine and x -machine direction D 4632 < 50% > 50% Seam Breaking Strength D 46323'4 160 Ib min. 100 Ib min. Puncture Resistance D 6241 370 Ib min. 220 Ib min. Tear Strength, in machine and x -machine direction D 4533 63 Ib min. 50 Ib min. Ultraviolet (UV) Radiation Stability D 4355 70% (for polypropylene and polyethylene) and 50% (for polyester) Strength Retained min., after 500 hours in a xenon arc device 9-33.2(3) Prefabricated Drainage Mat Prefabricated drainage mat shall have a single or double dimpled polymeric core with a geotextile attached and shall meet the following requirements: Table 8: Minimum properties required for prefabricated drainage mats. Geotextile Property ASTM Test Method2 Geotextile Property Requirements1 AOS D 4751 U.S. No. 60 max. Water Permittivity D 4491 0.4 sec' min. Grab Tensile Strength, in machine and x -machine direction D 4632 Nonwoven —100 Ib min. Width Thickness D 5199 12 In. min. 0.4 In. min. Compressive Strength at Yield D 1621 100 psi min. In Plan Flow Rate Gradient = 0.1, Pressure = 5.5 psi Gradient = 1.0, Pressure = 14.5 psi D 4716 5.0 gal./min./ft. 15.0 gal/min./ft. 1All geotextile properties in Tables 1 through 8 are minimum average roll values (i.e., the test results for any sampled roll in a lot shall meet or exceed the values shown in the table). 2The test procedures used are essentially in conformance with the most recently approved ASTM geotextile test procedures, except for geotextile sampling and specimen conditioning, which are in accordance with WSDOT Test Methods T 914, Practice for Sampling of Geotextiles for Testing, and T 915, Practice for Conditioning of Geotextiles for Testing, respectively. Copies of these test methods are available at the State Materials Laboratory P.O. Box 47365, Olympia, WA 98504-7365. 3With seam located in the center of 8 -inch long specimen oriented parallel to grip faces. 90 4Applies only to seams perpendicular to the wall face. 9-33.3 Aggregate Cushion of Permanent Erosion Control Geotextile Aggregate cushion for permanent erosion control geotextile, Class A shall meet the requirements of Section 9-03.9(2). Aggregate cushion for permanent erosion control geotextile, Class B or C shall meet the requirements of Section 9-03.9(3) and 9-03.9(2). 9-33.4 Geosynthetic Material Approval and Acceptance 9-33.4(1) Geosynthetic Material Approval If the geosynthetic source material has not been previously evaluated, or is not listed in the current WSDOT Qualified Products List (QPL), a sample of each proposed geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for evaluation. Geosynthetic material approval will be based on conformance to the applicable properties from the Tables in Section 9-33.2 or in the Standard Plans or Special Provisions. After the sample and required information for each geosynthetic type have arrived at the State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. Source approval shall not be the basis of acceptance of specific lots of material delivered to the Contractor unless the roll numbers of the lot sampled can be clearly identified as the rolls tested and approved in the geosynthetic approval process. For geogrid and geotextile products proposed for use in permanent geosynthetic retaining walls or reinforced slopes that are not listed in the current QPL, the Contractor shall submit test information and the calculations used in the determination of Tat performed in accordance with WSDOT Standard Practice T 925, Standard Practice for Determination of Long -Term Strength for Geosynthetic Reinforcement, to the State Materials Laboratory in Tumwater for evaluation. The Contracting Agency will require up to 30 calendar days after receipt of the information to complete the evaluation. The Contractor shall submit to the Engineer the following information regarding each geosynthetic material proposed for use: Manufacturer's name and current address, Full product name, Geosynthetic structure, including fiber/yarn type, Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining walls), Proposed geosynthetic use(s), and Certified test results for minimum average roll values. 9-33.4(2) Vacant 9-33.4(3) Acceptance Samples When the quantities of geosynthetic materials proposed for use in the following geosynthetic applications are greater than the following amounts, acceptance shall be by satisfactory test report: Application Geosynthetic Quantity Underground Drainage 600 sq. yd. Temporary or Permanent Geosynthetic Retaining Walls All quantities The samples for acceptance testing shall include the information about each geosynthetic roll to be used as stated in 9-33.4(4). Samples will be randomly taken by the Engineer at the job site to confirm that the geosynthetic meets the property values specified. 91 Approval will be based on testing of samples from each lot. A "lot" shall be defined for the purposes of this specification as all geosynthetic rolls within the consignment (i.e., all rolls sent the project site) that were produced by the same manufacturer during a continuous period of production at the same manufacturing plant and have the same product name. After the samples have arrived at the State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. If the results of the testing show that a geosynthetic lot, as defined, does not meet the properties required for the specified use as indicated in Tables 1 through 8 in Section 9-33.2, and additional tables as specified in the Special Provisions, the roil or roils which were sampled will be rejected. Geogrids and geotextiles for temporary geosynthetic retaining walls shall meet the requirements of Table 7, and Table 10 in the Special Provisions. Geogrids and geotextiles for permanent geosynthetic retaining wall shall meet the requirements of Table 7, and Table 9 in the Special Provisions, and both geotextile and geogrid acceptance testing shall meet the required ultimate tensile strength Tait as provided in the current QPL for the selected product(s). If the 8S1erteri prnrli iict(s) are not listerd in the current QPL the result of the testing for Tuit shall be greater than or equal to To as determined from the product data submitted and approved by the State Materials Laboratory during source material approval. Two additional rolls for each roll tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. if the retesting shows that any of the additional rolls tested do not meet the required properties, the entire lot will be rejected. If the test results from all the rolls retested meet the required properties, the entire lot minus the roll(s) that failed will be accepted. All geosynthetic that has defects, deterioration, or damage, as determined by the Engineer, will also be rejected. All rejected geosynthetic shall be replaced at no additional expense to the Contracting Agency. 9-33.4(4) Acceptance by Certificate of Compliance When the quantities of geosynthetic proposed for use in each geosynthetic application are less than or equal to the following amounts, acceptance shall be by Manufacturer's Certificate of Compliance: Application Geosynthetic Quantity Underground Drainage 600 sq. yd. Soil Stabilization and Separation All quantities Permanent Erosion Control All quantities Temporary Silt Fence All quantities Prefabricated Drainage Mat All quantities The Manufacturer's Certificate of Compliance shall include the following information about each geosynthetic roll to be used: Manufacturer's name and current address, Full product name, Geosynthetic structure, including fiber/yarn type, Geosynthetic Polymer type (for all temporary and permanent geosynthetic retaining walls only), Geosynthetic roll number(s), Geosynthetic lot number(s), Proposed geosynthetic use(s), and Certified test results. 92 9-33.4(5) Approval of Seams If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of sewn seam that can be sampled by the Engineer before the geotextile is installed. The seam sewn for sampling shall be sewn using the same equipment and procedures as will be used to sew the production seams. If production seams will be sewn in both the machine and cross -machine directions, the Contractor must provide sewn seams for sampling which are oriented in both the machine and cross -machine directions. The seams sewn for sampling must be at least 2 yards in length in each geotextile direction. If the seams are sewn in the factory, the Engineer will obtain samples of the factory seam at random from any of the rolls to be used. The seam assembly description shall be submitted by the Contractor to the Engineer and will be included with the seam sample obtained for testing. This description shall include the seam type, stitch type, sewing thread type(s), and stitch density. SECTION 9-34, PAVEMENT MARKING MATERIAL August 6, 2007 9-34.2 Paint This section is revised to read: White and yellow paint shall comply with the specifications for high volatile organic compound (VOC) solvent based paint, low VOC solvent based paint or low VOC waterborne paint. Blue paint for "Access Parking Space Symbol with Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed Standard 595, color 15090 and the tolerance of variation shall match that shown in the FHWA "Highway Blue Color Tolerance Chart." 9-34.3 Plastic This section is revised to read: White and yellow plastic pavement marking materials shall comply with the specifications for: Type A — Liquid hot applied thermoplastic Type B — Pre -formed fused thermoplastic Type C — Cold applied pre -formed tape Type D — Liquid cold applied methyl methacrylate Blue plastic pavement marking material for "Access Parking Space Symbol with Background" shall be chosen from a WSDOT QPL listed Manufacturer. The blue color shall match Fed Standard 595, color 15090 and the tolerance of variation shall match that shown in the FHWA "Highway Blue Color Tolerance Chart." 9-34.4 Glass Beads This section is revised to read: Glass beads for traffic paint shall conform to AASHTO M 247 and the following: Gradation - AASHTO M 247 Type 1 Coating - The glass beads shall be coated with a silicone for moisture resistance and a silane to promote adhesion in both waterborne and solvent base traffic paint. The presence of the coating is to be verified by WSDOT test method T430. Chemical Make-up and Environmental Protection - Glass beads shall not contain any element in excess of the following established total concentration limits when tested in accordance with the listed test methodology. Concentration Limits. 93 Element Test Method Max. parts per million (ppm) Arsenic *EPA SW846 6010B 20.0 ppm Barium *EPA SW846 6010B 100.0 ppm Cadmium *EPA SW846 6010B 1.0 ppm Chromium *EPA SW846 6010B 5.0 ppm Lead *EPA SW846 6010B 50.0 ppm Selenium *EPA SW846 6010B 1.0 ppm Silver *EPA SW846 6010B 5.0 ppm , 0.2 ppm Mercury **EPA SW846 7471A Test Method: * EPA's SW846 6010B, inductively coupled plasma -atomic emissions spectrometry (ICP -AES). Reference Concentration Limits. **EPA's Method SW846 7471A, cold -vapor absorption YIL1-od. RCLCIC Cul CltdL:V- L IIItJ. 9-34.4 Glass Beads In the first sentence the reference to AASHTO M 247-81, Type 1 is revised to AASHTO M 247, Type 1. SFCTION 9-1s, TFMPfRARY TRAFFIC: r(NTRni MATFRIAI August 6, 2007 9-35.0 General Requirements The list of items is supplemented with the following: Portable Temporary Traffic Control Signal Tall Channelizing Devices 9-35.2 Construction Signs The first paragraph is supplemented with the following: Post mounted Class A construction signs shall conform to the requirements of this section and additionally shall conform to the requirements stated in section 9-28. The second paragraph is revised to read: Aluminum sheeting shall be used to fabricate all construction signs. The signs shall have a minimum thickness of 0.080 -inches and a maximum thickness of 0.125 -inches. The first sentence in the fourth paragraph is revised to read: The use of plywood, composite, fiberglass reinforced plastic, new fabric rollup signs, and any other previously approved sign materials except aluminum is prohibited. Any sign which otherwise meets the requirements of this section and was purchased prior to July 1, 2004, may be utilized until December 31, 2007. If a fabric sign is used, it shall have been fabricated with Type VI reflective sheeting. This section is supplemented with the following: All Class A and Class B signs shall utilize materials and be fabricated in accordance with Section 9- 28 and the Washington State Sign Fabrication Manual (M55-05). All regulatory signs having a red background (i.e. Stop, Yield, etc.) shall be fabricated with Type III or IV sign sheeting. All other regulatory information signs (i.e. Speed Limit, Traffic Fines Double in Work Zones, etc) shall have Type!! sheeting in rural areas and Type III or IV sheeting in urban areas. All signs having a green background (i.e. Exit arrow, etc.) shall have Type II sheeting for the background and Type III or IV sheeting for the letters, border, and symbols. 94 9-35.5 Portable Changeable Message Signs The second paragraph is supplemented with the following: 9. Primary source of power shall be solar power with a battery backup to provide continuous operation when failure of the primary power source occurs. 10. The sign controller software shall be NTCIP compliant. 9-35.7 Traffic Safety Drums The physical characteristics for Overall Width in the first paragraph are revised to read: Overall Width 18 -inch minimum regardless of orientation. The fourth paragraph is supplemented with the following: Retroreflective bands shall be fabricated from Type III or Type IV reflective sheeting as described in Section 9-28.12. 9-35.8 Barrier Drums The third paragraph is revised to read: Barrier drums shall have three 4 -inch retro -reflective white bands, (one complete and two partial). Bands shall be fabricated from Type III or Type IV reflective sheeting as described in Section 9- 28.12. 9-35.9 Traffic Cones This section is supplemented with the following: Retroreflective bands shall be fabricated from Type III or Type IV reflective sheeting as described in Section 9-28.12. 9-35.10 Tubular Markers The second paragraph is revised to read: The devices shall be stabilized by affixing them to the pavement by using either weighted bases or adhesive. Adhesive used to glue the device to the pavement shall meet the requirements of Section 9-02.1(8) or 9-26.2. Retroreflective bands shall be fabricated from Type III or Type IV reflective sheeting as described in Section 9-28.12. 9-35.12 Truck -Mounted Attenuator The fourth sentence in the first paragraph is revised to read: The Contractor shall provide certification that the unit complies with NCHRP 350 Test level 3 requirements. The fifth sentence in the first paragraph is deleted. The second sentence in the third paragraph is revised to read: 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. Section 9-35 is supplemented with the following new sub -sections: 95 9-35.13 Tall Channelizing Devices Tall channelizing devices shall meet the requirements of the MUTCD Part VI for channelizing devices and shall conform to the following general specifications: Fabricated of fade resistant, safety orange color, low-density polyethylene that is resistant to deformation upon impact and meets the requirements of ASTM D 4976 and is UV stabilized. 42" in height minimum, using a tapered cone type shape of consistent dimensions regardless of orientation to traffic. 4" in width minimum at the top and 8" in width minimum at the base, which incorporates a separate ballast that is designed to resist overturning or other movement from wind gusts or other external forces. Four retroreflective 6" wide horizontal bands, alternating orange and white beginning 6" from the top of the device. Retroreflective bands shall be fabricated from Type III or Type IV reflective sheeting as described in Section 9-28.12. Warning lights are not required unless specifically shown on the traffic control plan but provisions for securely attaching a warning light are required. The method of attachment must ensure that the light does not separate from the device upon impact and light units shall meet the crashworthiness requirements of NCHRP 350 as described in Section 1-10.2(3) Devices shall be regularly maintained to ensure that they are clean and the reflective sheeting is in good condition. Except for the specifications and requirements specifically listed above, Tall Channelizing Devices are defined to be Traffic Cones. All non -conflicting contract provisions related to "Cones" shall apply to Tall Channelizing Devices. 9-35.14 Portable Temporary Traffic Control Signal Portable traffic control signals shall meet the requirements of the MUTCD and the following: The portable temporary traffic control signal shall be fully operational for two-phase traffic actuated, pre -timed, or manual control. The portable temporary traffic control signal shall consist of the following major elements: Controllers shall demonstrate conflict -monitoring capability, consistent with the requirements of Section 9-29.13(2) item number 5, with a flashing red display in both directions. The portable traffic control signal shall be capable of terminating the movement one (1) or movement two (2) all red clearance, in order to repeat the previous movements operation. Signal head displays shall be either hard wired or controlled by radio signal. Manual operation will not require hardwiring or radio control except for the use of two-way radio communication by manufacturer trained qualified operators. The system shall be equipped with a means of informing the operator of signal indications, such as a light on the back of each signal head that illuminates inates when the signal displays a red indication, during manual operation. A vehicle detection system is required. The system shall be capable of operating either as fixed time or traffic actuated controller. The detection system shall provide presence detection (continuous call to the controller) while there is a vehicle in the detection zone. Signal supports used with portable traffic control signals shall provide a minimum of two signal displays, spaced a minimum of 8 feet apart. When trailer mounted portable traffic signals are used to provide alternating one-way control, a minimum of one of the signal displays shall be suspended 96 over the traveled way. The minimum vertical clearance to the traveled way for this signal display is 16.5 feet. Vehicular signal heads shall be of the conventional type with standard ITE approved, 12 - inch ball LED display. Tunnel visors shall be provided for all indications. The system shall include a countdown display capable of a 199 second countdown clock for motorist information when there is no direct line of sight between the stop bar locations. Back plates shall be furnished and attached to the signal heads. Back plates shall be constructed of 5 inch wide .050 inch thick corrosion resistant louvered aluminum, with a flat black finish. A highly retroreflective strip, 3 -in wide, shall be placed around the perimeter of the face of all vehicle signal backplates to project a rectangular image at night towards oncoming traffic. Trailers shall have a leveling jack installed at all four corners. The crank for the leveling jacks and trailer hitch shall be locked. The signal pole and mast arm assemblies shall be of the collapsible type, which can be erected and extended at the job site. The mast arm assemblies shall be firmly attached to the trailer to form a stable unit, which can withstand an 80 mph design wind speed with a 1.3 gust factor. The portable temporary traffic control signal shall be powered using a self-contained battery system capable of providing over 12 days of continuous operations without solar array assistance. A solar panel array will be allowed. 97 CONTRACT PROVISIONS Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement SPECIAL PROVISIONS for CITY OF YAKIMA Marvin Gardens Subdivision Improvements City Project No. 2107 The following Special Provisions supersede any conflicting provisions of the 2006 Standard Specifications for Road, Bridge, and Municipal Construction (English). DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK This work shall consist of furnishing all labor, materials and equipment required to construct Subdivision Improvements for the Hathaway Cul-de-sac West of North 30th Avenue. The project includes: the installation of approximately 1230 linear feet of 8 -inch PVC Sanitary Sewer Pipe and all appurtenances; 675 linear feet of 8 -inch D.I. Class 52 water main and all appurtenances; 675 linear feet of 6 -inch D.I. water main and all appurtenances; and 480 linear feet of street improvements that include curb and gutter, sidewalks, drainage, monumentation and illumination. All in accordance with the Plans and Specifications as prepared for the City Engineer of the city of Yakima. 99 1-01,3 Definitions (May 25, 2006 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 I ahnratory" shall he 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 shaii be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. 100 Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Supplement this section as follows: Pre -qualification is not required for this project. 1-02.6 Preparation of Proposal Revise this section as follows: The fifth and sixth paragraphs of Section 1-02.6 are deleted. 1-02.9 Delivery of Proposal Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Prosect 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. 1-02.12 Public Opening Of Proposal Supplement this section with the following: Date Of Opening Bids Sealed bids are to be received at one of the following locations prior to the time Specified: * At City of Yakima, City Clerk's Office, 129 N. 2nd St., Yakima, Washington 98901 until 2:00 P.M. of the bid opening date. The bid opening date for this project is September 5, 2007. Bids received will be publicly opened and read after 2:00 P. M. on this date. 1-02.13 Irregular Proposals Revise item 1 a. to read: a. The bidder is not prequalified when so required; The remaining items b through i remain unchanged. 101 1-02.14 Disqualification of Bidders 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 none for ntherc as ii ulnad from the standpoint of rronriuct of the work; workmanship; .... .. ... .. ....... ... .... .... .... . � N .. .. v... ...v ...v.. ,.. .. .. .., vv..v uv. v. ...v .. v. , .v.......w. ..... •Ns 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): o.27): 10. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information 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. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids 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 102 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 Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 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. 1-03.4 Contract Bond Add the following to the first paragraph: 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice- president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 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. City of Yakima Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 103 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.11 Final Cleanup Supplement this section with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is accomplished. 1-05 CONTROL OF WORK 1-05.4 Confromity with and Devitions from Plans and Stakes 1-05.4 Roadway and Utility Surveys Supplement this section with the following: The Contractor shall be responsible for all surveying required for this project. A Licensed Professional Surveyor, licensed in the State of Washington, shall be employed by the Contractor to perform all horizontal and vertical control work. and to do the construction staking, including setting offset points and grades. The Contractor shall protect all existing Monuments within the construction limits from being disturbed or damaged in any way during construction. If any monuments are disturbed, damaged or removed during construction the Licensed Surveyor shall replace such monuments in accordance with State law including recording a Land Corner Record for each monument affected. All associated costs for the survey work shall be incidental to other hid items of the nrn ,rt 1-05.7 Removal of Defective and Unauthorized Work Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work k 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. 104 1-05.13 Superintendents, Labor, and Equipment of Contractor 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. 1-05.16 Water and Power (New Section) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-05.17 Oral Agreements (New Section) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 105 1-06 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials Foreign Made Materials Section 1-06 is supplemented with the following: (March 13, 1995) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500.00 , whichever is greater. American-made material is defined as material having all manufacturing processes occur in the United States. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109. ( Iinn A 1QOM Steel Reinforcing Bar Steel reinforcing bar manufacturers have changed the size designation stamped on their bars. The actual size of the bar remains the same, only the size designation has changed. The table below shows the new size designation for reinforcing steel referenced in the Standard Specifications and the Standard Plans. Std. New Specification Bar Size Designation Diameter Designation 106 #3 (0.375 inches) #10 #4 (0.500 inches) #13 #5 (0.625 inches) #16 #6 (0.750 inches) #19 #7 (0.875 inches) #22 #8 (1.000 inches) #25 #9 (1.128 inches) #29 #10 (1.270 inches) #32 #11 (1.410 inches) #36 #14 (1.690 inches) #43 #18 (2.260 inches) #57 Rebar stamped with either size designation may be used. 1-06.2(1) Samples and Tests for Acceptance Supplement this section 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 the 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 Construction, Subgrade Preparation, and Ballast and Crushed Surfacing. The following testing frequencies shall apply to this project. The testing frequencies may be modified to assure compliance with the 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. Trench Backfillinq Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7-08.3(3) or 7-10.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2-03.3(14).. Subgrade Preparation 107 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 200 feet 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 200 feet 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 City of Yakima Special Provisions. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed 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, ail articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 108 1-07.2(1) state Sales Tax: Work Performed on City, County, or Federally -Owned Land Supplement this section with the following: This section shall apply on this project pertaining to the roadway work under Schedule "B". 1-07.2(2) State Sales Tax: Work on State -Owned or Private Land Supplement this section with the following: This section shall apply on this project pertaining to the water and sanitary sewer work under Schedule "A". 1-07.5 Environmental Regulations 1-07.5(1) General Add 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 Supplement this section with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574-1410. 1-07.6 Permits and Licenses Supplement this section with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. The Contractor shall have or obtain a valid City of Yakima Business license for the duration of this project. Requirements For Nondiscrimination Section 1-07.11 is supplemented with the following: (March 6, 2000) Requirement For Affirmative Action to Ensure Equal Employment Opportunity LExecutive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 109 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9`/o Minorities - by Standard Metropolitan Statistical Area (SMSA) Cnntennn 1A/A• SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 'nin Adams; WA n _ �nin—_-...__u_. -n-n r_._.__ rein VVH Adams; VVfi i- suurl; VVF\ Columbia; VVH Ferry; VV/\ t7driieiU; VVfi Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick WA 'vtiA Benton; WA Franklin. Non -SMSA Counties WA Walla Walla. 5.4 3.6 Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA VVhatcom. Portland, OR: SMSA Counties: Portland, OR -WA 4.5 WA Clark. Non -SMSA Counties 3.8 WA Cowlitz; WA Kiickitat; WA Skamania; WA Wahkiakum. 110 These goals are applicable to each nonexempt Contractor's total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. 111 (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 7 iA/hnrin ,nr the Cen+rnn+nr , CI1hnon+rnn+nr n+ any tier, u,Innn+rn,.+n n portion f rr111,.11vW I LI I�. Cent actor, or ClI Subcontractor at Glly IIGI, subcontracts pl.lJ Q pVI LIV11 V1 the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Pian approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Pian. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to 112 employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all 113 g. management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attenrlinn cl Ihiont matter rlicnl Iccnrl �nrl disposit on of atte u evil ltJ., vu v,vvt Illu ttw.l VIJtiUJJV V, CAIN VI..2 /VJILIVII VI L11G JULIGVL 111G7LLG1. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO _r policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving VIt�. 111 LIVIIJ the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. 114 o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor -union, contractor -community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with 115 the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable f..rrv.• hrst•ir.tir.r +.. +h.. .1...V.•.... +h..+.+;r... records .•.+�nfi. 1%.11 111, 1 I JVV V I , w 1.11Q ucyi cc 1.1 lal c.ginnwui 19 records sauroiy LI uo rcgUlII1 licI iy 1.11G Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (April 3, 2006) Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. The requirements of this contract are to encourage DBE participation, supply a bidder's list, and to report race neutral accomplishments quarterly as described in this special provision. No preference will be included in the evaluation of bids/proposals, no minimum level of DBE participation shall be required as a condition for receiving an award and bids/proposals will not be rejected or considered non-responsive on that basis. DBE Goals No DBE goals have been assigned as a part of this contract. Affirmative Efforts to Solicit DBE Participation DBE firms shall have equal opportunity to compete for and perform subcontracts which the Contractor enters into pursuant to this contract. Contractors are encouraged to: 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably designed to provide DBEs capable of performing the work with timely notice of such opportunities. All advertisements should include a provision encouraging participation by DBE firms and may be done through general advertisements (e.g. newspapers, journals, etc.) or by soliciting bids/proposals directly from DBEs. 2. Utilize the services of available minority community-based organizations, minority contractor groups, local minority assistance offices and organizations that provide assistance in the recruitment and placement of DBEs and other small businesses. In addition, the Office of Minority and Women's Business Enterprises has two DBE Supportive Services Offices available to assist you as follows: 116 Seattle: (206) 553-7356 Tacoma: (253) 680-7393 3. Establish delivery schedules, where requirements of the contract allow, that encourage participation by DBEs and other small businesses. 4. Achieve attainment through joint ventures. In the absence of a mandatory goal, all DBE participation that is attained on this project will be considered as "race neutral" participation and will be reported as such. DBE Eligibility (for reporting purposes only) Selection of DBEs: DBEs utilized on the contract will be eligible to be counted as race neutral participation only if the firm is identified as a DBE on the current list of firms certified by the Office of Minority and Women's Business Enterprises (OMWBE), the DBE firm is certified in the corresponding NAICS code(s) for the type of work to be performed, and the DBE firm performs a commercially useful function. A list of firms certified by OMWBE, including the NAICS codes for which they are certified, is available from that office and on line through their website (www.omwbe.wa.gov/directory/directory.htm) or by telephone at (360) 704-1181. Counting DBE Participation For Reporting Race Neutral Accomplishments When a DBE firm participates in a contract, only the value of the work actually performed by the DBE will be counted as race -neutral participation. 1. Count the entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract, including supplies purchased or equipment leased by the DBE (except supplies, materials, and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliate, unless the Prime Contractor is also a DBE). Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates will not be counted as race -neutral participation. In very rare situations, a DBE firm may utilize equipment and/or personnel from a non -DBE firm other than the Prime Contractor or its affiliates. Should this situation arise, the arrangement must be short-term and have prior written approval from the Contracting Agency. The arrangement must not erode a DBE firm's ability to perform a Commercially Useful Function (See discussion of CUF, below). 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted as race neutral participation only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE Subcontracts to a non -DBE firm does not count as race neutral participation. 4. When a non -DBE subcontractor further subcontracts to a lower -tier subcontractor or supplier who is a certified DBE, then that portion of the 117 work further subcontracted may be counted toward the DBE goal, so long as it is a distinct clearly defined portion of the work of the subcontract that the DBE is performing with its own forces in a commercially useful function. DBE Prime Contractor A DBE prime Contractor may only count the work performed with its own forces and the work performed by DBE Subcontractors and DBE suppliers. Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that 4hr. I1QC 1. t[i VVL. la.,rfr. w+n Vdoh ;4nn will, count. G..J IGI.G 1I�U.4GI paridciJC4iV. .ce 1110 V11.11 ILO VVVI1 1V.'J Commercially Useful Function Payments to a DBE firm will count as race neutral participation only if the DBE is performing a commercially useful function on the contract. 1. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. Two party checks are not allowed. 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is listed on a particular contract. 2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the contract. 3. The DBE receives credit only for the total value of the transportation services it provides on the contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. 4. For purposes of this paragraph a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 118 5. The DBE may lease trucks from another DBE firm, including an owner - operator who is certified as a DBE. The DBE who leases trucks from another DBE may report race -neutral participation for the total value of the transportation services the lessee DBE provides on the contract. 6. The DBE may also lease trucks from a non -DBE firm and may enter an agreement with an owner -operator who is a non -DBE. The DBE who leases trucks from a non -DBE or employs a non -DBE owner -operator is entitled to count race -neutral participation only for the fee or commission it receives as a result of the lease arrangement. The DBE may not count the total value of the transportation services provided by the lessee, since these services are not provided by a DBE. 7. In any lease or owner -operator situation, as described in paragraphs 5 & 6 above, the following rules shall apply: • A written lease/rental agreement on all trucks leased or rented, showing the true ownership and the terms of the rental must be submitted and approved by the Contracting Agency prior to the beginning of the work. The agreement must show the lessor's name, trucks to be leased, and agreed upon amount or method of payment (hour, ton, or per load). All lease agreements shall be for a long-term relationship, rather than for the individual project. Does not apply to owner -operator arrangements. • Only the vehicle, (not the operator) is leased or rented. Does not apply to owner -operator arrangements. 8. In order for payments to be counted as race -neutral participation, DBE trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior to performing their portion of the work. Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted toward race neutral participation as provided in the following: Manufacturer 1. Counting If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward race neutral participation. 2. Definition To be a manufacturer, the firm operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. 3. In order to receive credit as a DBE manufacturer, the firm must have received an "on-site" review and been approved by WSDOT-0E0 to operate as a DBE Manufacturing firm. To schedule a review, the manufacturing firm must submit a written request to WSDOT/OEO and may not receive race neutral 119 credit, until the completion of the review. Once a firm's manufacturing process has been approved in writing, it is not necessary to resubmit the firm for approval unless the manufacturing process has substantially changed. Information on approved manufacturers may be obtained from WSDOT-OEO. Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward race neutral participation. 2. Definition a) Tn ha a rani filar riaalar, fha firm mi iet nwn nnarata nr maintain a ctnra warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. IL must also be c1established, regular business that ClitcjC,, :a5 principal business and under its owl I name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract -by -contract basis. c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. 3. Regular dealer status is granted on a contract -by -contract basis. To obtain regular dealer status, a formal written request must be made by the interested supplier (potential regular dealer) to WSDOT/OEO. Included in the request shall be a full description of the project, type of business operated by the DBE, and the manner the DBE will operate as a regular dealer on the specific contract. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55.e.2. Once the request is reviewed by WSDOT-OEO, the DBE supplier requesting it will be notified in writing whether regular dealer status was approved. Materials or Supplies Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of materials or supplies required on a job site may be counted as race neutral participation. No part of the cost of the materials and supplies themselves may be applied as race neutral participation. 120 Procedures Between Award and Execution After award of the contract, the successful bidder shall provide the additional information described below. A failure to comply shall result in the forfeiture of the bidder's proposal bond or deposit. A list of all firms who submitted a bid or quote in an attempt to participate in this project whether they were successful or not. Include the correct business name, federal employer identification number (optional) and a mailing address. The firms identified by the Contractor may be contacted to solicit general information as follows: 1. age of the firm 2. average of its gross annual receipts over the past three -years Procedures After Execution Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" (actual payments) on a quarterly basis for any calendar quarter in which DBE work is accomplished or upon completion of the project, as appropriate. The quarterly reports are due on January 20th, April 20th, July 20th, and October 20th of each year. Or, the contractor has the option of submitting actual DBE payment data to the contracting agency on a monthly basis using the Construction Management and Tracking System (CMATS). Use of CMATS will become a requirement for all contractors effective January 7, 2008. The dollars reported will be in accordance with the "Counting DBE Participation For Reporting Race Neutral Participation" section of this specification. In the event that the payments to a DBE have been made by an entity other than the Prime Contractor (as in the case of a lower -tier subcontractor or supplier), then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency. Payment Compensation for all costs involved with complying with the conditions of this specification and any associated DBE requirements is included in payment for the associated contract items of work. 1-07.17 Utilities And Similar Facilities Supplement this section 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 Contractor shall call the Utility Location Request Center (One Call Center), for field location, not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the 121 parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, State, or Federal holiday. The telephone number for the One Call Center for this project may be obtained from the Engineer. If no one -number locator service is available, notice shall be provided individually to those owners known to or suspected of having underground facilities within the area of proposed excavation. The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. 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 S. 2°d Ave. Room 304Yakima, WA. 98902 509-575-7183 Charter Communications 1005 N. 16th Ave.Yakima, WA. 98902 509-575-1697 1-866-731-5420 City of Yakima Water Division 2301 Fruitvale Bivd.Yakima, WA. 96902 City of Yakima Wastewater Division 2220 E. ViolaYakima, WA. 98901 Cascade Natural Gas Corp. 401 N. 1st St.Yakima, WA. 98901 Pacific Power P.O. Box 1729Yakima, WA. 98907 509 -5l5 -b 154 509-575-6077 509-457-5905 509-575-3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1-800-553-4344, at least 48 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 to assess their impacts on his construction activities. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with existing utility locations, along with familiarizing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along with private contractors working for these organizations, may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the facilities contained in this Contract. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 122 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (***** APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance polices shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage. F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of Twenty (20) days prior written notice to the Contracting Agency of any cancellation in any insurance policy. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 123 1-07.18(2) Additional Insured AH insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the City of Yakima and its officers, elected officials, employees, agents, and volunteers The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each ci thrnntractnr of ovary tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1-07,18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) 124 Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1-07.18(5)B Automobile Liability Automobile Liability for owned, non -owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic (October 1, 2005 APWA GSP) Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 125 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. 1-07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revi c the fir + h +n rl.. $ �L paragraph 1 w read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed. 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and Tamnnrar, approaches. 126 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters (New Section) (*****APWA GSP) 1-08.0(1) Preconstruction Conference (New Section) (***** APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. 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. 1-08.0(2) Hours of Work (New Section) (***** APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8 -hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other 127 conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting AgAnry Amp!oyees when in the opinion of the Engineer, such work necessitates their presence. 1-08.3 Progress Schedule The first and second paragraphs are replaced with the following paragraph: The Contractor shall prepare and submit to the Engineer a Construction Progress onrl ('mm�lo#inn Qnh A.dl Jn l .! +h.. Qnr (_`rnnh .... r'riti....I �..+h PA..++....F IL....... :.. Fh.. of eo.! V51l 111.JlG SlVI I S2Gl IGSAS2IG SdJ 11 13 s11G IJQI 1J1 cI JI 1 v! S.01lll5>a1 ! al! ! MGI! IVU. 11G1110 !11 1.11U Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall 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 section is supplemented by 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 his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1-08.4 Prosecution of the Work Revise this section with the following: Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer, The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 128 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 Fifty (50) working days. 1-09.6 Force Account (October 1, 2005 APWA GSP) Supplement this Section with the following: Owner has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, Owner does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 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. 1-10.2 Traffic Control Management 1-10.2(1) General (August 2,2004) Section 1-10.2(1) is supplemented with the following: The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 129 1-10.2(1)B Traffic Control Supervisor Revise the first sentence to read: A Traffic Control Supervisor (TCS) shall be present on the project whenever traffic control devices and/or flagging or spotting or other traffic control labor is being utilized to fulfill the requirements of the Contractor's approved Traffic Control Plan, or as authorized by the Engineer. 130 DIVISION 2 - EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.2 Disposal of Usable Material and Debris Revise the third paragraph and single sentence 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 Supplement this section with the following: The work shall specifically include the removal of existing asphalt pavement, curb and gutter, sidewalks, catch basins and grates and frames, drainage manholes and any other materials identified to be removed on the plans within the construction limits shown on the plans, or any other items identified by the Engineer to be removed. 2-02.3 Construction Requirements Supplement this section with the following: Prior to removal, the Contractor shall use a vertical saw cut to delineate the areas of pavement removal from those areas that pavement is to remain. Concrete curb and gutter and sidewalks shall be removed to the nearest convenient joint if practical. If not practical to remove to the nearest joint, the Contractor shall saw cut these structures in a neat vertical and straight transverse horizontal line to provide a matching joint for the new construction. The materials to be removed under this section shall become the property of the Contractor. The Contractor shall haul the removed materials from the project. Damage caused to that portion of the pavement, curb and gutter or sidewalk that is to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Item 1 is revised to read: Haul all broken pieces to an off -project site to be obtained by the Contractor. Item 3 is revised by adding the following to the end of the sentence: "or remove to the nearest joint as directed." 131 2-07 WATERING 2-07.3 Construction Requirements Supplement this section with the following: The Contractor shall secure permission from and comply with all requirements of the City of Yakima Water Division before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld; if necessary, from the final payment to the Contractor, The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant use. 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 shall be measured with the metered hydrant connection provided by City of Yakima Water Division. All costs for the use of the water shall be incidental to other related work, including but not limited to compaction, dust control etc. 2-07.5 Payment This section is revised to read: Water will be furnished by the City of Yakima at no cost. The Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. 2-09 STRUCTURE EXCAVATION 2-09.4 Measurement The second paragraph, Horizontal Limits, is revised to read: The Horizontal Limits shall be as shown on the City of Yakima Standard Detail. The second sentence of the paragraph, shoring or Extra Excavation, is revised to read: 132 Shoring or Extra Excavation Class B will be measured by the linear foot. 2-09.5 Payment Revise the Item: "Shoring or Extra Excavation Class B", per square foot. To read: "Shoring or Extra Excavation Class B", per linear foot. Revise the two paragraphs immediately following the above item as follows: Replace "per square foot", wherever it appears, with "per linear foot". DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 Hot Mix Asphalt 5-04.3 Construction Requirements 5-04.3(5)E Pavement Repair Supplement this section with the following: Pavement Repair is interchangeable with Surface Repair for this project. The work included in this section shall be repair of roadway surfaces disturbed by construction of other work under the contract, such as utility installation, but not included in the roadway improvements of the contract. The pavement repair shall be made in accordance with the City of Yakima Surface Repair Detail, R14. The HMA used for this work shall be the same Class as for all other roadway paving construction. 5-04.3(13) Surface Smoothness The last paragraph is revised with the following: When utility appurtenances such as manhole rings and covers and valve boxes are encountered or are to be located within the HMA pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures, and new Monument Cases for all monuments as shown on the plans. Utility Castings shall not be adjusted until the pavement is completed, at which time the center of each structure and each monument shall be relocated from the references previously established by the Contractor. The HMA pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus 2 feet. The new rim shall be placed on cement concrete blocks or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1-1/2 " below the finished pavement surface. On the following day, the concrete, the edges of the HMA pavement and the outer edge of the casting shall be painted with a hot asphalt tack coat. HMA Class 3/8 In. shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5-04.3(15) HMA Road Approaches Add the following to the sentence: "or reconstructed," after the word "constructed".. 134 5-04.3(17) Paving Under Traffic Revise the last paragraph and sentence as follows: Change the phrase "except cost of temporary pavement markings," to "including cost of temporary pavement markings," 5-04.4 Measurement Supplement this section with the following: "Surface Repair" shall be measured by the square yard complete, in place at each location required. 5-04.5 Payment Add the following pay item: "Surface Repair", per sq. yd. The unit contract price for "surface Repair" shall be full compensation for the complete repair of the roadway due to trenching, excavation for curb and sidewalk construction that disturbs adjacent existing pavement, and other forms of disturbance to existing pavement surfaces occurring during construction, including all labor, equipment and materials required to furnish, place and compact the Crushed Surfacing Base Course and the HMA at each location. 5-04.5(1) Quality Assurance Price Adjustment This Section is deleted. 5-04.5(1)A Price Adjustments for Quality of HMA Mixture This Section is deleted. 5-04.5(1)B Price Adjustments for Quality HMA Compaction This Section is deleted. DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-04 STORM SEWERS 7-04.2 Materials Supplement this section with the following: Pipe used for this project from Catch Basins to the Drainage Infiltration/Retention Basins shall only be: Solid Wall PVC Storm Sewer Pipe 9-05.12(1). 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05.3 Construction Requirements Supplement this section by adding the following: The term drywell shall be synonymous with the term Drainage Infiltration/Retention Basin for this project. Perforated Corrugated Polyethylene Storm Sewer Pipe (smooth interior 135 wall shall be used within the basin. The 12 -inch diameter perforated Corrugated Polyethylene Storm Sewer Pipe (smooth interior wall) within the Drainage Retention Basin shall conform to Schedule A of the Storm Sewer Pipe Schedule in Section 7-04.2 of the Standard Specifications. The Drain Rock shall be washed, smooth rock providing a minimum 40% void ratio The basin trench shall be lined on all sides, top and bottom with Geotextile Fabric. Six -mil plastic construction sheeting shall be placed over the top of the entire basin, and the sheeting shall extend and be anchored a minimum of 18 - inches beyond the excavation limits of the basin walls. The Drainage Infiltration/Retention Basin shall be constructed in accordance with the Drain Trench Detail, and the structure between the trench legs shall be a 48 -inch diameter Type 2 Catch Basin in accordance with the Standard Plan B-10.20-00 and at the location and elevations shown on the Plans All other catch basins shall be Catch Basin Type 1 in accordance with Standard Plan B- 5.20-00 All pipes from and between the catch basins shall be 12 -inch Solid Wall PVC Storm Sewer Pipe 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Revise this section to read: All Manhole castings shall be adjusted in accordance with Section 5-04.3(13) Surface Smoothness. 7-05.4 Measurement Add the following: The lump sum payment for "Drainage Infiltration/Retention Basin" shall be full compensation for all labor, equipment and materials required for the complete installation of the basin including the excavation, the perforated pipe, the 48 -inch diameter Catch Basin, Type 2, the plastic construction sheeting over the top, the Geotextile fabric, and the drain rock. 7-05.5 Payment Add the following pay item: "Drainage Infiltration/Retention Basin", lump sum. Supplement this section with the following: All Cost associated with furnishing and installing "Catch Basin", "Manhole", and "Drainage Infiltration/Retention Basin" shall include their respective Castings as shown on the Standard or Project Details for this project. 7-0R GENERAI PIPE INSTAI 1 ATKIN REQUIREMENTS 7-08.2 Materials Add the following: Crushed Surfacing Top Course (for Trench Backfill) 7-08.3(1)A Trenches Delete paragraph 8. 136 9-03.9(3) 7-08.3(1)C Bedding the Pipe Supplement paragraph 2 with the following: All Sanitary Sewer and Storm Drain pipe, except for the Perforated Storm Drain pipe in the infiltration/retention trench, shall be bedded as shown on the Typical Sewer Trench Detail S-4 of the City of Yakima Standard Details. 7-08.3(3) Backfilling Add the following paragraph: Where directed by the Engineer, specifically all street -crossing trenches shall be backfilled for the full depth of the trenches with Crushed Surfacing Top Course (for Trench Backfill). 7-08.4 Measurement Add the following: Crushed Surfacing Top Course (for Trench Backfill) shall be measured by the Ton. 7-08.5 Payment Add the following pay item: "Crushed Surfacing Top Course (for Trench Backfill)", per ton. Revise the pay Item: "Shoring or Extra Excavation Class B", per square foot. To read: "Shoring or Extra Excavation Class B", per linear foot. 7-09 WATER MAINS 7-09.2 Materials Supplement this section with the following: Pipe, Fittings and Valves to be used on this project shall be the following: Pipe for Main Lines: Ductile Iron Pipe (Class 52 Only for this project) 9-30.1(1) Fittings for Main Lines: Ductile Iron Pipe 9-30.2(1) Aggregates: Crushed Surfacing Top Course (for Trench Backfill) 9-03.9(3) 137 7-09.3(1) General Add the following to this section: City of Yakima Water Division staff only shall open and close all existing valves during all stages of water main construction. The Contractor shall notify the Water Division 48 hours prior to the beginning and end of construction of the water main. At the completion of construction and all testing, the Water Division staff shall open all valves. 7-09.3(5) Grade and Alignment Revise this section as follows: Change the depth of cover in the first sentence of the third paragraph to 54 -inches (4.5 feet). 7-09.3(10) Backfilling Trenches Add the following: Where directed by the Engineer, i.e., street -crossing trenches shall be backfilled for the full depth with Crushed Surfacing Top Course (for Trench Backfill). 7-09.3(11) Compaction of Backfill Replace the first paragraph with the following: Mechanical compaction shall be required for all trenches. The density of the compacted material shall be at least 95% of the maximum density as determined by ASTM D1557 Tests (Modified Proctor). 7-09.3(19) Connections 7-09.3(19) A Connections to Existing Mains Supplement this section with the following: The City of Yakima Water Division shall furnish and install all new Tapping Sleeves and Valves to the existing water mains. Mechanical joints to all tees and valves shall be connected with a ROMAC "Grip Ring" accessory pack per manufacturer's printed specifications and instructions, and thrust blocking shall be as shown on the Standard Details. 7-09.3(23) Hydrostatic Pressure Test Replace the first sentence of the first paragraph with the following: All water mains and appurtenances shall be tested under a hydrostatic pressure of 180 psi. 7-09.4 Measurement Add the following to this section: Measurement of Crushed Surfacing Top Course (for Trench Backfill) shall be by the Ton. 138 7-09.5 Payment Add the following bid item: "Crushed Surfacing Top Course (for Trench Backfill)", per ton. The unit contract price per ton for "Crushed Surfacing Top Course (for Trench Backfill) shall be full compensation to furnish, place and compact the backfill in the trench. 7-12 VALVES FOR WATER MAINS 7-12.2 Materials Supplement the second paragraph with the following: The approved resilient seated gate valve manufacturers are: Clow, M & H and Mueller. The approved butterfly valve manufacturers are: Pratt, Mueller and M & H Add the following: Valve Boxes: The top section of the valve boxes shall be Rich Model 940-B, or equal, 18 -inches high. The bottom section shall be Rich Model R-36, or equal, 36 -inches high. Extension sections shall be Rich Model 044, or equal, 12 -inches high. 7-12.5 Payment Supplement this section with following: Delete the item "Tapping Sleeve and Valve Assembly". The Tapping Sleeve and Valve Assemblies for this project, except as specified in Section 7-09.3(19)A of these Special Provisions, shall be furnished and installed by the City of Yakima Water Division at no cost to the Contractor. The Contractor shall do all other work including excavating, bedding, installing thrust blocking, backfilling, testing, flushing, disinfecting, and surface restoration. This work shall be considered incidental to the work of constructing the water main, and all costs thereof shall be included in the unit contract price bid for " Pipe for Water Main _ In. Diam.", per linear foot. Add the following to the end of the last sentence of the last paragraph: ...and all valve accessories. 7-14 HYDRANTS 7-14.2 Materials Revise this section to read as follows: Hydrants may be purchased by the Contractor from the City of Yakima. Hydrants shall meet all provisions of the City of Yakima Municipal Code 10.10.050, which by this reference is made a part of these Special Provisions. The City of Yakima will accept hydrants of the following manufacturers provided the hydrants conform to the City's technical specifications for fire hydrants: 139 Mueller Model A 423, Super Centurion 200 M & H 929 Hydrant Restraint Restrained Joints 7-14.3(1) Setting Hydrants Supplement this section with the following: City of Yakima Standard Detail 9-30.2(6). The hydrant shall be set to the correct elevation on a concrete block base 12"x12"x6" thick that has been placed on undisturbed earth. Around the base of the hydrant, the Contractor shall place 0.25 CY of drain rock ranging in size from 3/4" to 1-1/2", said gravel being for the purpose of allowing free drainage of the hydrant. 7-14.3(2) Hydrant Connections Revise this section to read as follows: Hydrants shall be connected to the water main with 6 -inch ductile iron pipe unless otherwise specified. Each hydrant lateral shall include an auxiliary gate valve and valve box located as shown on the City of Yakima Standard Detail W1. Pipe joints for Hydrant laterals of a length in excess of a single continuous section of 6 -inch ductile iron pipe shall be restrained. 7-14.5 Payment Revise the paragraph following the item "Hydrant Assembly", per each to read: The unit contract price per each for "Hydrant Assembly" shall be full pay for all work to furnish and install fire hydrant assemblies, including all cost for furnishing and installing auxiliary gate valve and valve box, pipe connecting the hydrant to the main, joint restraining components, concrete blocks, gravel, concrete thrust blocking at the lateral tee and at the hydrant, and painting required for the complete installation of the hydrant assembly as specified and as shown on the City of Yakima Standard Detail and at the locations shown on the plans. The lateral tee shall be paid for as specified in Section 7- 09.5. 7-15 SERVICE CONNECTIONS 7-15.1 General This section is revise to read as follows:. This work consists of installing the service connections from the water main to the vicinity of the customer's future meter location. The work includes making a service tap to the water main, 3/4" and 1" taps to be "direct tap" and 1-1/2" and larger shall use tapping saddles, installing service line, corporation stop and curb stop valves 7-15.2 Materials This section is revised as follows Saddles No saddles for 3/4" & 1" Services, larger services. 9-30.6(1) Corporation Stops. Ford Ball Valve Corporation Stop, with pack joints, or equivalent. Curb Stop: Ford Ball Valve Curb Stop, with pack joints, or equivalent. Service Pipe. 9-30.6(3)A or Crosslinked Polyethylene Tubing, ASTM 877-89, Wirsbo-Pex or approved equivalent with 16 gauge insulated 140 Service Fittings. Meter Setters. Meter Boxes: Water Meters. 7-17 SANITARY SEWERS solid copper tracing wire strapped to tubing and connected to Corporation cock and new meter set. Compression per 9-30.6(4). City of Yakima Standard Detail. 18 -in. diameter, Schedule 80 P.I.P. x 3 -ft long w/Standard City of Yakima lid and frame. Shall be supplied and installed as needed by the City of Yakima. 7-17.2 Materials Supplement this section with the following: Pipe used on this project shall only be Solid Wall PVC Sanitary Sewer pipe conforming to 9-05.12(1). 7-17.3 Construction Requirements 7-17.3(2)H Television Inspection Replace the word "may" in the first sentence of the first paragraph with the word "Shall". Supplement the section with the following: Television inspection shall be done by City of Yakima Wastewater forces after the trench has been backfilled and compacted to the required density and before any repaving work. Television inspection shall be done following all repairs found to be needed by the air and mandrel tests. The Contractor shall make arrangements with City of Yakima Wastewater Collection at (509)575-6118 or (509)952-6077 at least 24 hours in advance of the test. 7-17.3 Measurement Replace the second paragraph with the following: No separate measurement will be made for testing sewer pipe. 7-17.4 Payment Revise the second paragraph by adding the following: "All costs for testing the sewer pipe as required in Section 7-17.3(2) shall be included in the unit contract price for "PVC Sanitary Sewer Pipe In. Diam.", per linear foot." Delete the pay Item: "Testing Sewer Pipe", per linear foot and the paragraph immediately following. 141 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-13 MONUMENT CASES 8-13.3 Construction Requirements Revise this section as follows: Delete the second and third paragraphs. A 4 .l LL _ L- 11 _...!._ _.. r\uu Uie ivuOwuiy.. During the prosecution of this project, the Contractor shall have a Professional Land Surveyor licensed in the State of Washington establish references to all survey monuments within the project site area. The Contractor shall be responsible for the protection of existing survey monumentation. Should any monuments be disturbed in any manner, the Contractor shall have the monuments re -set, at Contractor's expense, by the Professional Surveyor from the established references. Monument case shall be installed by the Contractor from the references established by the surveyor, after the final course of surfacing has been placed.. Installation and Adjustment of Monument Cases shall be accomplished in accordance with Section 5-04.3(13). 8-30 SITE REMEDIATION (New Section) 8-30.1 Description Soil impacted with lead and arsenic associated with historic site orchard use is present throughout much of the proposed development. Work described in this bid document includes the onsite relocation and capping of lead and arsenic impacted soils. The Contractor shall conduct all activities associated with impacted soils in compliance with applicable regulations, Marvin Gardens Site Remediation Plan (Remediation Plan) and the details of this section. The Contractor shall review the Remediation Plan, revised publication February 14, 2007, prior to submitting a bid for this project. The Remediation Plan shall be considered integral to this specification as if it were bound within the bidding documents. When conflicts arise between this special provision and the Remediation Plan, the most stringent interpretation shall apply. The Plan is available at the following locations: • Office of Neighborhood Development Services, City of Yakima, 112 South 8th Street, Yakima, Washington • Fulcrum Environmental Consulting, Inc., 222 North 2nd Street, Suite A., Yakima, Washington 8-30.3 Construction Requirements 8-30.3(1) General Prior to commencement of work the Contractor shall develop a Stormwater Control Plan and Dust Suppression Plan in accordance with applicable regulations. Prior to work, Owner's Representative shall also review areas of impacted soil and associated approximate depths with Contractor. Owner's Representative shall also identify areas without lead and arsenic impact (clean soil) above Washington State Department of Ecology (Ecology) guidelines. 142 During construction, the Contractor shall implement the Remediation Plan. Consistent with the site Stormwater Control Plan, Contractor shall construct a stabilized construction entry and vehicle decontamination area such that dirt and dust originating from the site is not removed from the site. Consistent with the Dust Suppression Plan, Contractor shall implement means of dust control such that visible emissions are controlled and the monitoring parameters established in the Remediation Plan are met. During construction, the Contractor shall complete air sampling for arsenic, lead, and total particulate exposure as required by Washington State Department of Labor and Industries (WISHA) WAC 296-62 regulations and as identified in the Remedial Plan. At a minimum, the Contractor shall collect one 8 -hour time weighted average (TWA) sample on each of two separate work days for each task associated with impacted soil activities. The Contractor shall excavate designated areas of clean soil within the development street right- of-way, park area, and/or house footprints. The resultant excavated voids shall be of sufficient size to place impacted soil designated for relocation. Clean soil removed from the excavated void shall be set-aside for reuse as cover over the entombed impacted soil. Contractor shall place impacted soils, as directed by the Owner's Representative at the Marvin Gardens park area. Impacted soils will be placed at the park area and may be contoured above surrounding grade if excess soils exist. Impacted soils will be placed below a geotextile fabric On top of the geotextile fabric, 1 -foot of clean soil will be placed for sod and shrub vegetation. Contractor shall follow the Remediation Plan and Best Management Practices during the installation of deep root zone plants, such as trees, through the geotextile fabric during park development. Approximately 1,100 cubic yards of impacted soil will be relocated from originating areas to the void excavated within the designated clean soil areas. The estimated 1,100 cubic yards is independent and in excess of soil volumes associated with achieving final site elevations and grading. Contractor shall review project drawings and bid documents to determine extent of activities required to excavate clean soil and relocated impacted soil and shall be responsible for compliance with all requirements of the Remediation Plan regardless of quantities estimated in this Section. Impacted soils that are not placed within the excavation voids(s) on the same day they are excavated shall be temporarily stockpiled on and covered with 6 -mil plastic sheeting. Straw wattles, straw bales or other impoundments as specified in the site Stormwater Control Plan shall be placed around impacted soil stockpile(s) to prevent any water run-on or runoff. The plastic sheeting shall be secured so that the impacted soils cannot migrate off the plastic sheeting by wind, water or physical movement. Impacted soils placed in the excavated voids(s) shall be covered with a minimum 1 -foot depth of clean soil. All impacted soils placed in the clean soil excavation area(s) shall be compacted to at least 95% of the maximum density as determined by ASTM D 698 tests (Standard Proctor) as described in Section 2-03.3(14)D Clean soils not utilized as cover over the impacted soils shall be used to fill in the impacted soil excavation area(s) and shall be compacted to at least 95% of the maximum density as determined by ASTM D 698 tests (Standard Proctor), as described in Section 2-03.3(14)D. Owner's Representative shall be responsible for in -progress and final inspection to demonstrate Contractor has performed clean and impacted soil excavation and relocation efforts consistent with this Section. Successful final inspection will be required before this portion of the project is considered complete. 143 8-30.3(2) Submittals 8-30.3(2)A Pre -Work Submittals The following items shall be submitted for review and accepted by the Owner's Representative at least 10 working days prior to commencing soil impacting activities: Certification and Training: Submit documentation of at least one valid worker or supervisor certification for the 40 -hour Hazardous Waste Operations Emergency Response (HAZWOPER) training as described in 40 CFR 1910.120. in addition to at least one certified 40 -hour HAZWOPER worker, Contractor shall provide documentation that all site workers have been provided awareness training for lead and arsenic as outlined in the Remedial Plan. Ctormwater (`nnfrol Plan: Ecology's regulations for Stormwater Management in Eastern Washington apply, The Contractor shall submit a Stormwater Control Plan for review prior to project initiation for review and acceptance by the Owner's Representative. Dust Suppression Plan: The National Emission Standard for Hazardous Air Pollutants (NESHAP) regulations, as administered in Yakima County by the Yakima Regional Clean Air Authority (YRCAA) apply. In general, NESHAP prohibits visible emissions. The Contractor shall submit a Dust Suppression Plan approved by YRCAA prior to project initiation for review and acceptance by the Owner's Representative. 8-30.3(2)B Work -In -Progress Submittals The Contractor shall have the following documentation onsite and available for review by Owner's Representative during the project. Work -in -progress submittals shall also be included with post - work submittals. Daily Logs: For each shift the Contractor is onsite, a daily work log (Supervisor's report) shall be completed. Each log shall document at least the following information: a Labor hours and details of job tasks for each worker. b. Respiratory protection used by each worker. c. Number and type of air samples collected. d. Problems or delays. e. Project progress. f. Visual observations on effectiveness of dust suppression. Air Monitoring Records All personal and area air monitoring data required by WISHA, the Remediation Plan and this specification shall be available for the Owner's Representative's review daily. Analytical results of samples collected by the Contractor are required to be available for review within 72 hours of sampling period completion. 144 8-30.3(2)C Post -Work Submittals Contractor shall submit post -work project documentation to Owner's Representative within 10 days of substantial completion of soil impacting activities. Post -work submittals must be received and approved by Owner's Representative prior to project payment. Post -work documentation shall include at least the following: a. Daily work logs (Supervisor's report). b. All air monitoring analytical results. c. All worker certification and training documentation. d. As -built drawing of impacted soil final disposition location(s). 8-30.3(3) Inspection In -Progress Site Inspection: While performing work, the Contractor shall be subject to onsite inspection by the Owner's Representative who may be assisted by safety or health personnel. Contractor shall request inspection of completed clean soil excavated voids by Owner's Representative prior to placement of impacted soil. Contractor shall also request inspection of completed impacted soil removal areas by Owner's Representative prior to backfilling. If work is found to be in violation of this specification, Remediation Plan, Stormwater Control Plan, or Dust Suppression Plan as determined by the Owner's Representative, a stop work order shall be in effect immediately and remain in effect until the violation is resolved. Standby time and any additional monitoring and laboratory analyses required to resolve and document violation resolution shall be at the Contractor's expense. Final Inspection: The Owner's Representative shall conduct a final inspection at the conclusion of Remediation Plan implementation. Contractor shall request a final inspection after completion of backfill, compaction and placement of cover over entombed impacted soils. If the Owner's Representative is requested by the Contractor to perform an inspection and arrives to find the site not ready for inspection, the Contractor will be responsible for any additional expenses incurred by the Owner's Representative. This will include any additional travel time, onsite time, and expenses resulting from inspection delay. 8-30.3(4) Offsite Transport Prohibition The Contractor is prohibited from any offsite transport or disposal of site soils. 8-30.4 Measurement "Remediation Excavation" will be measured by the cubic yard. All excavated material will be measured in the position it occupied before the excavation was performed. An original ground measurement will be taken using cross-section techniques. A schedule of values shall be used for determining payment for "Air Sampling". The measurement will be made per each for each sample taken. 8-30.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items: "Remediation Excavation", lump sum. The bid per cubic yard for Remediation Excavation shall be full payment for all labor, equipment, and materials necessary to complete implementation of the Remedial Plan including remedial excavation and shall include excavation, stockpiling, placement, compaction, density testing, and 6 -mil plastic sheeting for clean soil and impacted soils. "Air Sampling", per each. 145 A schedule of values shall be provided by the Contractor for Air Sampling. The schedule of values shall determine a unit price per each sample taken and shall be full payment for all labor, equipment, shipping, and laboratory analysis necessary to complete the Air Sampling for arsenic, lead and total particulate in accordance with WISHA requirements and the Remediation Pian. 8-31 REPAIR OR REPLACEMENT (New Section) 8-31.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top son, turf or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8-31.5 Payment Payment will be made for the following bid items: "Repair or Replacement", by force account. For the purpose of providing a common proposai for ail 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. 146 DIVISION 9 MATERIALS SECTION 9-01, PORTLAND CEMENT August 6, 2007 9-01.2(1) Portland Cement The second sentence in the first paragraph is revised to read: The total amount of processing additions used shall not exceed 1% of the weight of portland cement clinker and up to 3.0% cement kiln dust by mass of the cement as long as it complies with the requirements of ASTM C-465. 9-01.2(4) Blended Hydraulic Cement The first sentence of the first paragraph is revised to read: Blended hydraulic cement shall be either Type IP (MS), Type 1 (SM) (MS) or Type I (PM) (MS) cement conforming to AASHTO M 240, except that the content of alkalis shall not exceed 0.75 percent by weight calculated as Na20 plus 0.658 K20 and except that the content of Tricalcium aluminate (C3A) shall not exceed 8 percent by weight calculated as 2.650A1203 minus 1.692Fe203, and meet the following additional requirements: 9-01.3 Tests and Acceptance The below new paragraph is inserted to follow the first paragraph: Cement producers, importers/distributors, and suppliers that certify Portland cement or blended cement shall participate in the Cement Acceptance Program as described in WSDOT Standard Practice QC 1. 9-03 AGGREGATES 9-03.8 Aggregates for Hot Mix Asphalt 9-03.8(3)C Gradation -- Recycled Asphalt Pavement and Mineral Aggregate Revise the second paragraph as follows: Delete the reference to Section 9-03.8(6)A 9-03.8(6)A Basis of Acceptance Delete this section. 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 Blank 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. 147 SECTION 9-07, REINFORCING STEEL August 6, 2007 9-07.2 Deformed Steel Bars The first sentence in the first paragraph is revised to read: Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31 Grade 60, or ASTM A 706, except as otherwise noted. Steel reinforcing bar for the cast -in- place components of bridge structures (excluding sidewalks and barriers but including shafts and concrete piles), and for precast substructure components of bridge structures, shall conform to ASTM A 706 only. 9-07.5 Dowel Bars (For Cement Concrete Pavement) This section is revised to read: Dowel bars shall be plain steel bars of the dimensions shown in the Standard Plans. They shall conform to AASHTO M 31, Grade 60 or AASHTO M 255, Grade 60 and shall be mated in accordance with ASTM A 934. The thickness of the epoxy coating shall be 10 mils plus or minus 2 mils. In addition, the requirements of Section 9-07.3, Items 2, 3, 4, 5, 6, and 9 shall apply. 9-22 MONUMENT CASES 9-22.1 Monument Cases, Covers, and Risers Supplement this section with the following: Monument cases for this project shall be as shown on the City of Yakima Standard Detail. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe 9-30.1(1) Ductile Iron Pipe Supplement this section with the following: Ductile Iron Pipe for this project shall be Special Thickness Class 52 with cement mortar lining complying with ANSI/AWWA C105/A21.50, C151/A21.51, and C104/A21.4. 9-30.3 Valves 9-30.3(1) Gate Valves (3 Inches to 12 Inches) Add the following: Resilient Wedge Gate Valves (3 Inches to 12 Inches), shall conform to the latest revision of American Water Works Association (AWWA) Standard C509 or C515 for Resilient Seated Gate Valves. 148 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this // ay of C9c-4‘eK , 2007, by and between the City of Yakima, hereinafter called the Owner, and KRCI, LLC 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 $577,780.20, for Marvin Gardens Improvements, Project No. 2107, all in accordance with, and as described in the attached plans and specifications and the 2004 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof Work shall start within ten (10) days after the Notice to Proceed and shall be completed in 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 The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor IV It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA this /f day of alt,4681Z 2007 City Manager CONTRACTOR .. , a t. )A Corporation Its 1+qt ((f ident, Owner, etc.) PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: Bond No. 2272645 That we, the undersigned,KRCI , LLC a N/A Corporation as Principal and Insurance Company of the Wes; corporation organized and existing under the laws of the State of California as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors withnutAgikal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $577 , 7 8 b • 1 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. Five Hundred Seventy—Seven Thousand Seven Hundred Eighty Dollars and 20/100 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 of20 07 Never -the -less, the conditions of the above obligations are suet' that: WHEREAS, pursuant to action taken by the Yakima Cit` Council on , 20 07, the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said K�RCI , LLC , the above bounded Principal, a ctain contract. the said contract being numbered _21,117____, and providing for Marvin Gardens Improvement vhich contract is referred to herein and is made a part hereof as though attached hereto), and, WHEREAS. the said Principal has accepted, oris 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 KRCI , LLC 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, arid 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, its employees, agents, and elected or appointed officials, harmless from any darnage 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, KRCI, 1IL ppro_'e d as to `orm: /' j (City Attorney) By__ ontractor) nt Name) hs' i''+'l..i"Ll: ,� til:'."✓ i.6,.. �1(Predent, Owner, etc..) Insurance Company of the West ety) 1tMba- ,�- � ! By Theresa A.,_Lamb (Print Name) its: Attorney—in—Fact 151 No. 0004276 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint STEVEN K. BUSH, M.J. COTTON, S.M. SCOTT, NANCY J. OSBORNE, DARLENE JAKIELSKI JULIE M. GLOVER, JIM W. DOYLE, MICHAEL A. MURPHY, JIM S. KUICH, CHAD M. EPPLE BRANDON K. BUSH, ANDY D. PRILL, THERESA A. LAMB, STEVEN M. WAGNER their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 1st day of November, 2005 Jeffrey D Sweeney, Assistant Secretary State of California County of San piego On June 5, 2006 before me, Mary Cobb, Notary Public, personally appeared John L. Hannum and Jeffrey D Sweeney, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. } SS. INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY John L. Hannum, Executive Vice President MARY COM COMM. *1602390 NOTARY PUBUM- A in SAN DIEGO COUNTY 0 My Commission Expo SEPTEMBER 20. 2009 Witness my hand and official seal. Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED- That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attorney(s)-in-Fact to date, execute, sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakings, ana other similar contracis of suietysi.ip, and any related docuniants. RESOLVED FURTHER. That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies, and are now in full force. IN WITNESS WHEREOF, I have set my hand this day of Jeffrey D Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and detajls of the bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Digo, CA 921363045 or call (858) 350-2400 ACORD. CERTIFICATE OF LIABILIT Y INSURANCE OP ID ME KRCIL-1 DATE (MM/DD/YYYY) 09/28/07 PRODUCER (Hub International Northwest P. O. Box 3018 Bothell WA 98041-3018 Phone:425-489-4500 Fax:425-489-4501 INSURED KRCI, LLC David Robinson PO Box 5120 Wenatchee WA 98807 cJ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURER A. First Mercury insurance Compan INSURER B: Ohio Casualty Insurance Co. I , ftER C: SURER 0' INSURER E. COVERAGES 1 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO T q RED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTFI CUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBE 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 AUD'L INSR❑ TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS A I GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY FMFL002584 03/09/07 03/09/08 EACH OCCURRENCE $1,000,000 X DAMAGE IU REN I EU PREMISES (Ea occurence) $ 50,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ Excluded PERSONAL &ADV INJURY $ 1, 000, 000 X WA STOP GAP $1M GENERAL AGGREGATE 52,000,000 GEN'L AGGREGATE LIMIT APPLIES PER:POLICY PRODUCTS - COMP/OP AGG $ 2 , 0 0 0 , 0 0 0 X INT- LOC JEC B I AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BAW 53470021 TIFICATE AMENOSIREPLACE THIS CER TIFICATE pREyIOUS CER APPROVED AS 03/13/07 ISSUED TO FORM 03/13/08 COMBINED SINGLE LIMIT (Ea accident) s$1,000,000 X BODILY INJURY (Per person) X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) GARAGE LIABILITYi ANY AUTO A ,A;/ i/ 1/ r •-- AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ir t-�AI G AUTO ONLY AGG $ EXCESS/UMBRELLA LIABILITY'( fN EACH OCCURRENCE $ AGGREGATE $ OCCUR CLAIMS rol BC CITY Y ATTORNEY CITY OF YAKIMA DEDUCTIBLE RETENTION $ $ $ $ I A I WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFiCERiivn=VB:R EXCLUDED? If yes, describe under SPECIAL PROVISIONS below FMFL002584 03/09/07 WA STOP GAP 03/09/08 1 H TORYWC SLIMI S X OER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE- EA EMPLOYEE $1,000,000 E.L DISEASE -POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS THE CITY OF YAKIMA AND ITS OFFICERS, ELECTED OFFICIALS, EMPLOYEES, AGENTS, AND VOLUNTEERS ARE ADDED AS ADDITIONAL INSUREDS AS REQUIRED BY WRITTEN (CONTRACT. COVERAGE IS PRIMARY & NON-CONTRIBUTORY. SEE ATTACHED ENDORSEMENT. RE: PROJECT NO. 2107 CERTIFICATE HOLDER CANCELLATION CIYAKIM CITY OF YAKIMA 129 NORTH 2ND STREET YAKIMA WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL 156ID7EXWIZICCiMAIL 2 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 1REPRES'EN :MtV29: AUTHOgIZED REPRESENTATIVE ACORD 25 (2001/08) © ACORD CORPORATION 1988 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS RACTORS -- AuTOiviATIC STA T u5 'WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section 11 — Who is An Insured is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy Such person or organization is an additional insured only with respect to liability for "bodily injury," "property damage" or "personal and advertising injury" caused, in whole or in part, by' 1, Your acts or omissions, or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are completed. It is further agreed that such insurance as is afforded by this Policy for the benefits of an additional insured shall be primary and non-contributory B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury,' ''property damage" or "personal and advertising injury" arising out of the rendering of; or the failure to render, any professional architectural, engineering or surveying services, including a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities 2. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed, or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. This endorsement forms a part of the Policy to which attached, effective on the inception date of the Policy unless otherwise stated herein. (The following information is required only when this endorsement is issued subsequent to preparation of the Policy.) Endorsement effective 3/9/07 Named Insured KRCI, LLC CVX-GL-5071(06/2005) Policy No. FMFL002584 Endorsement No Countersigned by (Authorized Representative) 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 Tess 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. Contractor Subscribed and sworn to before me on this day of , 200 Notary Public in and for the State of Washington residing at 157 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504-4540 Telephone: 360-902-5335 159 STATE WAGE RATES ARE INSERTED FOLLOWING THIS PAGE 160 General Decision Number: WA070001 07/13/2007 WA1 Superseded General Decision Number: WA030001 State: Washington Construction Types: Heavy (Heavy and Dredging) and Highway Counties: Washington Statewide. HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Publication Date Modification Publication Number Number Date 0 02/09/2007 1 02/16/2007 2 02/23/2007 3 03/09/2007 4 03/23/2007 5 04/06/2007 6 04/20/2007 7 04/27/2007 8 05/11/2007 9 05/25/2007 10 06/01/2007 11 06/22/2007 12 07/06/2007 13 07/13/2007 CARP0001-008 06/01/2006 Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES Rates Fringes GROUP 1• $ 24.93 8.50 GROUP 2 $ 26.18 8.50 GROUP 3 $ 25.20 8.50 GROUP 4 $ 24.93 8.50 GROUP 5 $ 61.74 8.50 GROUP 6 $ 29.07 8.50 SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1• $ 24.26 8.50 GROUP 2• $ 25.51 8.50 GROUP 3- $ 24.52 8.50 GROUP 4• $ 24.26 8.50 GROUP 5• $ 60.07 8.50 GROUP 6• $ 28.35 8.50 CARPENTERS CLASSIFICATIONS GROUP 1: Carpenter; Burner -Welder; Rigger and Signaler; Insulators (all types), Acoustical, Drywall and Metal Studs, Metal Panels and Partitions; Floor Layer, Sander, Finisher and Astro Turf; Layout Carpenters; Form Builder; Rough Framer; Outside or Inside Finisher, including doors, windows, and lams; Sawfiler; Shingler (wood, composition) Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and Dismantling; Stationary Saw -Off Bearer; Wire, Wood and Metal Lather rNNl LCatVr GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge, dock and wharf carpenters GROUP 5: Divers GROUP 6: Divers Tender ZONE PAY: ZONE 1 0-40 MILES FREE ZONE 2 41-65 MILES $2.25/PER HOUR ZONE 3 66-100 MILES $3.25/PER HOUR ZONE 4 OVER 100 MILES $4.75/PER HOUR DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (2819 W. SYLVESTER) or Main Post Office of established residence of employee. CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee. CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee. CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee. CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee. DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50-100 feet $2.00 162 101-150 feet $3.00 151-220 feet $4.00 221 feet and deeper $5.00 PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 FEET Free 26-300 feet $1.00 HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. CARP0003-006 06/01/2006 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: SC0. l.C5 Fringes rLiuycS Carpenters: CARPENTERS; ACOUSTICAL $ 29.49 11.28 DIVERS 'TENDERS $ 32.18 11.28 DIVERS $ 69.76 11.28 DRYWALL $ 29.49 11.28 FLOOR LAYERS & FLOOR FINISHERS (the laying of all harrtt.rnnA P1 nnra nai 1 cA and mastic set, parquet and wood -type tiles, and block floors, the sanding and finishing of floors, the preparation of old and new floors when the materials mentioned above are to be installed); INSULATORS (fiberglass and similar irritating materials $ 29.64 11.28 MILLWRIGHTS $ 29.99 11.28 PILEDRIVERS $ 29.99 11.28 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from 164 that point.) ZONE city ZONE 2: miles of ZONE 3: miles of ZONE 4: miles of ZONE 5: miles of ZONE 6: city of 1: Projects located within 30 miles of the respective hall of the above mentioned cities 30 miles and less than mentioned cities Projects located more than the respective city of the Projects located more than the respective city of the Projects located more than the respective city of the Projects located more than the respective city of the Projects located more than the above mentioned cities above 40 40 miles and less than 50 above mentioned cities 50 miles and less than 60 above mentioned cities. 60 miles and less than 70 above mentioned cities 70 miles of the respected CARP0770-003 06/01/2006 Rates Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES ACCOUSTICAL WORKERS $ 22.05 CARPENTERS AND DRYWALL APPLICATORS $ 22.05 CARPENTERS ON CREOSOTE MATERIAL $ 22.05 DIVERS TENDER $ 33.29 DIVERS $ 74.82 INSULATION APPLICATORS $ 22.05 MILLWRIGHT AND MACHINE ERECTORS $ 31.34 10.65 PILEDRIVER, BRIDGE DOCK AND WHARF CARPENTERS $ 30.34 10.65 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 30.34 10.65 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS $ 22.05 10.65 Fringes 10.65 10.65 10.65 10.93 10.93 10.65 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles 26-45 radius miles Over 45 radius miles Free $ .70/hour $1.50/hour CARP0770-006 06/01/2006 Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending 166 the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes ACOUSTICAL WORKERS $ 30.50 CARPENTERS $ 30.34 APPLICATORS $ 30.34 CARPENTERS ON CREOSOTE MATERIAL $ 30.44 10.93 DIVERS TENDER $ 33.29 10.93 DIVERS $ 74.82 10.93 INSULATION APPLICATORS $ 30.34 10.93 MILLWRIGHT AND MACHINE ERECTORS $ 31.34 10.93 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 30.54 10.93 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS $ 30.47 10.93 BRIDGE, DOCK & WHARF CARPENTERS AND DRYWALL 10.93 10.93 10.93 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Auburn Renton Aberdeen-Hoquiam Ellensburg Centralia Chelan Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Zone Pay: 0 -25 radius miles 26-35 radius miles 36-45 radius miles 46-55 radius miles Over 55 radius miles Free $1.00/hour $1.15/hour $1.35/hour $1.55/hour Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ELEC0046-001 06/05/2006 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes Cable splicer $ 37.95 3%+13.21 Electrician $ 34.50 3%+13.21 ELEC0048-003 01/01/2007 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes Cable splicer $ 33.25 3%+$13.90 Electrician $ 33.00 3%+$13.90 ELEC0073-001 11/01/2006 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes Cable splicer $ 25.07 3%+12.03 Electrician $ 24.67 3%+12.03 ELEC0076-002 03/01/2007 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes Cable splicer $ 36.31 3%+13.19 Electrician $ 32.71 3%+13.19 ELEC0077-002 02/01/2007 Rates Fringes Line Construction: CABLE SPLICERS $ 42.09 3.875+10.60 GROUNDMEN $ 26.31 3.875%+8.60 LINE EQUIPMENT MEN $ 32.32 3.875%+8.70 168 LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN$ 37.58 POWDERMEN, JACKHAMMERMEN$ 28.19 TREE TRIMMER $ 22.65 3.875%+10.60 3.875%+8.60 3.875%+8.35 ELEC0112-005 06/04/2007 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes Cable splicer $ 33.50 3%+13.33 Electrician $ 31.90 3%+13.33 ELEC0191-003 09/01/2006 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes Cable splicer $ 34.55 3%+11.97 Electrician $ 31.41 3%+11.97 ELEC0191-004 09/01/2006 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes Cable splicer $ 30.15 3%+11.92 Electrician $ 27.41 3%+11.92 ELEC0970-001 06/01/2007 COWLITZ AND WAHKIAKUM COUNTIES Rates Fringes Cable splicer $ 32.67 3%+11.00 Electrician $ 29.70 3%+11.11 ENGI0302-003 06/01/2007 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) Zone 1 (0-25 radius miles): Rates Fringes Power equipment operators: Group 1A $ 33.21 12.75 Group IAA $ 33.78 12.75 Group lAAA $ 34.34 12.75 Group 1 $ 32.66 12.75 Group 2 $ 32.17 12.75 Group 3 $ 31.75 12.75 Group 4 $ 29.39 12.75 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operator - Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power); Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders -overhead under 6 yards; Loaders -plant 170 feed; Locomotives -all; Mechanics -all; Mixers -asphalt plant; Motor patrol graders -finishing; Piledriver (other than crane mount); Roto -mill, roto -grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off-road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine -shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps -concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrapers -concrete and carry -all; Service engineer -equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish machine -laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator Category B Projects: 95% of the basic hourly rate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. ENGI0302-009 06/01/2006 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS LTT T9l/lf 11C1ansJ t, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA,SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 95% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. WORK PERFORMED ON HYDRAULIC DREDDGES: Zone 1 (0-25 radius miles): Rates Fringes Power equipment operators: GROUP 1 TOTAL PROJECT COST $300,000 AND OVER $ 30.01 11.50 TOTAL PROJECT COST UNDER $300,000 $ 26.96 8.40 GROUP 2 TOTAL PROJECT COST $300,000 AND OVER $ 30.14 11.50 TOTAL PROJECT COST UNDER $300,000 $ 27.06 8.40 GROUP 3 TOTAL PROJECT COST $300,000 AND OVER $ 30.52 11.50 TOTAL PROJECT COST UNDER $300,000 $ 27.38 8.40 GROUP 4 TOTAL PROJECT COST $300,000 AND OVER $ 30.57 11.50 TOTAL PROJECT COST UNDER $300,000 $ 27.43 8.40 GROUP 5 TOATL PROJECT COST 172 $300,000 AND OVER $ 32.14 11.50 TOTAL PROJECT COST UNDER $300,000 $ 28.75 8.40 GROUP 6 TOTAL PROJECT COST $300,000 AND OVER $ 30.01 11.50 TOTAL PROJECT COST UNDER $300,000 $ 26.96 8.40 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS: GROUP 1: Assistant Mate (Deckhand GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance Category B Projects: 95% of the basic hourly rate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. Heavy Wage rates (Category A) Applies to clam shell dredge, hoe and dipper, shovels and shovel attachments, cranes and bulldozers. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class H-3 Class H-4 Class IICII 11311 HAn Suit - Base wage rate plus $ .25 per hour. Suit - Base wage rate plus $ .50 per hour. Suit - Base wage rate plus $ .75 per hour. ENGI0370-002 06/01/2007 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Power equipment operators: Rates Fringes 174 GROUP 1A $ 22.69 9.02 GROUP 1 $ 23.24 9.02 GROUP 2 $ 23.56 9.02 GROUP 3 $ 24.17 9.02 GROUP 4 $ 24.33 9.02 GROUP 5 $ 24.49 9.02 GROUP 6 $ 24.77 9.02 GROUP 7 $ 25.04 9.02 GROUP 8 $ 26.14 9.02 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman & Heater Tender; Grade Checker; Hydro -seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable -concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled); Railroad Power Tamper Operator (self-propelled); Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat; Boring Machine (earth); Boring Machine (rock L,Cn uiiucr o inch bit) (Quarry 110. Ler, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or pmDnnh. p”mp (i-rrr�nt r�r .t) . Cr�i l Ct-nhi l i vcr (p f. T. , ,h; t, 'yam �..., similar); Spreader Machine; Tractor (to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond)(operate drilling machine, drive or transport drill rig to and on job site and weld well casing); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R/T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re -screening); Vacuum Drill (reverse circulation drill under 8 inch bit) GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar)(operates drilling machine, drive or transport drill rig to and on job site and weld well casing); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar) GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); 176 Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments, Athey & Huber); Boom Cats (side); Cable Controller (dispatcher); Clamshell Operator (under 3 yds.); Compactor (self-propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Draglines (under 3 yds.); Drill Doctor; H.D. Mechanic; H.D. Welder; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber -tired; Screed Operator; Shovel(under 3 yds.); Tractors (D-6 & equilvalent & over); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front-end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL GROUP 8: Cranes (85 tons and over, and all climbing, overhead, rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .30 over scale Over 250 ft $ .60 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENGI0370-006 06/01/2006 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES WORK PERFORMED ON HYDRAULIC DREDGES Rates Fringes Hydraulic Dredge GROUP 1• $ 30.01 11.50 GROUP 2 $ 30.52 11.50 GROUP 3 $ 30.57 11.50 GROUP 4 $ 32.14 11.50 GROUP 5• $ 30.01 11.50 GROUP 6• $ 30.14 11.50 GROUP 7• $ 30.52 11,50 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump) GROUP 3: Engineer Welder GROUP 4: Leverman, Hydraulic GROUP 5: Maintenance GROUP 6: Oiler GROUP 7: Mates & Boatman HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. ENGI0612-001 06/01/2006 LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND THURSTON COUNTIES PROJECTS: CATEGORY A PROJECTS (excludes Category B projects, as shown below) Power equipment operators: WORK PERFORMED ON HYDRAULIC DREDGES: Total Project cost $300,000 and Rates Fringes 178 over GROUP 1 $ 30.01 11.50 GROUP 2 $ 30.14 11.50 GROUP 3 $ 30.52 11.50 GROUP 4 $ 30.57 11.50 GROUP 5 $ 32.14 11.50 GROUP 6 $ 30.01 11.50 WORK PERFORMED ON HYDRAULIC DREDGES: Total Project Cost under $300,000 GROUP 1 $ 26.96 8.40 GROUP 2 $ 27.06 8.40 GROUP 3 $ 27.38 8.40 GROUP 4 $ 27.43 8.40 GROUP 5 $ 28.75 8.40 GROUP 6 $ 26.96 8.40 ZONE 2 (26-45 radius miles) - Add $.70 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates BASEPOINTS: Tacoma, Olympia, and Centralia CATEGORY B PROJECTS - 95% of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects: Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000 WORK PERFORMED ON HYDRAULIC DREDGES: GROUP 1: Assistant Mate (Deckhand GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS HANDLING OF HAZARDOUS WASTE MATERIALS H-1 - When not outfitted with protective clothing of level D equipment - Base wage rate H-2 - Class "C" Suit - Base wage rate + $.25 per hour H-3 - Class "B" Suit - Base wage rate + $.50 per hour H-4 - Class "A" Suit - Base wage rate +$.75 per hour ENGI0612-002 06/01/2007 LEWIS, PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY, Zone 1 (0-25 radius miles): Rates Fringes Power L'VWe'lt eqUlplllellt operators: GROUP lA $ 33.21 12.75 GROUP 'AA $ 33.78 12.75 GROUP lAAA $ 34.34 12.75 GROUP 1 $ 32.66 12.75 GROUP 2 $ 32.17 12.75 GROUP 3 $ 31.75 12.75 GROUP 4 $ 29.39 12.75 Zone Differential (Add to Zone 1 rates): Zone 2 (26-45 radius miles) = $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes- 200 tons to 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders -overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane -overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - 180 self-propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane -Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer/deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto - grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine -shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D-9 and under; Forklift -3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists -(elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders -elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump -Concrete; Roller, plant mix or multi -lift materials; Saws -concrete; Scrapers, concrete and carry all; Service engineers -equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger -mechanical; Power plant; Pumps -water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class "C" Suit - Base wage rate plus $ .25 per hour. H-3 Class "B" Suit - Base wage rate plus $ .50 per hour. H-4 Class "A" Suit - Base wage rate plus $ .75 per hour. ENGI0701-002 01/01/9007 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUIv1 COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes Power equipment operators: (See Footnote A) GROUP 1 $ 32.15 11.00 GROUP lA $ 33.76 11.00 GROUP 1B $ 35.37 11.00 GROUP 2 $ 30.71 11.00 GROUP 3 $ 29.83 11.00 GROUP 4 $ 29.19 11.00 GROUP 5 $ 28.47 11.00 GROUP 6 $ 25.79 11.00 Zone Differential (add to Zone 1 rates): Zone 2 - $1.50 Zone 3 - 3.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or projects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the 182 identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and/or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and/or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator, tandem, quadnine, D10, D11, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and/or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (without luffing or tower attachment); TOWER/WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc. operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth -moving equipment; RUBBER -TIRED SCRAPERS: Rubber - tired scraper operator, with tandem scrapers, multi -engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Ciamsheii, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES -EXCAVATOR: Excavator over 130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (without luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES -EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self -loading, paddle wheel, auger type, finish and/or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screedman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi -engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom Operator; Cable -Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine); Hydro Axe (loader mounted or similar type); COMPACTORS SELF-PROPELLED: Compactor Operator, with blade; Compactor Operator, multi -engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K-17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, 184 Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; Diesel -Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller -Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges, Barge Operator, self - unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel -Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel-electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator/Mechanic; Vacuum Blasting Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator, single engine, single scraper; Self -loading, paddle wheel, auger type under 15 cu. yds.; Rubber -tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push- pull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationary Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR-RUBBERED TIRED: Tractor operator, rubber -tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber -tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto -Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type); Pavement Grinder and/or Grooving Machine Operator (riding type); Cement Pump Operator, Fii11Pr-Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing wahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and/or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churn Drill and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including 20,000 lbs.; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser); PIPELINE -SEWER WATER: Hydra hammer or similar types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi -Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self-propelled; Pulva-mixer or similar types; Chip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self-propelled construction job site; TRACTOR -RUBBER TIRED: Tractor operator, rubber -tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; 186 TUNNEL: Dinkey GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or Grooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A -frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding Operator, construction job site (excluding working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; Lull Hi -Lift Operator or Similar Type; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler -Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Rigger; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine operator, mechanical, self-propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator ENGI0701-003 01/01/2007 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES DREDGING: Rates Fringes Dredging: ZONE A ASSISTANT ENGINEER $ 33.58 10.80 ASSISTANT MATE $ 29.57 10.80 LEVERMAN, DIPPER, FLOATING CLAMSHELL $ 35.97 10.80 LEVERMAN, HYDRAULIC $ 35.97 10.80 TENDERMAN $ 32.49 10.80 ZONE B ASSISTANT ENGINEER $ 35.58 10.80 ASSISTANT MATE $ 31.57 10.80 LEVERMAN, DIPPER, FLOATING CLAMSHELL $ 37.97 10.80 LEVERMAN, HYDRAULIC $ 37.97 10.80 TENDERMAN $ 34.49 11.00 ZONE C ASSISTANT ENGINEER $ 36.58 10.80 ASSISTANT MATE $ 32.57 10.80 LEVERMAN, DIPPER, FLOATING CLAMSHELL $ 38.97 10.80 LEVERMAN, HYDRAULIC $ 38.97 10.80 TENDERMAN $ 35.49 10.80 ZC)NR T)RGrRTPTTnN PnR TIRP'T]C,TNa• ZONE A - All jobs or projects located within 30 road miles of Portland City Hail. ZONE B - Over 30-50 road miles from Portland City Hail. ZONE C - Over 50 road miles from Portland City Hall. *All jobs or projects shall be computed from the city hall by the shortest route to the geographical center of the project. IRON0014-005 07/01/2006 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes Ironworker $ 27.79 14.76 1R0N0029-002 07/01/2006 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes Ironworker $ 29.64 14.76 IRON0086-002 07/01/2006 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Ironworker $ 28.69 1RA Fringes 14.76 IRON0086-004 07/01/2006 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes Ironworker $ 31.49 14.76 LABO0001-002 06/01/2007 ZONE 1: Rates Fringes Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES GROUP 1 $ 20.25 8.26 GROUP 2 $ 22.81 8.26 GROUP 3 $ 28.04 8.26 GROUP 4 $ 28.55 8.26 GROUP 5 $ 29.00 8.26 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1 $ 16.58 8.26 GROUP 2 $ 19.00 8.26 GROUP 3 $ 20.80 8.26 GROUP 4 $ 21.30 8.26 GROUP 5 $ 21.67 8.26 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $ .70 ZONE 3 - $1.00 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWlVSELVD, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; 190 Toolroom Man (at job site); Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper -Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Mortarman and Hodcarrier; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller -Power; Raker -Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Powderman; Re-Timberman; Hazardous Waste Worker (Level A). LABO0238-004 06/01/2007 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 $ 19.71 7.45 GROUP 2 $ 21.81 7.45 GROUP 3 $ 22.08 7.45 GROUP 4 $ 22.35 7.45 GROUP 5 $ 22.63 7.45 GROUP 6 $ 24.00 7.45 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo-crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit"); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for 192 concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line); Miner Class "D", (to include raise and shaft miner, laser beam operator on raises and shafts) GROUP 6 - Powderman LABO0238-006 06/01/2007 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier $ 23.40 7.45 LABO0335-001 06/01/2007 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 $ 25.94 8.25 GROUP 2 $ 26.54 8.25 GROUP 3 $ 26.98 8.25 GROUP 4 $ 27.36 8.25 GROUP 5 $ 23.44 8.25 GROUP 6 $ 21.02 8.25 GROUP 7 $ 17.82 8.25 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles ZONE 2: More than 30 miles but respective city hall. ZONE 3: More than 40 miles but respective city hall. ZONE 4: More than 50 miles but respective city hall. ZONE 5: More than 80 miles fro LABORERS CLASSIFICATIONS of the respective city all. less than 40 miles from the less than 50 miles from the less than 80 miles from the m the respective city hall. GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Guard Rail, Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping 194 and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake -Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber -mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying) -applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive -Tunnel; Powderman-Tunnel; Shield Operator -Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LABO0335-010 06/01/2007 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Hod Carrier $ 27.96 8.25 PAIN0005-002 06/01/2006 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Painters: STRIPERS $ 24.48 Fringes 10.42 PAIN0005-004 07/01/2006 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Painter $ 19.46 6.82 PAIN0005-006 07/01/2006 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Painters: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting, Bridges, Towers, Tanks, Stacks, Steeples $ 20.84 6.88 Over 30'/Swing Stage Work$ 21.54 6.88 Brush, Roller, Striping, Steam -cleaning and Spray$ 15.09 5.68 Lead Abatement, Asbestos Abatement $ 20.84 6.88 TV Radio, Electrical Transmission Towers $ 21.59 6.88 Over 30'/Swing Stage Work$ 22.29 6.88 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. PAIN0055-002 04/01/2007 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: Brush & Roller $ 19.71 6.83 High work - All work 60 ft. or higher $ 20.46 6.83 Spray and Sandblasting $ 20.31 6.83 PAIN0055-007 06/01/2007 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER $ 28.27 8.27 PLAS0072-004 06/01/2006 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes Cement Mason ZONE 1• $ 23.68 7.78 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office PLAS0528-001 06/01/2007 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Cement Masons: CEMENT MASON $ 32.69 COMPOSITION, COLOR MASTIC, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE.$ 33.19 Fringes 11.89 11.89 PLAS0555-002 06/01/2007 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD $ 26.61 14.83 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD $ 26.10 14.83 CEMENT MASONS $ 25.59 14.83 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS$ 26.10 14.83 Zone niffPrential (Add To Zone 1 Rates). Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall PLUM0032-002 01/01/2007 CLALLAM, KING AND JEFFERSON COUNTIES Rates Plumbers and Pipefitters $ 38.08 Fringes 17.31 PLUM0032-003 01/01/2007 CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN (NORTH) COUNTIES Rates Fringes Plumbers and Pipefitters $ 25.88 14.19 PLUM0044-003 12/01/2006 ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN COUNTIES Rates Fringes Plumbers and Pipefitters ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN, PEND ORIELLE AND STEVENS AND SPOKANE COUNTIES $ 29.14 WHITMAN COUNTY $ 35.24 12.81 12.81 PLUM0082-001 01/01/2007 CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR, LEWIS, MASON (EXCLUDING NE SECTION), PACIFIC, PIERCE SKAMANIA, THURSTON AND WAHKIAKUM COUNTIES Rates Fringes Plumbers and Pipefitters $ 34.55 15.32 PLUM0265-003 01/01/2007 ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES Rates Fringes Plumbers and Pipefitters $ 34.55 15.32 PLUM0290-003 4/01/2007 CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND) Rates Fringes Plumbers and Pipefitters $ 34.99 18.23 PLUM0598-005 06/01/2006 ADAMS (SOUTHERN PART), ASOTIN (EXCLUDING THE CITY OF CLARKSTON), BENTON, COLUMBIA, DOUGLAS (EASTERN HALF), FERRY (WESTERN PART), FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT NORTHERN TIP), KLICKITAT, LINCOLN (WESTERN PART), OKANOGAN (EASTERN), WALLA WALLA AND YAKIMA COUNTIES Rates Fringes Plumber $ 33.69 17.96 PLUM0631-001 01/01/2007 MASON (NE SECTION), ASD KITSAP COLTNTIES Rates Fringes Plumbers and Pipefitte-rs All new construction, additions, and remodeling of commercial building projects such as: cocktail lounges and taverns, professional buildings, medical clinics, retail stores, hotels and motels, restaurants and fast food types, gasoline service stations, and car washes where the plumbing and mechanical cost of the project is less than $100,000 $ 26.65 11.18 All other work where the plumbing and mechanical cost of the project is $100,000 and over....... .$ 33.90 15.32 TEAM0037-002 11/01/2006 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Truck drivers: ZONE 1 GROUP 1 $ 23.05 GROUP 2 $ 23.17 200 11.00 11.00 GROUP 3 $ 23.30 11.00 GROUP 4 $ 23.56 11.00 GROUP 5 $ 23.78 11.00 GROUP 6 $ 23.94 11.00 GROUP 7 $ 24.14 11.00 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles respective city hall. ZONE 3: More than 40 miles respective city hall. ZONE 4: More than 50 miles respective city hall. but less than 40 miles from the but less than 50 miles from the but less than 80 miles from the ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lift truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and/or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi -trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver -Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trucks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self -Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic -Welder -Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt B rner D mp Trucks, gi e, end and botto dumps, including Semi -Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) TEAM0174-001 06/01/2006 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1• $ 27.62 11.98 GROUP 2 $ 27.06 11.98 GROUP 3 $ 24.66 11.98 GROUP 4 $ 20.41 11.98 GROUP 5 $ 27.40 11.98 ?n2 ZONE B (25-45 miles from center of listed cities*): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from center of listed cities*): Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM EVERETT SEATTLE TACOMA CENTRALIA SHELTON PORT ANGELES PORT TOWNSEND TRUCK DRIVERS CLASSIFICATIONS RAYMOND ANACORTES MT. VERNON ABERDEEN OLYMPIA BELLEVUE KENT BREMERTON GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four -Wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four -wheeled power tractor with trailer and similar top -loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi -trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber-tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying g respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self-contained breathing apparatus or a supplied air line. TEAM0760-002 08/31/2006 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: GROUP 1 $ 18.52 10.35 GROUP 2. $ 20.79 10.35 GROUP 3 $ 21.29 10.35 GROUP 4 $ 21.62 10.35 GROUP 5 $ 21.73 10.35 GROUP 6 $ 21.90 10.35 GROUP 7 $ 22.43 10.35 GROUP 8 $ 22.76 10.35 Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber -tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001-16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A -Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck -Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable operated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical splash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination 206 * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION PROPOSAL Proposal Cover Page Item Proposal Bid Sheets Bid Bond Form Non -Collusion Declaration Subcontractor's List Proposal Signature Page Bidder's Checklist PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima Marvin Gardens Subdivision Improvements City Project No. 2107 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. NOTE: Bidders shall bid all Schedules for this project to be responsive. 209 ITEM PROPOSAL BID SHEET City of Yakima • Marvin Gardens Subdivision Improvements City Project No. 2107 ITIdM NO. PROPOSAL ITEM (SCHEDULE A) Utilities PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN�,_, 1 LS ' ��.'"`fie/14 — _— 1-07.15 _ 2 MOBILIZATION 1 LS _,,,,, .(D0 ) ) 4 nCO __ __3 1-09.7 Y PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 9 C) rr,....,... �i(_5 . 1..10.5 4 ROADSIDE CLEANUP 1 FA $10.000.00 $10,000.00 2-01.5 • , 5 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 LSA} Vic(`? , (i 2-02.5 6 SHORING OR EXTRA EXCAVATION CLASS 5 2440 LF 1 F 2-09.5 _. MANHOLE 48 IN. DIAM. Type 1 6 EA 7") a . ; 4, __7 7-05.5 __ 8 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 720 TON 9 _ _ _ 10 7-08.5, 7-10.5 STRUCTURE EXCAVATION CLASS 8 INCL. HAUL 1880 CY 4 1, ., , ._ __ "I. 3 oc). �_ 2.1 G-7$ ,� 7-08.5 -- __ _ __ DUCTILE IRON PIPE FOR WATER MAIN 8 IN. DIAM. 675 LF 7-09.5 11 DUCTILE IRON PIPE FOR WATER MAIN 6 IN. DIAM. 540 LF 3 e 13 3b. Q 7-09.5 12 BLOWOFF ASSEMBLY 2 EA if I Q3 '- '0).2 17-09.5-C-- EA j6 ("t—e� -- Deo a •- - 13 GATE VALVE 8 IN. 1 7-12.5 14 GATE VALVE 6 IN. 2 EA _ L3 •', 7-12.5 1_ -„_•-.�..�;� FA —7317-SF:)-7" 3LI-SF • ., 15 HYDRANT ASSEMBLY 16 • 7-14.5 _ PVC SANITARY SEWER PIPE 8 IN, DIAM. 1222 LF.Q'"`'I =” -. arf- 21i(7(60_17- 7-17.5 17 PVC SANITARY SEWER PIPE 4 IN. DIAM. 956 LF 0 - 7.17.5 18 REMEDIATION EXCAVATION_ 1100 CY �...Vi.; I b 5002, - , 8-30.5 19 AIR SAMPLING ___ 6 EA _� j1� ` ., -... 39 0O ;"" t Td WdZS : V0 L00z LT 'daS • 210 - SOE9 9LS 60S: 'ON X:IJ ON 1 dS9r1 I ON3 HW I XUA JO Al 19 : WOdd ITEM NO. PROPOSAL ITEM (SCHEDULE A) Utilities PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 20 8.30.5 ilL00.'Cl'‘;:. FAr"03-0710. ROADWAY EXCAVATION INCL. HAUL —1 REPAIR OR REPLACEMENT. 8-31.5 2 CRUSHED SURFACING BASE COURSE SUB -TOTAL: STATE SALES TAX (8.2%): SCH. A: SUBTOTAL: ITEM NO. PROPOSAL ITEM (SCHEDULE 13) Street PAYMENT SECTION QTY 560 UNIT CY UNIT PRICE DOLLARS 10 S1°2 AMOUNT DOLLARS ilL00.'Cl'‘;:. 1 ROADWAY EXCAVATION INCL. HAUL 2.03.5 2 CRUSHED SURFACING BASE COURSE 898 TON ,.. Zit 4.-':' eA 55 /3.' 4. ( OCA 7-1 4-04.5 3 HMA CL. 'A:, PG 64-28 280 TON 7552 . 5-04.5 4 SURFACE REPAIR 645 SY .-.-... -.0 5.04.5 iii t o :42 _5 SOLID WALL PVC STORM SEWER PIPE 12" DIAM. 126 LF LF 17 3o,- 7-04.5 47 6 SOLID WALL PVC STORM SEWER PIPE 18" DIAM. 7-04.5 7 CATCH BASIN TYPE 1 8 EA tom e a t If 8 7.05.5 .,, DRAINAGE INFILTRATION/RETENTION BASIN 1 LS 7-05.5 420 CY ;e I , 9 STRUCTURE EXCAVATION CLASS 5 INCL. HAUL 2112,(7L 7-08.5 10 SHORING OR EXTRA EXCAVATION CLASS 8 750 LE LL- 75o,°2 11 7-08.5 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 65 TON 15 . 775,- 7-08.5 12 _.gEygra CONC. TRAFFIC CURB ANO GUTTER 180 LF 22 38 , , #* 8-04.5 13 MOUNTABLE CEMENT CONC TRAFFIC CURS 1005 LF 2.3 :°- Bif5r 1.,J— ..........m.rommel ,.....-...: 8-04.5 14 MONUMENT CASE AND COVER 4 EA ,,- 8-13.5 15 CEMENT CONC. SIDEWALK, 4" THICK 100 SY 51.f. , 5400 , 9.12 8-14.5 Etd WcIES370 LOW LT 'daS -211 - S029 92.G 60S: 'ON XUJ 9N18331110N3 UWIXUA JO M10: WO&J ITEM NO. PROPOSAL ITEM (SCHEDULE B) Street PAYMENT SECTION 16 CEMENT CONC, SIDEWALK, 6" THICK 8-14.5 17 ILLUMINATION SYSTEM UNIT PRICE AMOUNT QTY UNIT DOLLARS DOLLARS 560 SY 8-20.5 LS ((771-77-= SCH. B: SUBTOTAL: ITEM NO. Proposal Item (Schedule C) HATHAWAY WATER EXTENSION UNIT PRICE AMOUNT QTY UNIT DOLLARS DOLLARS 1 SURFACE REPAIR 430 SY la , 5-04.5 2 SHORING OR EXTRA EXCAVATION CLASS B 7-08.5 .r) .Yr-- • 3 CRUSHED SURFACING TOP COURSE (for Trench Backfl11) 425 TON 7-08.5 4 DUCTILE IRON PIPE FOR WATERMAIN 8 IN. DIA. 750 LF 510(4 _3100(15- 7-09.6 5 750 LF 'Me 1,•••••• 6 GATE VALVE 8 IN. 2 EA ji.07F 7-12.5 Tcl WES :PO 2.00F LT "daS - 212 - SUB -TOTAL Si'11:71r.. — STATE SALES TAX 8.2% L. SCH C: SUB -TOTAL 62...4:13(1 371 SCH. A + SCH. 13 +SCH C TOTAL BID 577 S029 94S 60S: 'ON Aid ONI693NION2 bWIALIJA JO WO&J BID BOND FORM Herewith find deposit in the form of a certified i3 $ 5( which amount is not le Sign Here Bila BOND tack, cashiers check, cash, o bid bon•;' in the amount of n fiv . per of the total b' KNOW ALL MEN BY THESE PRESENTS: That we, KRCI , LLC , as principal, and Insurance Company of the West , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Five Percent of Total Amount Biebolfars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents_ The condition of this obligation is such that if the Obligee shall make any award to the Principal for Marvin Gardens Subdivision Improvement, ff2107 , according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and anter 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 19th DA September 20 07 KRCI, LLC 44: �wL' 1 :>1, ►N�.. Insurance Company of the West ncip , I4i C Surely Theresa A. Lamb, Attorney -in -Fact 20 Received return of deposit in the sum of $ 215 No. 0004276 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West, a Corporation duly organized under the laws of the State of Califomia, Explorer Insurance Company, a Corporation duly organized under the laws of the State of California, and Independence Casualty and Surety Company, a Corporation duly organized under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint STEVEN K. BUSH, M.J. COTTON, S.M. SCOTT, NANCY J. OSBORNE, DARLENE JAKIELSKI JULIE M. GLOVER, JIM W. DOYLE, MICHAEL A. MURPHY, JIM S. KUICH, CHAD M. EPPLE BRANDON K. BUSH, ANDY D. PRILL, THERESA A. LAMB, STEVEN M. WAGNER their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. In witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 1st day of November, 2005 Jeffrey D Sweeney, Assistant Secretary State of California County of San Diego On June 5, 2006 before me, Mary Cobb, Notary Public, personally appeared John L. Hannum and Jeffrey D Sweeney, personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument. } ss. INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY John L. Hannum, Executive Vice President l 1 M1 iY COBB COMM. *1602390 NOTARY PUSIX-CMAIRNIA SAN owso COUNTY o MSF Commission Expires SEPTEMBER 20: 2002 Witness my hand and official seal. Mary Cobb, Notary Public RESOLUTIONS This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED. That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are hereby authorized to execute Powers of Attorney appointing the person(s) named as Attorney(s)-in-Fact to date, execute, sign, seal, :and aeiiver on behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents. RESOLVED FURTHER. That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and current status of the appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying." CERTIFICATE I, the undersigned, Assistant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies and are now in full force IN WITNESS WHEREOF, I have set my hand this C� day of Jeffrey D Sweeney, Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s) and ,.:tails of th•, bond to which the power is attached. For information or filing claims, please contact Surety Claims, ICW Group, 11455 El Camino Real, San Diego, CA 92130-2.0415 or call (ZS3) 350-2400. 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 (USOOT) 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. 217 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." 219 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Item Numbers 12.l t4 ;Y Subcontractor Name Item Numbers ( 7 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor: ( ) Prime Contractor Name kg CI.(, L_(. Item Numbers All i-tziAlc Aot r;,� I ck c1,10v 221 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Item Numbers 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: ( ) Prime Contractor Name Item Numbers 221 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. 223 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. (�J ADOPTED BY THE CITY COUNCIL this. Fi day of 1983. L t fl OrC h AmAt Mayor ATTEST: City Clerk 225 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 such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. 227 g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In 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. 228 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: LL (BIDDER) certifies that: 1. It intends to use the following listed construction trades in the work under the contract r (1 U , 1kr��`��x+,v�s�4� and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) 229 SUBCONTRACTORS CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in Yakima, Washington, subject to these Bid Condition, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) 231 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 wilt 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 233 requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 234 PROPOSAL CITY OF YAKIMA Marvin Gardens Subdivision Improvements City Project No. 2107 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 CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE CITY OF YAKIMA PROPOSAL BOND DOLLARS IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) 50c1 5 z PHONE NUMBER SIG OFTHORIZED OFFICIAL(s) FIRM NAME I; GI 1'0 iva,vil kv (ADRESS) .X»c AZO cak (-1 6-2,01 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER i{ U (- L* qui 3 Di Note: FEDERAL ID No. 151(01115«11 E(17IDl (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. 235 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. PROPOSAL SIGNATURE SHEET To be filled in and signed by the bidder. C. BOND ACCOMPANYING BID This bid 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. D. SUBCONTRACTOR LIST The form must be filled in. 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 of the Standard Specifications and Special Provisions. 237 PLANS & DETAILS 06/22/07 CITY OF YAKIMA PUBLIC WATERLINE GENERAL NOTES 1. All public waterline pipe shall be Class 52 ductile iron. Ductile iron pipe shall be cement - mortar lined and shall conform to ANSI A-21.11 and shall be U.S. Tyton joint pipe or approved equal. Rubber ring gaskets shall conform to ANSI A-21.11. All Cast Iron fittings and flanged Ductile Iron fittings shall be Class 250 and all Ductile Iron mechanical joint fittings shall be class 350 conforming to ANSI/AWWA C110/A-21.10 and ANSI/AWWA C153 A-21.53. Mortar lining shall be same thickness as for pipe. 2. No public water valves shall be opened or closed (operated) by anyone but the City of Yakima Water/Irrigation Division staff. 3. All public waterlines shall have a minimum of 4.5 feet of cover. 4. All mechanical joints shall be restrained with Romac GripRing restraint system. In addition, all tees, bends and ends of waterlines shall be blocked with poured in place concrete thrust blocks in accordance with the City of Yakima specifications unless alternate restraint systems have been previously approved. All fittings in contact with concrete shall be wrapped in plastic. 5. Direct -buried line valves of 12" size and larger shall be butterfly valves. All smaller, direct - buried line valves shall be resilient wedge gate valves. All valves shall be designed to AWWA specifications and shall have a standard 2" square -operating nut unless otherwise shown on plans. All valves shall be designed for at least 150 psi working pressure and shall open counter clockwise. 6. All waterline facilities shall be thoroughly flushed, pressure tested and chlorinated and a potable water test (Bac t) shall be approved by the City of Yakima prior to any connection to existing water system. Flushing of chlorinated water into storm drain system is not allowed unless de -chlorinated. 7. All waterline, fittings and valves used for fmal waterline connections to the existing water system shall be swabbed with 300ppm chlorinated solution. 8. Contractor shall notify all affected water customers 24 hours prior to any water system shutdown for final waterline connections. Coordinate with City of Yakima Water/Irrigation Division. 9. The City of Yakima Water/Irrigation Division shall make all water main taps unless previously approved by City of Yakima. 10. The City of Yakima Water/Irrigation Division shall install all water services unless previously approved by City of Yakima. 11. All existing valves left in place on abandoned waterlines shall have an MJ plug or blind flange installed, be buried in the closed position, the valve box removed and road surface repaired. VALVE BOX 5" STORZ COUPLING PAVEMENT 2.5' SEE NOTE 3 iA GROUND LINE 6" RESILENT SEAT GATE VALVE SEE NOTE 1 SEE NOTE 1 I3' MIN. CLEARANCE FROM OBSTRUCTIONS SI, O El1lwO� j 6" CLASS 152 D.I.P. • aA+J/. .,,,, ••• J'. /, v f • �c.•n •III SEE NOTE 1 SPECIFIED HYDRANT DRAIN HOLE in SHALL NOT BE COVERED CONCRETE THRUST BLOCK' SEE NOTE 2 b 0 12"x12"x6" CONC. BLOCK UNDISTURBED EARTH 0.25 C.Y. GRAVEL DRAIN 1 1/2" ROUND WASHED ROCK syzxaz UNDISTURBED EARTH 2 . • v NOTES 1. ROMAC "GRIP RING" MECHANICAL JOINT ACCESSORY KITS SHALL BE USED ON ALL MECHANICAL JOINT CONNECTIONS FROM TEE TO HYDRANT. 2. MINIMUM HYDRANT DEPTH IS 5 FEET. THIS DISTANCE MAY INCREASE WHEN HYDRANTS ARE INSTALLED ON DISTRIBUTION MAIN SIZES LARGER THAN 6 INCHES IN DIAMETER. 3. CONNECTION TO WATER MAIN CAN ALSO BE MADE WITH TAPPING VALVE AND SLEEVE. (NOT SHOWN) HYDRANT ASSEMBLY City of Yakima — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA - STANDARD DETAIL HYDRANT ASSEMBLY W1 CAST IRON LID FINISHED GRADE GATE OR BUTTERFLY VALVE (GATE VALVE SHOWN) UPPER SECTION SLIDING TYPE C.I. VALVE BOX (RICH MODEL 940—B, 18 INCHES HIGH) LOWER SECTION (RICH MODEL R-36, 36 INCHES HIGH) NOTES 1. PROVIDE EXTENSION PIECE WHERE REQUIRED FOR VALVE BOX. (RICH MODEL 044, 12 INCHES HIGH) 2. VALVE SIZE AND ENDS AS SPECIFIED OR INDICATED ON THE PLANS. WATER VALVE BOX City of Yakima — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA - STANDARD DETAIL WATER VALVE BOX W2 SEE DETAIL R24 FOR TRENCH PATCHING t CO -.4. MIN PIPE COVER �� EXCAVATION LIMIT .► x 18" OVER 18" 12" 24" I.D. UP TO 12" 24" I.D. • >/ a. to Z os?, • v8 UNDISTURBED EARTH NOTES COMPACTED BACK FILL BEDDING MATERIAL SHALL MEET THE REQUIREMENTS OF CLASS 'C' PER SECTION 9-03.18 UNLESS THE ENGINEER DETERMINES THAT CONDITIONS REQUIRE ANOTHER CLASS. 1. ACTUAL SLOPE OF TRENCH SIDES TO BE DETERMINED BY THE CONTRACTOR TO FIT THE METHOD OF CONSTRUCTION AND ALL SAFETY REQUIREMENTS. 2. MECHANICAL COMPACTION SHALL BE REQUIRED FOR ALL TRENCHES. TYPICAL TRENCH SECTION City of Yakima — Engineering Division APPROVED: 4-18-02 CITY OF YAKIMA - STANDARD DETAIL TYPICAL TRENCH SECTION W3 In a V g ®--a-- VALVE & VALVE BOX 1n 11 V 11' r 5' lr. VALVE & VALVE BOX 8 .... . TEE or CROSS Mil-- VALVE & VALVE BOX 2.5' 1 VARIES I t 1 CONCRETE CURB & GUTTER R/W HYDRANT VALVE & VALVE BOX LOCATE HYDRANT PER PLANS. NOTE 1. INFORMATION AS TO TYPE OF FITTINGS, PIPE ETC... HAVE BEEN PURPOSELY REMOVED TO CLARIFY THE LOCATION OF WATER RELATED STRUCTURES. SEE INDIVIDUAL DETAILS FOR ADDITIONAL INFORMATION. w4 TYPICAL INTERSECTION LAYOUT City of Yakima — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA - STANDARD DETAIL TYPICAL INTERSECTION LAYOUT W4 2" DOUBLE STRAP SERVICE SADDLE 2" SCH. 80 PVC & FITTINGS CONCRETE BLOCKING ° '(SEE PLUG DETAIL) COMPLETE VALVE BOX TO BE SUPPLIED AND INSTALLED BY CONTRACTOR. PLAN VIEW UPPER SECTION OF VALVE BOX (RICH MODEL 940—B) zwl /( 4"m in. — 12' max. VENTED PVC PLUG 2" x 6" BRASS MIP NIPPLE 2" DOUBLE STRAP1 SERVICE SADDLE 2" SCH. 80 PVC (PE x MIP) LENGTH AS REQ'D 2" CURB VALVE WITH STOP/WASTE 1 (FIP x PJ) ' 1111 ObP 0.25 CY DRAIN ROCK -.. LENGTH VARIES ELEVATION VIEW 2" FIP ADAPTER 45' BEND 2" SCH. 80 PVC 45' BEND APPROVED: 6-28-07 CITY OF YAKIMA - STANDARD DETAIL TYPICAL BLOW OFF ASSEMBLY W5 TEES SIDE VIEW (TYPICAL ALL BLOCKING) •)%'� PLUG (USE MECH. CAP FOR SLIP JOINT PIPE. NOTES 1. FORM CONCRETE TO ALLOW REMOVAL OF BOLTS. 2. ALL FITTINGS AND/OR PIPE MAKING DIRECT CONTACT WITH CONCRETE SHALL BE WRAPPED WITH 4 MIL POLYETHYLENE SHEETING PRIOR TO PLACEMENT SQUARE STEEL PLATE OF CONCRETE. 1/4" THICK •lam 3. (0) IS NOMINAL PIPE DIAMETER. THE TABLE OF END AREAS IS BASED ON AN ALLOWABLE SOIL BEARING PRESSURE OF 1500 psf. THE ENGINEER SHALL DETERMINE THE REQUIRED END AREAS. PLUGS & CAPS 4. ALL CONCRETE IS TO BE CLASS "B" CONCRETE AND IS TO BE POURED IN PLACE. MINIMUM END AREAS PIPE SIZE (0) TEES & PLUGS 45' BENDS 22 1/2' BENDS 6" 5.1 sq. ft. 3.9 sq. ft. 2.0 sq. ft. 8" 8.8 sq. ft. 6.7 sq. ft. 3.4 sq. ft. 10" 14.3 sq. ft. 11.0 sq. ft. 5.6 sq. ft. 12" 20.4 sq. ft. 15.7 sq. ft. 7.9 sq. ft. 14" 27.7 sq. ft. 21.2 sq. ft. 10.7 sq. ft. 16" 35.8 sq. ft. 27.5 sq. ft. 13.9 sq. ft. TYPICAL CONCRETE BLOCKING ity of Yakima — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA - STANDARD DETAIL TYPICAL CONCRETE BLOCKING W6 CITY OF YAKIMA STANDARD METER COVER & RING FURNISHED BY THE CITY AT CONTRACTORS EXPENSE ANGLE METER ADAPTER FINISHED GROUND 36" x 18" DIA. WHITE 80 PIP RISER 1 ANGLE BALL VALVE ALL BACKFILL MATERIALS SHALL BE COMPACTED PRIOR TO SETTING THE METER TILE 2"x8"x16" PATIO BLOCK (TYP) 16 GAUGE INSULATED SOLID COPPER TRACING WIRE STRAPPED TO CROSS LINKED POLYETHYLENE & CONNECT TO CORP. COCK IIMEND WHEN USING CROSS LINKED POLYETHYLENE, ATTACH PIPE TO 5' METAL POST W/ NYLON ZIP—TIES. NOTES 1. USE CROSS LINKED POLYETHYLENE OR TYPE K COPPER 1 1/2" THICK EXTRUDED POLYSTYRENE INSULATION �— BQARD IN/ HOLE TO READ METER DIELECTRIC COUPLING REQUIRED WHEN USING METALLIC PIPE 1! I!I!I 5' OUT LEG REQUIRED W/ FITTING z in 2. WHEN USING CROSS LINKED POLYETHYLENE A BENDING SUPPORT MUST BE USED AT ALL 90' BENDS 3. WHEN USING CROSS LINKED POLYETHYLENE AN INTERNAL TUBING STIFFENER MUST BE USED ON ALL FITTINGS 4. ALL BENDS TO BE MADE WITH COPPER TUBING BENDER W14 5/8", 3/4" & 1" METER INSTALLATION City of Yakima — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA • STANDARD DETAIL 5/8", 3/4" & 1" METER INSTALL W14 SYMMETRICAL ABOUT CENTERLINE OF WATER MAIN ARALLEL WATER/SEWER SEPARATION ity of Yakima — Engineering Division PI; APPROVED: 7.9.99 CITY OF YAKIMA - STANDARD DETAIL WATER/SEWER SEPARATION W16 A PLACE MANHOLE OPENING OVER OUTLET PIPE A SAND COLLAR IN CAST IN PLACE BASE PLAN VIEW 24" OPENING F 0 4 CAST IN PLACE ••M y,.. BASE — CL 4000 %r"//////////0®//%� CONCRETE - 6 SECTION A -A .EI. M INN MINI TO IIIIIIIr# i0 M 1 048 STANDARD 0. o� 1�1111110:1111110 SLOPE SLOPE IR 0 /®//®/.�////®/A SECTION B -B SANITARY SEWER MANHOLE DETAIL City of Yakima — Engineering Division CAST—IRON FRAME & COVER PER SPECIFICATIONS ADJUSTMENT SECTION GROUTED OR DRY PACKED SMOOTH INSIDE BARREL PRECAST ECCENTRIC CONE SECTION STEPS PRECAST SECTION PRECAST SECTION BASE 0.10' DROP IN CHANNELS ACROSS MANHOLE APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL SEWER MANHOLE S1 SAND COLLAR IN CAST IN PLACE BASE CAST IN PLACE BASE CL 4000 CONCRETE (0 24" PLACE MANHOLE OPENING OVER OUTLET PIPE 12" TYP z< — d io j.-,.-- 6" 48" FLAT TOP SLAB DRY PACK ALL JOINTS AND VOIDS 48" % 7- MAX. PIPE SIZE 21" • 4 . 4 • • . 4 • • 6" MIN. PRECAST BASE SANITARY SEWER SHALLOW MANHOLE City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL SHALLOW MANHOLE S2 CLASS 3000 CEMENT CONCRETE FULL DEPTH OF SECTION LESS 1 1 /2" 1 1/2" CLASS "G" ASPHALT ASPHALT PAVEMENT SUBGRADE >, SUBGRADE BASE DRY PACK ALL JOINTS AND VOIDS SMOOTH INSIDE BARREL s3 MANHOLE ADJUSTMENT DETAIL City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL MANHOLE ADJUSTMENT S3 • SEE DETAIL R24 FOR TRENCH PATCHING SUITABLE EARTH FOUNDATION (SEE NOTE) NATIVE MATERIAL SHALL BE USED FOR BACKFILL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. CRUSHED SURFACING TOP COURSE SHALL BE USED FOR BEDDING MATERIAL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. UNSUITABLE FOUNDATION MATERIAL SHALL BE REPLACED WITH GRAVEL BACKFILL FOR FOUNDATIONS CLASS B. TYPICAL TRENCH SECTION City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL TYPICAL TRENCH DETAIL 54 .> EXCAVATION PAYMENT LINE FOR PIPES 15 INCHES AND UNDER I.D. + 30 INCHES • v y SUITABLE EARTH FOUNDATION (SEE NOTE) NATIVE MATERIAL SHALL BE USED FOR BACKFILL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. CRUSHED SURFACING TOP COURSE SHALL BE USED FOR BEDDING MATERIAL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. UNSUITABLE FOUNDATION MATERIAL SHALL BE REPLACED WITH GRAVEL BACKFILL FOR FOUNDATIONS CLASS B. TYPICAL TRENCH SECTION City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL TYPICAL TRENCH DETAIL 54 b to 18" MAX. 4" MIN. 12" (TYP.) 48", 54" OR 80" STEPS OR LADDER -( MANHOLE RING AND COVER CIRCULAR ADJUSTMENT SECTION (TYP.) ECCENTRIC CONE SECTION L% — PRECAST RISER SECTIONS MORTAR FILLET \ y "0" RING GRAVEL BACKFILL FOR PIPE ZONE BEDDING 8" _ 24:1 SLOPE Yak CHANNEL AND SHELF REINFORCING STEEL (TYP.) GRAVEL BACKFILL FOR PIPE ZONE BEDDING SEPARATE BASE CAST -IN-PLACE 12" SEPARATE BASE PRECAST INTEGRAL BASE PRECAST WITH RISER NOTE Knockouts shall have a wall thickness of 2" minimum to 2.5" maximum. MANHOLE DIMENSION TABLE DIAM. WALL THICKNESS BASE THICKNESSSIZEBETWEEN MAXIMUM KNOCKOUT MINIMUM DISTANCE KNOCKOUTS BASE REINFORCING STEEL int/R IN EACH DIRECTION SEPARATE BASE INTEGRAL BASE 48" 4" 6" 38" 8" 0.23 0.15 54" 4.5" 8" 42" 8" 0.19 0.19 60" 5" 8" 48" 8" 0.25 0.25 EXPIRES JULY I, 2007 MANHOLE TYPE 1 STANDARD PLAN B-15.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 06-01-06 MAG IN ANId 140l.1E0.[..M.NOOCOMEMM INIMVIAMCpMMA1E atl.C.Y1100 Mew -1101 1.0.. GIRYNIOT 0.11. of Y..Y v.1nn.l v1INT ..we"o r nw "o0Y..Y..n,A"m STATE DESIGN ENGINEER DATE Allan W,.hhglon &or. D.pwfm.. of TmlupmaNen 1 1/2" CLASS "G" ASPHALT CLASS 3000 CEMENT CONCRETE 12" 2'-0" FIBER JOINT PACKING CAST IRON FRAME & COVER SEE FRAME & COVER SPECIFICATION SEWER MAIN CLEAN OUT GRADE PAYMENT SUBGRADE 45. 1/8 BEND -11 BEDDING MATERIAL 8" SEWER CLEAN OUT City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL 8" SEWER CLEAN OUT S5 SIDE SEWER SANITARY SEWER MAIN TEE—WYE (STD) w z 18" #4 REBAR BURIED 6"-12" BELOW FINISH 01 GRADE TIED IN MARKER TAPE 0 PLAN DETECTABLE MARKER TAPE /47 PER STD. SPECS SIDE SEWER WYE (AS REQUIRED) NOTES 1. TEES OR WYES SHALL BE INSTALLED IN NEW SANITARY SEWER MAINS. WHEN INSTALLING SIDE SEWERS IN EXISTING MAINS, CONNECTION SHALL BE MADE- BY MACHINE MADE TAP AND APPROVED SADDLE. 2. WHERE DEPTH IS INSUFFICIENT TO ALLOW CONNECTION AS SHOWN, CONNECT SERVICE AS DIRECTED BY ENGINEER. 3. ALL SIDE SEWER MATERIALS SHALL BE PVC SEWER PIPE CONFORMING TO THE REQUIREMENTS OF SEC110N 7-18.2 OF THE STD. SPECS. 4. TERMINATE SIDE SEWER AT R/W UNE UNLESS OTHERWISE DIRECTED BY THE ENGINEER OR OTHERWISE ON PLANS. 5. MINIMUM SLOPES ARE AS FOLLOWS: 4" DIA. PIPE = 0.02 ft/ft 6" DIA. PIPE = 0.01 ft/ft 6. BACKFILL WITHIN THE RIGHT OF WAY SHALL BE CRUSHED SURFACING TOP COURSE FULL DEPTH AS DIRECTED BY THE ENGINEER. 9• - / OBSTRUCTION IN THIS AREA I MIN SLOPE — SEE NOTE, 22 1/2' OR 45' BENDS AS REQUIRED PLACE 12" ABOVE ENTIRE LENGTH OF SIDE SEWER MIN SLOPE — SEE NOTE,. PLUG OR CAP AS REQUIRED SECTION A -A TEE—WYE TEE—WYE CONNECTION AT OBSTRUCTION SIDE SEWER CONNECTION DETAIL City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL SIDE SEWER DETAIL S9 EXPIRES JULY I, 2007 I 48", 54", 80", 72", 84* OR 98" MORTAR FILLET - "0" RING 12" STEPS OR LADDER SEPARATE BASE CAST -IN-PLACE SEPARATE BASE PRECAST to Y CATCH BASIN FRAME AND VANED GRATE OR MANHOLE RING AND COVER HANDHOLD RECTANGULAR ADJUSTMENT SECTION OR CIRCULAR ADJUSTMENT SECTION :�— FLAT SLAB TOP MORTAR (TYP.) 12" REINFORCING STEEL (TYP.) GRAVEL BACKFILL FOR PIPE ZONE BEDDING INTEGRAL BASE PRECAST WITH RISER GRAVEL BACKFILL FOR PIPE ZONE BEDDING NOTES 1. No steps are required when height is 4' or less. 2. The bottom of the precast catch basin may be sloped to facilitate cleaning. 3. The rectangular frame and grate may be installed with the flange up or down. The frame may be cast into the adjustment section. 4. Knockouts shall have a wall thickness of 2" minimum to 2.5" maximum. Provide a 1.5" minimum gap between the knockout wall and the outside of the pipe. After the pipe is installed, fill the gap with joint mortar in accordance with Standard Specification 9-04.3. CATCH BASIN DIMENSIONS CATCH BASIN DIAMETER WALL THICKNESS BASE THICKNESS MAXIMUM KN SC17K�0UT MINIMUM DISTANCE BETWEEN KNOCKOUTS BASE REINFORCING STEEL in2/ft IN EACH DIRECTION SEPARATE BASE INTEGRAL BASE 48" 4" 6" 36" 8" 0.23 0.15 54" 4.5" 8" 42" 8" 0.19 0.19 60" 5" 8" 48" 8" 0.25 0.25 72" 6" 8" 60" 12" 0.35 0.24 84" 8" 12" 72" 12" 0.39 0.29 96" 8" 12" 84" 12" 0.39 0.29 PIPE ALLOWANCES CATCH BASIN DIAMETER PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER CONCRETE ALL METAL CPSSP 0 WALL PVC® PROFILESOLID WALL PVC® 48" 24" 30" 24" 27" 30" 54" 30" 36" 30" 27' 36" 60" 38" 42" 38" 36" 42" 72" 42" 54" 42" 36" 48" se 54" 60" 54" 36" 48" 96" 60" 72" 60" 36" 48" 0 Corrugated Polyethylene Stonn Sewer Pipe (Std. Spec. 9-05.20) 0 (Std. Spec. 9-05.12(1)) ® (Std. Spec. 9-05.12(2)) CATCH BASIN TYPE 2 STANDARD PLAN B-10.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 06-01-06 NOM 11.0.1.111.101,14.41.AVOY 11•01.1..11,114.0.17.14 01.441E MMI.iW". INIIN"YM MMONI"YOT11...MR, MP.' a �wuTrr. rw rt.10A n T TRuaMYA7NN .100.V rAeWW I= u STATE DEMON ENGINEER DATE W o hlnpmn Slots Doponm«n of Trwupor/"K on 111 FRAME AND VANED GRATE ONE #3 BAR HOOP FOR 6" HEIGHT TWO #3 BAR HOOPS FOR 12" HEIGHT RECTANGULAR ADJUSTMENT SECTION #3 BAR EACH CORNER ------ #3 BAR EACH SIDE #3 BAR EACH WAY PRECAST BASE SECTION PIPE ALLOWANCES 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 I EXPIRES JULY I. 2007 CATCH BASIN TYPE t_ STANDARD PLAN B-5.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 06-01-06 STATE DESIGN ENGINEER DATE Washington Stale D.p"rlm.nl of Tnwpo. o4on 6' GEOTEX11LE FABRIC 12" PERFORATED PIPE TYPICAL SECTION AT DRAIN TRENCH City of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA • STANDARD DETAIL SECTION AT DRAIN TRENCH D3 COVER CARRIAGE BOLT w/ WASHER 3/8" — 16NC HEX BOLT w/ WASHER SKID RESISTANT SURFACE JUNCTION BOX COVER S DIMENSIONS (INCHES) - , . BS. WTL DIMENSIONS (INCHES) B c TYPE I 25 1/4 14 1/4 3/4 30 , TYPE 2 31 1/8 18 1/4 3/4 50 JUNCTION:UNCT10NB0X DIMENSIONS (INCHES) WT.LBS E F G H K TYPE I 27 1/4 16 1/4 . 12 - 12 3/4 23 3/4 1/2 11 1/4 47 TYPE 2 33 1/8 20 12 16 3/8 29 3/8 1/2 11 1/4 56 NOTE 1. JUNCTION BOXES AND COVERS SHALL BE CONSTRUCTED OF POLYMER CONCRETE GRAY IN COLOR, REINFORCED BY A HEAVY—WEAVE FIBERGLASS COVERS SHALL BE RATED FOR A MINIMUM SURFACE LOAD OF 15,000 LBS, AND BOXES RATED FOR A MINIMUM OF 8,000 LBS OVER A 10" SQUARE AREA, MATERIAL COMPRESSIVE STRENGTH SHOULD BE NO LESS THAN 11,000 P.&I., COVERS SHALL HAVE A MIN. COEFFICIENT OF FRICTION OF 0.5 AND HAVE THE LOGO "TRAFFIC SIGNAL" ON IT BOXES SHALL BE SIMILAR TO "COMPOSOLITE" AS MANUFACTURED BY QUAZITE CORPORATION OR APPROVED EQUAL JUNCTION. ,BOX _DETAIL, City of Yakima — Engineering Division APPROVED: 9.20.99 CITY OF YAKIMA - STANDARD DETAIL JUNCTION BOX DETAIL Eli ‘• •s,• ..• • `• ••-•• • .• •• V •. • SUBGRADE BACKFILL AND CONDUIT BEDDING MATERIAL SHALL BE COMPACTED CRUSHED SURFACING TOP COURSE. 2* OR 3" SCHEDULE 40 CONDUIT(S) AS SHOWN ON PLANS CONDUIT TKNQIi SECTION City Of Yakima — Engineering Division APPROVED: 1.13.00 CITY OF YAKIMA - STANDARD DETAIL CONDUIT TRENCH SECTION., [14 PACIFICORP FL 411 POST -TOP LUMINAIRE 20! .FIBERGLASS, DIRECT -BURY, STREET UGHT POLE FP 121 MANUFACTURED BY PAaFICORP. / 140. 10 COPPER INSULATED WIRE - BLACK (INTERNAL) ALUMINUM COMPRESSION CONNECTOR NO, 6 SOUD TO NO. 4 ACSR NO. 14 SOUD TO NO, 8 SOLID X / / ./ / ACCESS HANDHOLE WITH COVER EARTH SHALL BE PILED UP APPROX 6" AND PACKED FIRMLY AROUND THE POST. swo FINISHED GRADE IMRE. ENTRANCE HOLE -ISOLATED ALUMINUM FEEDER ..00,7 -,CONDUCTORS (EXTERNAL WIRING. SEE FC 001 AND FC 209 NOM 1. THIS LIGHT WILL ONLY BE APPROVED FOR USE 014 ROADS WITHIN /HE DEVELOPMENT OR AT CUL-DE*SACS. STANDARD GALVANIZED STREET UGHTS SHALL BE USED IN ALL OTHER INSTANCES. FIBERGLASS RESIDENTIAL LIGHT City of Yakima - Engineering Division NO. 10 COPPER INSULATED WIRE - WHITE (INTERNAL) ALUMINUM COMPRESSION CONNECTOR Na 6 SOLID TO NO. 4 ACSR NO. 1:4 SOUD TO NO. 8 SOUD APPR0VEDi-0.2619- CITY OF YAKIMA - STANDARD DETAIL FIBERGLASS RESIDENTAIL LIGHT (0' I TOP 24" 4o, 7 OR 8 EQUAL SPACES DIRECTION OF FLOW J • _J .• J• .O J SECTION O J SLOT - SEE DETAIL AND NOTE 1 — -55/A 7. to SECTION O 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 13-30.10. 1 1/4" ISOMETRIC sly BOLT -DOWN SLOT DETAIL SEE NOTE 1 EXPIRES JULY I. 2007 RECTANGULAR VANED GRATE STANDARD PLAN B-30.30-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 06-01-06 STATE DESIGN ENGINEER DATE wwhlnpfon Shn* ugwnm.ro or T,,.gModoo