Loading...
HomeMy WebLinkAboutR-2010-077 Lincoln Avenue Grade Separation Artwork & Elevated Sidewalk Project Agreement with Belsaas & Smith Construction, Inc.G i TY c c.eieK - cR1crArAc, City of Yakima Engineering Division Lincoln Avenue Grade Separation Artwork & Elevated Sidewalk Project lk P - my Construction Contract Specifications & Bid Documents City Project Number 1818 129 North Second Street Yakima, WA 98901 Phone (509) 575-6111 Fax (509) 576-6305 February 2016 DEPARTMENT OF UTILITES AND ENGINEERING Debbie Cook, PE, Director Engineering Division 129 North Second Street Yakima, Washington 98901 (509) 575-6111 0 Fax (509) 576-6305 ADDENDUM NO. 1 TO THE BID DOCUMENTS AND SPECIFICATIONS FOR THE CITY OF YAKIMA, WA For: Lincoln Avenue Grade Separation Artwork & Elevated Sidewalk Project City Project Number 1818 **CHANGED BID OPENING: Thursday, March 3rd 2016 - 3:30 p.m., City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Construction Contract Specifications and Bid Documents shall be modified as follows: ITEM 1. Change in Bid Opening Date: Note new bid opening date ** Thursday, March 3'd, 2016 - 3:30 p.m. - Yakima City Hall Council Chambers ** ITEM 2. Washington State Wage Rates., Replace the Washington State Wage Rates dated 2-3-2016 with those attached dated 3-3- 2016. Also replace the Benefit Code Key and the Supplemental to Wage Rates in the original specifications with those attached. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: --guJbiS 2-2`L-l(p Brett H Sheffiel , P E. Date Chief Engineer END OF ADDENDUM NO. 1 Addendum #1 — Lincoln Ave GS Art & Sidewalk Page 1 January 26, 2016 M M NM IIIIII I N IIIIIII M IIIIIII E I♦ I M N BID SUMMARY Lincoln Avenue Grade Separation Artwork & Elevated Sidewalk Project CITY PROJECT NO 1818 ENGINEERS ESTIMATE BELSAAS & SMITH CONSTRUCTION, INC. Ellensburg, WA KRCI, LLC Wenatchee, WA AWARD CONSTRUCTION INC. Ferndale, WA ITEM Bid Security 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS $500.00 $500.00 $800.00 $800.00 $100.00 $100.00 $1,200.00 $1,200.00 2 MOBILIZATION 1 LS $50,000.00 $50,000.00 $65,000.00 $65,000.00 $60,500.00 $60,500.00 $56,000.00 $56,000.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $14,000.00 $14,000.00 $16,000.00 $16,000.00 $18,000.00 $18,000.00 $25,000.00 $25,000.00 4 REMOVAL OF CEMENT CONC. SIDEWALK 10 SY $68.00 $680.00 $150.00 $1,500.00 $115.00 $1,150.00 $40.00 $400.00 5 REMOVAL OF CEMENT CONC. CURB 20 LF $15.00 $300.00 $38.00 $760.00 $60.00 $1,200.00 $15.00 $300.00 6 REMOVING MEDIAN BARRIER 750 LF $5.00 $3,750.00 $5.00 $3,750.00 $7.00 $5,250.00 $16.00 $12,000.00 7 CRUSHED SURFACING BASE COURSE 650 TON $25.00 $16,250.00 $45.00 $29,250.00 $32.00 $20,800.00 $33.50 $21,775.00 8 SINGLE SLOPE CONCRETE BARRIER 614 LF $100.00 $61,400.00 $109.00 $66,926.00 $116.00 $71,224.00 $96.50 $59,251.00 9 SINGLE SLOPE CONCRETE BARRIER TRANSISTION 2 EA $9,000.00 $18,000.00 $13,000.00 $26,000.00 $12,200.00 $24,400.00 $11,500.00 $23,000.00 10 STANDARD HAND RAIL PEDESTRIAN RAILING 714 LF $107.00 $76,398.00 $100.00 $71,400.00 $100.00 $71,400.00 $151.00 $107,814.00 11 CEMENT CONC. TRAFFIC CURB AND GUTTER 182 LF $35.00 $6,370.00 $47.00 $8,554.00 $40.00 $7,280.00 $38.00 $6,916.00 12 CEMENT CONCRETE SIDEWALK -4 INCH THICK 515 SY $50.00 $25,750.00 $50.00 $25,750.00 $50.00 $25,750.00 $65.00 $33,475.00 13 CEMENT CONC. CURB RAMP TYPE PARALLEL A 3 EA $1,200.00 $3,600.00 $1,000.00 $3,000.00 $1,200.00 $3,600.00 $1,950.00 $5,850.00 14 PAINT LINE 1720 LF $1.00 $1,720.00 $1.00 $1,720.00 $0.90 $1,548.00 $1.00 $1,720.00 15 PAINTED WIDE LANE LINE 860 LF $1.50 $1,290.00 $1.50 $1,290.00 $1.25 $1,075.00 $1.50 $1,290.00 16 PLASTIC BICYCLE LANE SYMBOL 3 EA $450.00 $1,350.00 $500.00 $1,500.00 $500.00 $1,500.00 $480.00 $1,440.00 17 REMOVING PAINT LINE 2580 LF $0.25 $645.00 $0.50 $1,290.00 $0.80 $2,064.00 $0.85 $2,193.00 18 ART STRUCTURES 1 LS $140,000.00 $140,000.00 $165,000.0 $165,000.00 $120,000.0 $120,000.00 $50,000.00 $50,000.00 19 ART GRAPHICS PANELS 1 LS $5,000.00 $5,000.00 $5,000.00 $5,000.00 $66,000.00 $66,000.00 $116,000.00 $116,000.00 20 ART GLASS PANELS 1 LS $60,000.00 $60,000.00 $62,000.00 $62,000.00 $77,000.00 $77,000.00 $113,000.00 $113,000.00 21 ART LIGHTING AND CONTROLS 1 LS $85,000.00 $85,000.00 $86,000.00 $86,000.00 $95,700.00 $95,700.00 $92,000.00 $92,000.00 22 BASE COVER PANEL 1 LS $5,000.00 $5,000.00 $4,000.00 $4,000.00 $13,500.00 $13,500.00 $7,000.00 $7,000.00 23 TOP CAP 1 LS $5,000.00 $5,000.00 $4,000.00 $4,000.00 $8,500.00 $8,500.00 $4,000.00 $4,000.00 24 BIRD DETERRENT 1 LS $3,000.00 $3,000.00 $4,000.00 $4,000.00 $3,000.00 $3,000.00 $3,500.00 $3,500.00 25 REPAIR OR REPLACEMENT 1 EST $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 TOTALS. $600,003.00 $669,490.00 $715,541.00 $760,124.00 ' CITY ENGINEERS REPORT y� CITY OF YAKIMA _v COMPETITIVE BIDS WERE OPENED ON MARCH 3RD, 2016. r �4++ ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. -r `.•' + Lincoln Avenue �'i !.9 Separation I RECOMMEND THE CONTRACT BE AWARDED TO. Grade Separation , (r' ,. .-��' l�<� Artwork & Elevated Sidewalk Project AWARD MADE BY CITY MANAGER 1 Beisaas & Smith Construction, Inc. �_1, � (P 09 V(ff 0 +`J +4�,* � -,5� -� CITY PROJECT NO 1818 3'C{ / / , /� DATE. March 3, 2016 R W FILE. Lincoln GS Ad and Elev Sidewalk Bid Summary.pub hh� k DATE CITY ENGINEER ice`° °�? ° DATE CI ' AGER SHEET 1 of 1 City of Yakima Lincoln Avenue Grade Separation Artwork & Elevated Sidewalk Project City Project No. 1818 February 2016 Lincoln Ave Grade Separation Art & EI. Sidewalk 1 Lincoln Ave Grade Separation Art & El. Sidewalk 2 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 pm on February 25, 2016 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Lincoln Avenue Grade Separation Artwork & Elevated Sidewalk Project City of Yakima Project No. 1818 This Contract provides for the improvement of Lincoln Avenue by constructing an elevated sidewalk on the south side of Lincoln Avenue from 1st Avenue to 1st Street, re -striping Lincoln Avenue, constructing ADA compliant curb ramps, and constructing the "Bins of Light" artwork, and other work, all to be constructed in accordance with the plans and specifications as prepared by the City Engineer of the City of Yakima All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Complete digital project Bidding Documents are available at www.questcdn com You may download the digital plan documents for $20.00 by inputting Quest project #4263763 on the website's Project Search page Please contact QuestCDN.com at 952-233-1632 or info@questcdn com for assistance in free membership registration, downloading, and working with this digital project information An optional paper set of project plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street (509-575-6111), upon payment in the amount of $50.00 for each set, non-refundable. Project questions should be directed to Randy Tabert at 509-576-6579 Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals. DATED this 4th day of February, 2016 PUBLISH: February 4, 2016 February 11, 2016 Lincoln Ave Grade Separation Art & El. Sidewalk 3 Lincoln Ave Grade Separation Art & El. Sidewalk 4 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2014 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. Section 1-01, Definitions and Terms August 3, 2015 1-01.3 Definitions The definition for "Engineer" is revised to read The Contracting Agency's representative who directly supervises the engineering and administration of a construction Contract. The definition for "Inspector" is revised to read: The Engineer's representative who inspects Contract performance in detail. The definition for "Project Engineer" is revised to read. Same as Engineer. The following new term and definition is inserted after the definition for "Proposal Form": Reference Information — Information provided to the Contractor by the Contracting Agency that is not part of the Contract. The definition for "Working Drawings" is revised to read: Drawings, plans, diagrams, or any other supplementary data or calculations, including a schedule of submittal dates for Working Drawings where specified, which the Contractor must submit to the Engineer. Section 1-02, Bid Procedures and Conditions August 3, 2015 1-02.8(1) Noncollusion Declaration The third paragraph is revised to read: Therefore, by including the Non -collusion Declaration as part of the signed bid Proposal, the Bidder is deemed to have certified and agreed to the requirements of the Declaration. Lincoln Ave Grade Separation Art & El. Sidewalk 5 1-02.13 Irregular Proposals This section is revised to read 1. A Proposal will be considered irregular and may be rejected if - a. The Bidder is not prequalified; b. The Bidder adds provisions reserving the right to reject or accept the Award, or enter into the Contract, c A price per unit cannot be determined from the Bid Proposal; d. The Proposal form is not properly executed; e. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02 6; f The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Utilization Certification, if applicable, as required in Section 1-02 6; g The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed Disadvantaged Business Enterprise Utilization Certification that they are in agreement with the Bidder's DBE participation commitment, if applicable, as required in Section 1-02 6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; h. The Bidder fails to submit Disadvantaged Business Enterprise Good Faith Effort documentation, if applicable, as required in Section 1-02 6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; or i. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation. 2. A Proposal may be considered irregular and may be rejected if. a The Proposal does not include a unit price for every Bid item, b Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c The authorized Proposal Form furnished by the Contracting Agency is not used or is altered; d. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; e Receipt of Addenda is not acknowledged; f. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected), or g If Proposal form entries are not made in ink. Lincoln Ave Grade Separation Art & El. Sidewalk 6 Section 1-03, Award and Execution of Contract January 5, 2015 1-03.3 Execution of Contract The first paragraph is revised to read: Within 20 calendar days after the Award date, the successful Bidder shall return the signed Contracting Agency -prepared Contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4, and shall be registered as a contractor in the state of Washington. 1-03.4 Contract Bond The last word of item 3 is deleted Item 4 is renumbered to 5 The following is inserted after item 3 (after the preceding Amendments are applied): 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 1-03.5 Failure to Execute Contract The first sentence is revised to read: Failure to return the insurance certification and bond with the signed Contract as required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's Business Enterprise information if required in the Contract, or failure or refusal to sign the Contract, or failure to register as a contractor in the state of Washington shall result in forfeiture of the proposal bond or deposit of this Bidder. Section 1-04, Scope of the Work August 3, 2015 1-04.3 Vacant This section, including title, is revised to read: 1-04.3 Reference Information Reference Information provided to the Contractor is not part of the Contract. The Contracting Agency does not guarantee the accuracy of the Reference Information and is not responsible for the content of the Reference Information in any manner Any use of Reference Information by the Contractor is done solely at the Contractor's risk. 1-04.4 Changes In the third paragraph, item number 1 and 2 are revised to read: A. When the character of the Work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or B. When an item of Work, as defined elsewhere in the Contract, is increased in excess of 125 percent or decreased below 75 percent of the original Contract quantity. For the purpose of this Section, an item of Work will be defined as any item that qualifies for adjustment under the provisions of Section 1-04.6. The following two new sentences are inserted at the beginning of the eighth paragraph: Lincoln Ave Grade Separation Art & El. Sidewalk 7 Within 14 calendar days of delivery of the change order the contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5 The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. The last two paragraphs are deleted. This section is supplemented with the following new subsections 1-04.4(2) Value Engineering Change Proposal (VECP) 1-04.4(2)A General A VECP is a Contractor proposed change to the Contract Provisions which will accomplish the projects functional requirements in a manner that is equal to or better than the requirements in the Contract. The VECP may be (1) at a less cost or time, or (2) either no cost savings or a minor increase in cost with a reduction in Contract time. The net savings or added costs to the Contract Work are shared by the Contractor and Contracting Agency The Contractor may submit a VECP for changing the Plans, Specifications, or other requirements of the Contract. The Engineer's decision to accept or reject all or part of the proposal is final and not subject to arbitration under the arbitration clause or otherwise subject to litigation. The VECP shall meet all of the following 1 Not adversely affect the long term life cycle costs 2 Not adversely impact the ability to perform maintenance 3 Provide the required safety and appearance 4 Provide substitution for deleted or reduced Disadvantaged Business Enterprise Condition of Award Work, Apprentice Utilization and Training VECPs that provide a time reduction shall meet the following requirements: 1. Time saving is a direct result of the VECP. 2. Liquidated damages penalties are not used to calculate savings. 3. Administrative/overhead cost savings experienced by either the Contractor or Contracting Agency as a result of time reduction accrue to each party and are not used to calculate savings. 1-04.4(2)B VECP Savings 1-04.4(2)B1 Proposal Savings The incentive payment to the Contractor shall be one-half of the net savings of the proposal calculated as follows. 1. (gross cost of deleted work) — (gross cost of added work) = (gross savings) 2 (gross savings) — (Contractor's engineering costs) — (Contracting Agency's costs) = (net savings) Lincoln Ave Grade Separation Art & El. Sidewalk 8 3. (net savings) / 2 = (incentive pay) The Contracting Agency's costs shall be the actual consultant costs billed to the Contracting Agency and in-house costs. Costs for personnel assigned to the Engineer's office shall not be included. 1-04.4(2)62 Added Costs to Achieve Time Savings The cost to achieve the time savings shall be calculated as follows: 1. (cost of added work) + (Contractor's engineering costs - Contracting Agency's engineering costs) _ (cost to achieve time savings) 2. (cost to achieve time savings) / 2 = (Contracting Agency's share of added cost) If the timesaving proposal also involves deleting work and, as a result, creates a savings for the Contracting Agency, then the Contractor shall also receive one-half of the savings realized through the deletion. 1-04.4(2)C VECP Approval 1-04.4(2)C1 Concept Approval The Contractor shall submit a written proposal to the Engineer for consideration. The proposal shall contain the following information: 1. An explanation outlining the benefit provided by the change(s). 2. A narrative description of the proposed change(s). If applicable, the discussion shall include a demonstration of functional equivalency or a description of how the proposal meets the original contract scope of work. 3. A cost discussion estimating any net savings. Savings estimates will generally follow the outline below under the section, "Proposal Savings". 4. A statement providing the Contracting Agency with the right to use all or any part of the proposal on future projects without future obligation or compensation. 5 A statement acknowledging and agreeing that the Engineer's decision to accept or reject all or part of the proposal is final and not subject to arbitration under the arbitration clause or otherwise be subject to claims or disputes. 6. A statement giving the dates the Engineer must make a decision to accept or reject the conceptual proposal, the date that approval to proceed must be received, and the date the work must begin in order to not delay the contract. If the Contracting Agency does not approve the VECP by the date specified by the Contractor in their proposal the VECP will be deemed rejected. 7. The submittal will include an analysis on other Work that may have costs that changed as a result of the VECP Traffic control and erosion control shall both be included in addition to any other impacted Work. Lincoln Ave Grade Separation Art & El. Sidewalk 9 After review of the proposal, the Engineer will respond in writing with acceptance or rejection of the concept. This acceptance shall not be construed as authority to proceed with any change contract work. Concept approval allows the Contractor to proceed with the Work needed to develop final plans and other information to receive formal approval and to support preparation of a change order. 1-04.4(2)C2 Formal Approval The Contractor's submittal to the Engineer for formal approval shall include the following 1. Deleted Work — Include the calculated quantities of unit price Work to be deleted. Include the proposed partial prices for portions of lump sum Work deleted. For deletion of force account items include the time and material estimates 2. Added Work — Include the calculated quantities of unit price Work to be added, either by original unit Contract prices or by new, negotiated unit prices For new items of Work include the quantities and proposed prices. 3. Contractor's Engineering Costs — Submit the labor costs for the engineering to develop the proposal, costs for Contractor employees utilized in contract operations on a regular basis shall not be included. 4 Schedule Analysis — If the VECP is related to time savings, the Contractor shall submit a partial progress schedule showing the changed Work. The submittal shall also include a discussion comparing the partial progress schedule with the approved progress schedule for the project. 5. Working Drawings — Type 3 Working Drawings shall be submitted, those drawings which require engineering shall be a Type 3E Formal approval of the proposal will be documented by issuance of a change order The VECP change order will contain the following statements which the Contractor agrees to by signing the change order: 1 The Contractor accepts design risk of all features, both temporary and permanent, of the changed Work. 2. The Contractor accepts risk of constructability of the changed Work. 3. The Contractor provides the Contracting Agency with the right to use all or any part of the proposal on future projects without further obligation or compensation. VECP change orders will contain separate pay items for the items that are applicable to the Proposal. These are as follows: 1. Deleted Work. 2 Added Work. Lincoln Ave Grade Separation Art & El. Sidewalk 10 3. The Contractor's engineering costs, reimbursed at 100 percent of the Contractor's cost. 4 Incentive payment to the Contractor. When added Work costs exceed Deleted Work costs, but time savings make a viable proposal, then items 3 and 4 above are replaced with the following. 3. The Contracting Agency's share of added cost to achieve time savings. 4. The Contractor's share of savings from deleted Work. 1-04.4(2)C3 Authority to Proceed with Changed Work The authority for the Contractor to proceed with the VECP Work will be provided by one of the following options: 1 Execution of the VECP change order, or 2. At the Contractor's request the Contracting Agency may provide approval by letter from the Engineer for the Work to proceed prior to execution of a change order. All of the risk for proceeding with the VECP shall be the responsibility of the Contractor. Additionally, the following criteria are required to have been met: a) Concept approval has been granted by the Contracting Agency. b) All design reviews and approvals have been completed, including plans and specifications. c) The Contractor has guaranteed, in writing, the minimum savings to the Contracting Agency. Section 1-05, Control of Work August 4, 2014 1-05.1 Authority of the Engineer In this section, "Project Engineer" is revised to read "Engineer". The second paragraph (up until the colon) is revised to read: The Engineer's decisions will be final on all questions including the following: The first sentence in the third paragraph is revised to read: The Engineer represents the Contracting Agency with full authority to enforce Contract requirements. 1-05.2 Authority of Assistants and Inspectors The first paragraph is revised to read: The Engineer may appoint assistants and Inspectors to assist in determining that the Work and materials meet the Contract requirements. Assistants and Inspectors have the Lincoln Ave Grade Separation Art & El. Sidewalk 11 authority to reject defective material and suspend Work that is being done improperly, subject to the final decisions of the Engineer In the third paragraph, "Project Engineer" is revised to read "Engineer". 1-05.3 Plans and Working Drawings This section's title is revised to read. Working Drawings This section is revised to read. The Contract may require the Contractor to submit Working Drawings for the performance of the Work Working Drawings shall be submitted by the Contractor electronically to the Engineer in PDF format; drawing details shall be prepared in accordance with conventional detailing practices. If the PDF format is found to be unacceptable, at the request of the Engineer, the Contractor shall provide paper copies of the Working Drawings with drawings on 11 by 17 inch sheets and calculations/text on 8'/2 by 11 inch sheets. Working Drawings will be classified under the following categories 1 Type 1 — Submitted for Contracting Agency information. Submittal must be received by the Contracting Agency a minimum of 7 calendar days before work represented by the submittal begins 2 Type 2 — Submitted for Contracting Agency review and comment. Unless otherwise stated in the Contract, the Engineer will require up to 20 calendar days from the date the Working Drawing is received until it is returned to the Contractor. The Contractor shall not proceed with the Work represented by the Working Drawing until comments from the Engineer have been addressed. 3. Type 2E — Same as a Type 2 Working Drawing with Engineering as described below 4. Type 3 — Submitted for Contracting Agency review and approval. Unless otherwise stated in the Contract, the Engineer will require up to 30 calendar days from the date the Working Drawing is received until it is returned to the Contractor The Contractor shall obtain the Engineer's written approval before proceeding with the Work represented by the Working Drawing. 5. Type 3E — Same as a Type 3 Working Drawing with Engineering as described below All Working Drawings shall be considered Type 3 Working Drawings except as specifically noted otherwise in the Contract. Unless designated otherwise by the Contractor, submittals of Working Drawings will be reviewed in the order they are received by the Engineer In the event that several Working Drawings are received simultaneously, the Contractor shall specify the sequence in which they are to be reviewed. If the Contractor does not submit a review sequence for simultaneous Working Drawing submittals, the review sequence will be at the Engineer's discretion. Working Drawings requiring Engineering, Type 2E and 3E, shall be prepared by (or under the direction of) a Professional Engineer, licensed under Title 18 RCW, State of Washington, and in accordance with WAC 196-23-020. Design calculations shall carry Lincoln Ave Grade Separation Art & El. Sidewalk 12 the Professional Engineer's signature and seal, date of signature, and registration number on the cover page. The cover page shall also include the Contract number, Contract title and sequential index to calculation page numbers If more than the specified number of days is required for the Engineer's review of any individual Working Drawing or resubmittal, an extension of time will be considered in accordance with Section 1-08.8. Review or approval of Working Drawings shall neither confer upon the Contracting Agency nor relieve the Contractor of any responsibility for the accuracy of the drawings or their conformity with the Contract. The Contractor shall bear all risk and all costs of any Work delays caused by rejection or nonapproval of Working Drawings. Unit Bid prices shall cover all costs of Working Drawings. Section 1-07, Legal Relations and Responsibilities to the Public August 3, 2015 1-07.2 State Taxes This section is revised to read. The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contracting Agency will not adjust its payment if the Contractor bases a Bid on a misunderstood tax liability. The Contracting Agency may deduct from its payments to the Contractor, retainage or lien the bond, in the amount the Contractor owes the State Department of Revenue, whether the amount owed relates to the Contract in question or not. Any amount so deducted will be paid into the proper State fund on the contractor's behalf. For additional information on tax rates and application refer to applicable RCWs, WACs or the Department of Revenue's website 1-07.2(1) State Sales Tax: Work Performed on City, County, or Federally -Owned Land This section including title is revised to read: 1-07.2(1) State Sales Tax: WAC 458-20-171 — Use Tax For Work designated as Rule 171, Use Tax, the Contractor shall include for compensation the amount of any taxes paid in the various unit Bid prices or other Contract amounts. Typically, these taxes are collected on materials incorporated into the project and items such as the purchase or rental of; tools, machinery, equipment, or consumable supplies not integrated into the project. The Summary of Quantities in the Contract Plans identifies those parts of the project that are subject to Use Tax under Section 1-07.2(1). 1-07.2(2) State Sales Tax: Work on State -Owned or Private Land This section including title is revised to read: 1-07.2(2) State Sales Tax: WAC 458-20-170 — Retail Sales Tax For Work designated as Rule 170, Retail Sales Tax, the Contractor shall collect from the Contracting Agency, Retail Sales Tax on the full Contract price. The Contracting Agency will automatically add this Retail Sales Tax to each payment to the Contractor and for this reason, the Contractor shall not include the Retail Sales Tax in the unit Bid prices or Lincoln Ave Grade Separation Art & El. Sidewalk 13 in any other Contract amount. However, the Contracting Agency will not provide additional compensation to the Prime Contractor or Subcontractor for Retail Sales Taxes paid by the Contractor in addition to the Retail Sales Tax on the total contract amount. Typically, these taxes are collected on items such as the purchase or rental of; tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid prices or in any other Contract amounts. The Summary of Quantities in the Contract Plans identifies those parts of the project that are subject to Retail Sales Tax under Section 1-07.2(2). 1-07.2(3) Services This section is revised to read Any contract wholly for professional or other applicable services is generally not subject to Retail Sales Tax and therefore the Contractor shall not collect Retail Sales Tax from the Contracting Agency on those Contracts. Any incidental taxes paid as part of providing the services shall be included in the payments under the contract. 1-07.23(1) Construction Under Traffic In the second paragraph, the following new sentence is inserted after the second sentence. Accessibility to existing or temporary pedestrian push buttons shall not be impaired Section 1-08, Prosecution and Progress August 3, 2015 1-08.1 Subcontracting The eighth paragraph is revised to read On all projects, the Contractor shall certify to the actual amounts paid to Disadvantaged, Minority, Women's, or Small Business Enterprise firms that were used as Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the Contract. This Certification shall be submitted to the Project Engineer on a monthly basis each month between Execution of the Contract and Physical Completion of the Contract using the application available at: https.//remoteapps.wsdot.wa gov/mapsdata/tools/dbeparticipation The monthly report is due 20 calendar days following the end of the month. A monthly report shall be submitted for every month between Execution of the Contract and Physical Completion regardless of whether payments were made or work occurred. The ninth paragraph is deleted and replaced with the following new paragraph. The Contractor shall comply with the requirements of RCW 39.04.250, 39.76.011, 39 76.020, and 39 76 040, in particular regarding prompt payment to Subcontractors. Whenever the Contractor withholds payment to a Subcontractor for any reason including disputed amounts, the Contractor shall provide notice to the Subcontractor with a copy to the Contracting Agency identifying the reason for the withholding and a clear description of what the Subcontractor must do to have the withholding released Following receipt of a progress payment from the Contracting Agency, a Monthly Payment Summary form shall be submitted to the Engineer in PDF format within 20 calendar days The Monthly Payment Summary shall include all Subcontractors that completed Work that was paid on the progress estimate by the Contracting Agency Retainage withheld by the Contractor prior to completion of the Subcontractors work is exempt from reporting as a payment withheld and is not included in the withheld amount. The Monthly Payment Lincoln Ave Grade Separation Art & El. Sidewalk 14 Summary form is available from the Engineer. The Contracting Agency's copy of the notice to Subcontractor for deferred payments shall be submitted with the Monthly Payment Summary. Section 1-09, Measurement and Payment January 5, 2015 1-09.6 Force Account In the third paragraph of item number 3, the last sentence is revised to read: In the event that prior quotations are not obtained and the vendor is not a firm independent from the Contractor or Subcontractor, then after -the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of submitted invoice. Section 1-10, Temporary Traffic Control August 4, 2014 1-10.1(1) Materials The following material reference is deleted from this section: Barrier Drums 9-35.8 1-10.1(2) Description The first paragraph is revised to read: The Contractor shall provide flaggers, and all other personnel required for labor for traffic control activities and not otherwise specified as being furnished by the Contracting Agency. 1-10.2(1) General In the third paragraph, the first two sentences are revised to read: The primary and alternate TCS shall be certified by one of the organizations listed in the Special Provisions. Possession of a current Washington State TCS card and flagging card by the primary and alternate TCS is mandatory. 1-10.2(1)B Traffic Control Supervisor The first paragraph is revised to read: A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or other traffic control labor is being utilized or less frequently, as authorized by the Engineer. The last paragraph is revised to read. The TCS may perform the Work described in Section 1-10.3(1)A Flaggers or in Section 1-10.3(1)B Other Traffic Control Labor and be compensated under those Bid items, provided that the duties of the TCS are accomplished. 1-10.2(2) Traffic Control Plans The first paragraph is revised to read: The traffic control plan or plans appearing in the Contract documents show a method of handling vehicle, bicycle, and pedestrian traffic. All construction signs, flaggers, and Lincoln Ave Grade Separation Art & El. Sidewalk 15 other traffic control devices are shown on the traffic control plan(s) except for emergency situations If the Contractor proposes adding the use of flaggers to a plan, this will constitute a modification requiring approval by the Engineer The modified plans shall show locations for all the required advance warning signs and a safe, protected location for the flagging station. If flagging is to be performed during hours of darkness, the plan shall include appropriate illumination for the flagging station In the second paragraph, the second sentence is revised to read Any Contractor -proposed modification, supplement or replacement shall show the necessary construction signs, flaggers, and other traffic control devices required to support the Work. 1-10.2(3) Conformance to Established Standards In the second paragraph, the second sentence is revised to read The National Cooperative Highway Research Project (NCHRP) Report 350 and the AASHTO Manual for Assessing Safety Hardware (MASH) have established requirements for crash testing In the third paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH" In the fourth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH" In the fifth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH". 1-10.3(1) Traffic Control Labor The first paragraph is revised to read The Contractor shall furnish all personnel for flagging, for the execution of all procedures related to temporary traffic control and for the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations 1-10.3(1)A Flaggers and Spotters This section's title is revised to read Flaggers The first paragraph is revised to read Flaggers shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. The flagging card shall be immediately available and shown to the Contracting Agency upon request. The last paragraph is deleted 1-10.3(1)B Other Traffic Control Labor This section is revised to read: In addition to flagging duties, the Contractor shall provide personnel for all other traffic control procedures required by the construction operations and for the labor to install, maintain and remove any traffic control devices shown on Traffic Control Plans Lincoln Ave Grade Separation Art & El. Sidewalk 16 1-10.3(3)B Sequential Arrow Signs This section is supplemented with the following: A sequential arrow sign is required for all lane closure tapers on a multilane facility A separate sequential arrow sign shall be used for each closed lane The arrow sign shall not be used to laterally shift traffic. When used in the caution mode, the four corner mode shall be used. 1-10.3(3)C Portable Changeable Message Signs This section is revised to read: Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain portable changeable message signs (PCMS). A PCMS shall be placed behind a barrier or guardrail whenever possible, but shall at a minimum provide 4 ft. of lateral clearance to edge of travelled lane and be delineated by channelization devices. The Contractor shall remove the PCMS from the clear zone when not in use unless protected by barrier or guardrail. 1-10.3(3)F Barrier Drums This section including title is deleted in its entirety and replaced with the following: 1-10.3(3)F Vacant 1-10.3(3)K Portable Temporary Traffic Control Signal The fifth paragraph is revised to read: The Project Engineer or designee will inspect the signal system at initial installation/operation and approve the signal timing. Final approval will be based on the results of the operational inspection 1-10.4(2) Item Bids With Lump Sum for Incidentals In the second paragraph, the first and second sentences are revised to read: "Flaggers" will be measured by the hour. Hours will be measured for each flagging station, shown on an approved Traffic Control Plan, when that station is staffed in accordance with Section 1-10 3(1)A. The first sentence of the last bulleted item in this section is revised to read: Installing and removing Barricades, Traffic Safety Drums, Cones, Tubular Markers and Warning Lights and Flashers to carry out approved Traffic Control Plan(s). 1-10.5(2) Item Bids With Lump Sum for Incidentals This section is deleted and replaced with the following: "Traffic Control Supervisor", lump sum The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1-10.2(1)B. "Pedestrian Traffic Control", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work for pedestrian traffic control defined in Section 1-10. Lincoln Ave Grade Separation Art & El. Sidewalk 17 "Flaggers", per hour The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1-10 3(1)A. "Other Traffic Control Labor", per hour The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10 4(2), shall be full compensation for all labor costs incurred by the Contractor in performing the Work specified for this item in Section 1-10.4(2). "Construction Signs Class A", per square foot. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1-10 3(3)A. In the event that "Do Not Pass" and "Pass With Care" signs must be left in place, a change order, as described in Section 1-04 4, will be required When the Bid Proposal contains the item "Sign Covering", then covering those signs indicated in the Contract will be measured and paid according to Section 8-21. "Sequential Arrow Sign", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10 4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1-10.3(3)B "Portable Changeable Message Sign", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work for procuring all portable changeable message signs required for the project and for transporting these signs to and from the project. "Transportable Attenuator", per each. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1-10.3(3)J except for costs compensated separately under the items "Operation of Transportable Attenuator" and "Repair Transportable Attenuator". "Operation of Transportable Attenuator", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1-10 4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work for operating transportable attenuators on the project. "Repair Transportable Attenuator", by force account. All costs of repairing or replacing transportable attenuators that are damaged by the motoring public while in use as shown on an approved Traffic Control Plan will be paid for by force account as specified in Section 1-09.6. To provide a common Proposal for all Lincoln Ave Grade Separation Art & El. Sidewalk 18 Bidders, the Contracting Agency has estimated the amount of force account for "Repair Transportable Attenuator" and has entered the amount in the Proposal to become a part of the total Bid by the Contractor. Transportable attenuators damaged due to the Contractor's operation or damaged in any manner when not in use shall be repaired or replaced by the Contractor at no expense to the Contracting Agency. "Other Temporary Traffic Control", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1-10, and which costs are not compensated by one of the above -listed items "Portable Temporary Traffic Control Signal", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work as described in Section 1-10.3(3)K, including all costs for traffic control during manual control, adjustment, malfunction, or failure of the portable traffic control signals and during replacement of failed or malfunctioning signals. Section 2-01, Clearing, Grubbing, and Roadside Cleanup August 3, 2015 2-01.2 Disposal of Usable Materials and Debris This section is revised to read. The Contractor shall meet all requirements of state, county, and municipal regulations regarding health, safety, and public welfare in the disposal of all usable material and debris The Contractor shall dispose of debris by one or more of the disposal methods described below. 2-01.2(1) Disposal Method No. 1 — Open Burning The first paragraph is supplemented with the following: All burning operations shall be strictly in accordance with these authorizations. The second paragraph is deleted. 2-01.2(3) Disposal Method No. 3 — Chipping This section is revised to read: Wood chips may be disposed of on-site in accordance with the following 1. Chips shall be no larger than 6 square inches and no thicker than 1/2 inch. 2. Chips shall be disposed outside of environmentally sensitive areas, and in areas that aren't in conflict with permanent Work. 3. Chips shall not be incorporated into the embankment but may be spread on slopes where feasible at depths no greater than 2 inches. 4. Chips shall be tractor -walked into the ground. Lincoln Ave Grade Separation Art & El. Sidewalk 19 2-01.3(1) Clearing In the second paragraph, item number 3 (up until the colon) is revised to read: 3. Follow these requirements for all stumps that will be buried deeper than 5 feet from the top, side, or end surface of the embankment or any structure and are in a location that will not be terraced as described in Section 2-03.3(14)• Section 2-02, Removal of Structures and Obstructions January 5, 2015 2-02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures This section is supplemented with the following new subsections 2-02.3(2)A2 Removing Portions of Existing Concrete Care shall be taken in removing concrete to prevent overbreakage or damage to portions of the existing Structure which are to remain Before concrete removal begins, a saw cut shall be made into the surface of the concrete at the perimeter of the removal limits The saw cut shall be 3/4 -inch deep when the steel reinforcement is to remain, and may be deeper when the steel reinforcement is removed with the concrete Concrete shall be completely removed (exposing the deformed surface of the bar) from existing steel reinforcing bars which extend from the existing members and are specified to remain. Steel reinforcing bars that are not designated to remain shall be cut a minimum of 1 -inch behind the final surface. The void left by removal of the steel reinforcing bar shall be filled with mortar conforming to Section 9-20 4(2) The mortar shall match the color of the existing concrete surface as nearly as practicable The Contractor shall roughen, clean, and saturate existing concrete surfaces, against which fresh concrete will be placed, in accordance with Section 6-02.3(12)B. When a portion of existing concrete is to be removed without replacement, concrete shall be removed to a clean line with a smooth surface of less than 1/16 inch profile. 2-02.5 Payment This section is supplemented with the following new Bid items: "Removing Portion of Existing Structure ", lump sum Section 2-03, Roadway Excavation and Embankment August 3, 2015 2-03.1 Description The first paragraph is supplemented with the following The Work includes the removal of pavement, sidewalks, curbs and gutters as described in Section 2-02 when these items lie within an excavation area 2-03.3 Construction Requirements This section is supplemented with the following new sub -section: 2-03.3(19) Removal of Pavement, Sidewalks, Curbs, and Gutters The requirements of Section 2-02.3(3) shall also apply when pavements, sidewalks, curbs, and gutters lie within an excavation. Lincoln Ave Grade Separation Art & El. Sidewalk 20 Section 8-01, Erosion Control and Water Pollution Control August 3, 2015 8-01.2 Materials This section is supplemented with the following new paragraph For all seed the Contractor shall furnish the Engineer with the following documentation: 1. The state or provincial seed dealer license and endorsements. 2. Copies of Washington State Department of Agriculture (WSDA) test results on each lot of seed. Test results must be within six months prior to the date of application. 8-01.3(1)A Submittals The first sentence in the second paragraph is revised to read: Modified TESC Plans shall meet all requirements of the current edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109. 8-01.3(1)C Water Management Items number 1 through 3 are deleted. This section is supplemented with the following new subsections: 8-01.3(1)C1 Disposal of Dewatering Water When uncontaminated groundwater with a pH range of 6.5 — 8 5 is encountered in an excavation on a project covered by a NPDES Construction Stormwater General Permit, it may be disposed of as follows 1. When the turbidity of the groundwater is 25 NTU or Tess, it may bypass detention and treatment facilities and be discharged into the stormwater conveyance system at a rate that will not cause erosion or flooding in the receiving surface water body 2. When the turbidity of the groundwater is not more than 25 NTU above or 125% of the turbidity of the site stormwater runoff, whichever is greater, the same detention and treatment facilities as used to treat the site runoff may be used. 3. When the turbidity of the groundwater is more than 25 NTU above or 125% of the turbidity of the site stormwater runoff, whichever is greater, the groundwater shall be treated separately from the site stormwater. Alternatively, the Contractor may pursue independent disposal and treatment alternatives that do not use the stormwater conveyance system. 8-01.3(1)C2 Process Wastewater Wastewater generated on-site as a byproduct of a construction process shall not be discharged to surface waters of the State. Some sources of process wastewater may be infiltrated in accordance with the NPDES Construction Stormwater General Permit. Lincoln Ave Grade Separation Art & El. Sidewalk 21 8-01.3(1)C3 Shaft Drilling Slurry Wastewater Wastewater generated on-site during shaft drilling activity shall be managed and disposed of in accordance with the requirements below. No shaft drilling slurry wastewater shall be discharged to surface waters of the State Neither the sediment nor liquid portions of the shaft drilling slurry wastewater shall be contaminated, as detectable by visible or olfactory indication (e.g., chemical sheen or smell). 1 Water -only shaft drilling slurry or water slurry with approved flocculants may be infiltrated on-site. Flocculants used shall meet the requirements of Section 9- 14 5(1) or shall be chitosan products listed as General Use Level Designation (GULD) on the Department of Ecology's stormwater treatment technologies webpage for construction treatment. Infiltration is permitted if the following requirements are met. a Wastewater shall have a pH of 6 5 — 8.5 prior to discharge b The source water meets drinking water standards or the Groundwater Quality Criteria listed in WAC 173-200-040 c The amount of flocculant added to the slurry shall be kept to the minimum needed to adequately settle out solids The flocculant shall be thoroughly mixed into the slurry d Infiltration locations shall be at least 100 feet away from surface waters, wells, on-site sewage systems, aquifer -sensitive recharge areas, sole source aquifers, and well -head protection areas Before infiltration begins, there shall be a minimum of 5 feet of unsaturated soil between the soil surface receiving the wastewater for infiltration and the groundwater surface (i e., saturated soil). e. The slurry removed from the shaft shall be contained in a leak proof cell or tank for a minimum of 3 hours. f Within a 24 hour period, a maximum of 21,000 gallons of slurry wastewater may be infiltrated in an infiltration location. The infiltration rate shall be reduced if needed to prevent wastewater from leaving the infiltration location. The infiltration site shall be monitored regularly during infiltration activity. All wastewater discharged to the ground must fully infiltrate and discharges must stop before the end of each work day. g After infiltration activity is complete, loose sediment in the infiltration location that may have resulted from the infiltration activity or the removal of BMPs used to manage infiltration activity shall be stabilized to prevent mobilization by stormwater runoff h. Drilling spoils and settled sediments remaining in the containment cell or tank shall be disposed of in accordance with Section 6-19.3(4)F i Infiltration locations shall be marked on the on-site temporary erosion and sediment control (TESC) plan sheets before the infiltration activity begins Prior to infiltrating water -only shaft drilling slurry or water slurry with approved flocculants, the Contractor shall submit a Shaft Drilling Slurry Wastewater Management and Infiltration Plan as a Type 2 Working Drawing. This Plan shall be kept on-site, adapted if needed to meet the Lincoln Ave Grade Separation Art & El. Sidewalk 22 construction requirements, and updated to reflect what is being done in the field. The Working Drawing shall include, at a minimum, the following information: i. Plan sheet showing the proposed infiltration location and all surface waters, wells, on-site sewage systems, aquifer -sensitive recharge areas, sole source aquifers, and well -head protection areas within 150 feet. ii. The proposed elevation of soil surface receiving the wastewater for infiltration and the anticipated phreatic surface (i.e., saturated soil). iii. The source of the water used to produce the slurry. iv. The estimated total volume of wastewater to be infiltrated. v. The approved flocculant to be used (if any). vi. The controls or methods (e.g., trenches, traps, berms, silt fence, dispersion, or discharge metering devices) that will be used to prevent surface wastewater runoff from leaving the infiltration location. The Working Drawing shall include all pertinent design details (e.g., sizing of trenches or traps, placement or height of berms, application techniques) needed to demonstrate the proposed controls or methods are adequate to prevent surface wastewater runoff from leaving the infiltration location. vii. The strategy for removing slurry wastewater from the shaft and containing the slurry wastewater once it has been removed from the shaft. viii. The strategy for monitoring infiltration activity and adapting methods to ensure compliance. ix. A contingency plan that can be implemented immediately if it becomes evident that the controls in place or methods being used are not adequate. x. The strategy for cleaning up the infiltration location after the infiltration activity is done. Cleanup shall include stabilizing any loose sediment on the surface within the infiltration area generated as a byproduct of suspended solids in the infiltrated wastewater or soil disturbance associated with BMP placement and removal. 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives not approved for infiltration shall be contained and disposed of by the Contractor at an approved disposal facility in accordance with Section 2-03 3(7)C. Spoils that have come into contact with mineral slurry shall be disposed of in accordance with Section 6-19.3(4)F. 8-01.3(1)C4 Management of Off -Site Water Prior to disruption of the normal watercourse, the Contractor shall intercept the off-site surface water and pipe it either through or around the project site to prevent it from coming into contact with construction activity or mixing with construction stormwater. It shall be discharged at its preconstruction outfall point in such a manner that there is no Lincoln Ave Grade Separation Art & El. Sidewalk 23 increase in erosion downstream of the site. The Contractor shall submit a Type 2 Working Drawing consisting of the method for performing this Work. 8-01.3(2)A Preparation for Application This section's content is deleted and replaced with the following two new subsections: 8-01.3(2)A1 Seeding Areas to be cultivated are shown in the Plans or specified in the Special Provisions The areas shall be cultivated to the depths specified to provide a reasonably firm but friable seedbed. Cultivation shall take place no sooner than 2 weeks prior to seeding. All areas to be seeded, including excavated slopes shall be compacted and prepared unless otherwise specified or ordered by the Engineer A cleated roller, crawler tractor, or similar equipment that forms longitudinal depressions at least 2 inches deep shall be used for compaction and preparation of the surface to be seeded. The entire area shall be uniformly covered with longitudinal depressions formed perpendicular to the natural flow of water on the slope The soil shall be conditioned with sufficient water so the longitudinal depressions remain in the soil surface until completion of the seeding Prior to seeding, the finished grade of the soil shall be 1 inch below the top of all curbs, junction and valve boxes, walks, driveways, and other Structures The soil shall be in a weed free and bare condition All bags of seed shall be brought to the site in sealed bags and shall have seed labels attached showing the seed meets the Specifications Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be accepted. 8-01.3(2)A2 Temporary Seeding A cleated roller, crawler tractor, or similar equipment that forms longitudinal depressions at least 2 inches deep shall be used for compaction and preparation of the surface to be seeded The entire area shall be uniformly covered with longitudinal depressions formed perpendicular to the natural flow of water on the slope The soil shall be conditioned with sufficient water so the longitudinal depressions remain in the soil surface until completion of the seeding 8-01.3(2)B Seeding and Fertilizing In the list in the second paragraph, item numbers 1-5 are revised to read 1. A hydro seeder that utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry 2. Blower equipment with an adjustable disseminating device capable of maintaining a constant, measured rate of material discharge that will ensure an even distribution of seed at the rates specified. 3 Helicopters properly equipped for aerial seeding. 4 Power -drawn drills or seeders Lincoln Ave Grade Separation Art & El. Sidewalk 24 5. Areas in which the above methods are impractical may be seeded by hand methods. 8-01.3(2)C Liming This section including title is deleted in its entirety and replaced with the following: 8-01.3(2)C Vacant 8-01.3(2)D Mulching The first sentence of the second paragraph is revised to read: Distribution of straw mulch material shall be by means that utilizes forced air to blow mulch material on seeded areas. 8-01.3(11) Outlet Protection In the last sentence, "Section 9-13.6" is revised to read "Section 9-13.1(5)". 8-01.4 Measurement In the twelfth paragraph, "liming" is deleted. 8-01.5 Payment The bid item "Liming", per acre is deleted. Section 8-04, Curbs, Gutters, and Spillways January 5, 2015 8-04.2 Materials The referenced section for the following item is revised to read: Hand Placed Riprap 9-13.1(4) 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways The first sentence in the fourth paragraph is revised to read: Expansion joints in the curb or curb and gutter shall be spaced as shown in the Plans, and placed at the beginning and ends of curb returns, drainage Structures, bridges, and cold joints with existing curbs and gutters. In the third sentence of the fourth paragraph, "1/4 -inch" is revised to read "%-inch". 8-04.3(1)A Extruded Cement Concrete Curb The second sentence in the second paragraph is revised to read: Cement concrete curbs shall be anchored to the existing pavement by placing steel reinforcing bars 1 foot on each side of every joint. The third paragraph is revised to read: Steel reinforcing bars shall meet the dimensions shown in the Standard Plans. Lincoln Ave Grade Separation Art & El. Sidewalk 25 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical August 3, 2015 8-20.2(1) Equipment List and Drawings The second sentence of the second paragraph is revised to read: Supplemental data would include such items as catalog cuts, product Specifications, shop drawings, wiring diagrams, etc. The third paragraph (up until the colon) is revised to read If the luminaires are not listed in the Qualified Products List, the Contractor shall submit the following information for each different type of luminaire required on the Contract: The fourth paragraph (up until the colon) is revised to read: The Contractor shall submit for approval Type 3E Working Drawings in accordance with Section 1-05.3 for each of the following types of standards called for on this project: The fifth paragraph is revised to read. The Contractor will not be required to submit shop drawings for approval for light standards and traffic signal standards conforming to the preapproved plans listed in the Special Provisions. The Contractor may use preapproved plans posted on the WSDOT website with a more current revision date than published in the Special Provisions 8-20.3(1) General The following six new paragraphs are inserted after the second paragraph. If a portion of an existing communication conduit system is damaged due to the Contractor's activities, the affected system shall be restored to original condition Conduit shall be repaired Communication cables shall be replaced and the communication system shall be made fully operational within 24 hours of being damaged. Damaged communication cable shall be replaced between existing termination or splice points. No additional termination or splice points will be allowed An existing termination or splice point is defined as a location where all existing fiber strands or twisted pair wires are terminated or spliced at one point. Communication cable shall be defined as either copper twisted pair or fiber optic cables. The Contractor may use temporary splices to restore Contracting Agency communication systems until the permanent communication cable system is restored. When damage to an existing communication system has occurred, the Contractor shall perform the following in addition to other restoration requirements 1. Inspect the communication raceway system including locate wire or tape to determine the extent of damage 2. Contact the Engineer for Fiber Optic Cable and Twisted Pair (TWP) Copper Cable acceptance testing requirements and communication system restoration requirements. Lincoln Ave Grade Separation Art & El. Sidewalk 26 3. Initially perform the acceptance tests to determine the extent of damage and also perform the acceptance tests after repairs are completed. Provide written certification that the communication cable system, including the locate wire or tape, is restored to test standard requirements. Communication cables shall be restored by Contractor personnel that are WSDOT prequalified for communication installation work. Restoration shall be considered electrical work when the path of the communication system interfaces with electrical systems. Electrical work of this nature shall be performed by Contractor personnel that are WSDOT prequalified for work on both electrical and communication systems If the Contractor or Subcontractors are unable or unqualified to complete the restoration work, the Engineer may have the communication or electrical systems restored by other means and subtract the cost from the money that will be or is due the Contractor When field repair of existing conduit, innerduct or outerduct is required, the repair kits shall be installed per manufacturer's recommendations. Repair kits and each connection point between the repair kit and the existing raceway system shall be sealed to prevent . air leakage during future cable installation 8-20.3(5)B Conduit Type This section is revised to read. Conduit shall be rigid polyvinyl chloride (PVC), high density polyethylene (HDPE), rigid metal or flexible metal depending on the application. Rigid metal conduit shall be installed at the following locations: 1. Within railroad right of way. 2 All surface -mounted conduit, with the exception of pole risers. 3. All runs within slip form placed concrete. Unless otherwise required by the owning utility: 1. Service lateral runs shall be Schedule 80 PVC or Schedule 80 HDPE 2. Pole risers shall be Schedule 80 PVC. Conduit runs, including outer -duct, that enter the traveled way or shoulders shall be Schedule 80 HDPE, Schedule 80 PVC, or rigid metal Conduit runs, including outer -duct, that do not enter the traveled way or shoulders shall be Schedule 80 HDPE, Schedule 40 PVC or rigid metal. Flexible metal conduit is allowed only at locations called for in the Plans. Except as described under Non -Metallic Conduit, unless otherwise indicated in the Plans or Standard Plans, the same type of conduit shall be used for the entire length of the run, from outlet to outlet. Innerduct shall have a smooth wall non ribbed interior surface, with factory pre -lubricated coating Lincoln Ave Grade Separation Art & El. Sidewalk 27 Innerduct within the Traveled Way or Shoulders and innerduct which is not factory installed shall be Schedule 40 HDPE The innerduct shall be continuous with no splices Innerduct which is pulled into the outer duct in the field shall be installed with an extra 2 feet of conduit beyond each end of the outer -duct and shall be allowed to finish contracting for 21 calendar days before it is terminated. Innerduct shall be terminated with end bells flush to 1/4 -inch out of the outer -duct and the space between the outer -duct and innerduct shall be sealed with rodent and moisture resistant foam designed for this application and installed per manufacturer's recommendations 8-20.3(8) Wiring The second sentence in the eleventh paragraph is revised to read: Every conductor at every wire termination, connector, or device shall have an approved wire marking sleeve bearing, as its legend, the circuit number indicated in the Contract. 8-20.3(13)A Light Standards In the third paragraph, the last sentence of item number 1 is revised to read: Conduit shall extend a maximum of 1 inch above the top of the foundation, including grounding end bushing or end bell bushing. In the fourth paragraph, the second sentence of item number 1 is revised to read. Conduits shall be cut to a maximum height of 2 inches above the foundation including grounding end bushing or end bell bushing. Section 8-22, Pavement Marking April 6, 2015 8-22.3(6) Removal of Pavement Markings The second and third sentences of the first paragraph are revised to read: Grinding to remove pavement markings is allowed prior to application of a Bituminous Surface Treatment. Grinding to remove pavement marking from hot mix asphalt and cement concrete pavements is allowed to a depth just above the pavement surface, then water blasting or shot blasting shall be required to remove the remaining markings. Section 8-23, Temporary Pavement Markings January 5, 2015 This section's content is deleted in its entirety and replaced with the following new sub- sections: 8-23.1 Description The Work consists of furnishing, installing, and removing temporary pavement markings Temporary pavement markings shall be provided where noted in the Plans; for all lane shifts and detours resulting from construction activities; or when permanent markings are removed because of construction operations. 8-23.2 Materials Materials for temporary markings shall be paint, plastic, tape, raised pavement markers or flexible raised pavement markers. Materials for pavement markings shall meet the following requirements - Raised Pavement Markers 9-21 Lincoln Ave Grade Separation Art & El. Sidewalk 28 Temporary Marking Paint 9-34 2(6) Plastic 9-34.3 Glass Beads for Pavement Marking Materials 9-34.4 Temporary Pavement Marking Tape 9-34.5 Temporary flexible Raised Pavement Markers 9-34.6 8.23.3 Construction Requirements 8-23.3(1) General The Contractor shall select the type of pavement marking material in accordance with the Contract. 8-23.3(2) Preliminary Spotting All preliminary layout and marking in preparation for application or removal of temporary pavement markings shall be the responsibility of the Contractor. 8-23.3(3) Preparation of Roadway Surface Surface preparation for temporary pavement markings shall be in accordance with the manufacturer's recommendations. 8-23.3(4) Pavement Marking Application 8-23.3(4)A Temporary Pavement Markings — Short Duration Temporary pavement markings — short duration shall meet the following requirements: Temporary Center Line — A BROKEN line used to delineate adjacent lanes of traffic moving in opposite directions The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 foot gap. Temporary Edge Line —A SOLID line used on the edges of Traveled Way. The line shall be continuous if paint or tape is used. If temporary raised pavement markers are used, the line shall consist of markers installed continuously at 5 -foot spacing. Temporary Lane Line — A BROKEN line used to delineate adjacent lanes with traffic traveling in the same direction. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap, if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 foot gap. Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. Edge lines shall be installed only if specifically required in the Contract. All temporary pavement markings shall be retroreflective. Lincoln Ave Grade Separation Art & El. Sidewalk 29 8-23.3(4)A1 Temporary Pavement Marking Paint Paint used for short duration temporary pavement markings shall be applied in one application at a thickness of 15 mils or 108 square feet per gallon Glass beads shall be in accordance with Section 8-22.3(3)G 8-23.3(4)A2 Temporary Pavement Marking Tape Application of temporary pavement marking tape shall be in conformance with the manufacturer's recommendations. Black mask pavement marking tape shall mask the existing line in its entirety 8-23.3(4)A3 Temporary Raised Pavement Markers Temporary raised pavement markers are not allowed on bituminous surface treatments 8-23.3(4)A4 Temporary Flexible Raised Pavement Markers Flexible raised pavement markers are required for new applications of bituminous surface treatments. Flexible raised pavement markers are not allowed on other pavement types unless otherwise specified or approved by the Engineer Flexible raised pavement markers shall be installed with the protective cover in place. The cover shall be removed immediately after spraying asphaltic material 8-23.3(4)B Temporary Pavement Markings — Long Duration Application of paint, pavement marking tape and plastic for long duration pavement markings shall meet the requirements of Section 8-22 3(3); application of raised pavement markers shall meet the requirements of Section 8-09.3, and application of flexible pavement markings shall be in conformance with the manufacturer's recommendations 8-23.3(4)C Tolerance for Lines Tolerance for lines shall conform to Section 8-22 3(4). 8-23.3(4)D Maintenance of Pavement Markings Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent pavement markings are installed. As directed by the Engineer; temporary pavement markings that are damaged, including normal wear by traffic, shall be repaired or replaced immediately Repaired and replaced pavement markings shall meet the requirements for the original pavement marking 8-23.3(4)E Removal of Pavement Markings Removal of temporary paint is not required prior to paving; all other temporary pavement markings shall be removed All temporary pavement markings that are required on the wearing course prior to construction of permanent pavement markings and are not a part of the permanent markings shall be completely removed concurrent with or immediately subsequent to the construction of the permanent pavement markings Temporary flexible raised pavement markers on bituminous surface treatment pavements shall be cut off flush with the surface if their location conflicts with the alignment of the permanent pavement markings. All other temporary pavement markings shall be removed in accordance with Section 8- 22 3(6) Lincoln Ave Grade Separation Art & El. Sidewalk 30 All damage to the permanent Work caused by removing temporary pavement markings shall be repaired by the Contractor at no additional cost to the Contracting Agency. 8-23.4 Measurement Temporary pavement markings will be measured by the linear foot of each installed line or grouping of markers, with no deduction for gaps in the line or markers and no additional measurement for the second application of paint required for long duration paint lines. Short duration and long duration temporary pavement markings will be measured for the initial installation only. 8-23.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following Bid items that are included in the Proposal "Temporary Pavement Marking — Short Duration", per linear foot. "Temporary Pavement Marking — Long Duration", per linear foot. The unit Contract price per linear foot for "Temporary Pavement Marking — Short Duration" and "Temporary Pavement Marking — Long Duration" shall be full pay for all Work. Section 9-01, Portland Cement August 3, 2015 9-01.2(3) Low Alkali Cement This section is revised to read: When low alkali portland cement is required, the percentage of alkalies in the cement shall not exceed 0.60 percent by weight calculated as Na20 plus 0.658 K20. This limitation shall apply to all types of portland cement. 9-01.2(4) Blended Hydraulic Cement The first paragraph is revised to read: Blended hydraulic cement shall be either Type IP(X)(MS), Type IS(X)(MS), Type IT(PX)(LY), Type IT(SX)(LY), or Type IL(X) cement conforming to AASHTO M 240 or ASTM C 595, except that the portland cement used to produce blended hydraulic cement shall not contain more than 0.75 percent alkalies by weight calculated as Na20 plus 0.658 K20 and shall meet the following additional requirements: 1. Type IP(X)(MS) - Portland-Pozzolan Cement where (X) equals the targeted percentage of fly ash, the fly ash is limited to a maximum of 35 percent by weight of the cementitious material; (MS) indicates moderate sulfate resistance. 2. Type IS(X)(MS) - Portland Blast- Furnace Slag Cement, where: (X) equals the targeted percentage of ground granulated blast -furnace slag, the ground granulated blast furnace slag is limited to a maximum of 50 percent by weight of the cementitious material; (MS) indicates moderate sulfate resistance. 3. Type IT(PX)(LY), where (PX) equals the targeted percentage of pozzolan, and (LY) equals the targeted percentage of limestone. The pozzolan (PX) shall be Class F fly ash and shall be a minimum of 25% and a maximum of 35%. (LY) Lincoln Ave Grade Separation Art & El. Sidewalk 31 shall be a minimum of 5% and a maximum of 15%. Separate testing of each source of fly ash at each proposed replacement level shall be conducted in accordance with ASTM C 1012 at the storage temperature prescribed in Section 9 3 of the test procedure, as well as at a storage temperature of 5.0 ± 2 0 °C Expansion at 1 year shall be 0 10% or less for each test temperature 4. Type IT(SX)(LY), where (SX) equals the targeted percentage of slag cement, and (LY) equals the targeted percentage of limestone (SX) shall be a minimum of 30% and a maximum of 50% (LY) shall be a minimum of 5% and a maximum of 15%. Separate testing of each source of slag at each proposed replacement level shall be conducted in accordance with ASTM C 1012 at the storage temperature prescribed in Section 9 3 of the test procedure, as well as at a storage temperature of 5.0 ± 2 0 °C Expansion at 1 year shall be 0.10% or less for each test temperature 5. Type IL(X), where (X) equals the targeted percentage of limestone, and shall be a minimum of 5% and a maximum of 15% Type IL(X) shall only be used with either 25% to 35% replacement with Class F fly ash, or with 30% to 50% replacement with slag cement. Separate testing of each source of fly ash or slag at each proposed replacement level shall be conducted in accordance with ASTM C 1012 at the storage temperature prescribed in Section 9 3 of the test procedure, as well as at a storage temperature of 5.0 ± 2.0 °C Expansion at 1 year shall be 0 10% or less for each test temperature. The first sentence of the second paragraph is revised to read: The source and weight of the fly ash or ground granulated blast -furnace slag shall be certified on the cement mill test report or cement certificate of analysis and shall be reported as a percent by weight of the total cementitious material. This section is supplemented with the following new paragraph. Limestone shall meet the requirements of AASHTO M 240 or ASTM C 595. 9-01.3 Tests and Acceptance The first paragraph is revised to read: Cement may be accepted by the Engineer based on the cement mill test report number or cement certificate of analysis number indicating full conformance to the Specifications. All shipments of the cement to the Contractor or concrete supplier shall identify the applicable cement mill test report number or cement certificate of analysis number and shall be provided by the Contractor or concrete supplier with all concrete deliveries The second paragraph is revised to read Cement producers/suppliers that certify portland cement or blended cement shall participate in the Cement Acceptance Program as described in WSDOT Standard Practice QC 1. 9-01.4 Storage on the Work Site This section is revised to read At the request of the Engineer, the Contractor shall provide test data to show that cement stored on site for longer than 60 days meets the requirements of 9-01. Tests shall be conducted on samples taken from the site in the presence of the Engineer. Test Lincoln Ave Grade Separation Art & El. Sidewalk 32 results that meet the requirements of 9-01 shall be valid for 60 days from the date of sampling, after which the Engineer may require further testing. Section 9-03, Aggregates August 3, 2015 9-03.1(2)C Use of Substandard Gradings This section including title is deleted in its entirety and replaced with the following: Vacant 9-03.1(4)C Grading In the second paragraph, the first sentence is deleted. The third paragraph is deleted. 9-03.1(5)B Grading The last paragraph is revised to read: The Contracting Agency may sample each aggregate component prior to introduction to the weigh batcher or as otherwise determined by the Engineer. Each component will be sieve analyzed separately in accordance with WSDOT FOP for WAQTC/AASHTO Test Method T-27/11. All aggregate components will be mathematically re -combined by the proportions (percent of total aggregate by weight) provided by the Contractor on Concrete Mix Design Form 350-040. 9-03.8(1) General Requirements The first paragraph up until the colon is revised to read: Preliminary testing of aggregates for source approval shall meet the following test requirements. The list in the first paragraph is supplemented with the following: Sand Equivalent 45 min. The following new paragraph is inserted after the first paragraph: Aggregate sources that have 100 percent of the mineral material passing the No. 4 sieve shall be limited to no more than 5 percent of the total weight of aggregate. 9-03.8(2) HMA Test Requirements The second paragraph (up until the colon) is revised to read: The mix design shall produce HMA mixtures when combined with RAP, RAS, coarse and fine aggregate within the limits set forth in Section 9-03 8(6) and mixed in the laboratory with the designated grade of asphalt binder, using the Superpave gyratory compactor in accordance with WSDOT FOP for AASHTO T 312, and at the required gyrations for N initial, N design, and N maximum with the following properties: The third paragraph is revised to read: The mix criteria for Hamburg Wheel -Track Testing and Indirect Tensile Strength do not apply to HMA accepted by commercial evaluation Lincoln Ave Grade Separation Art & El. Sidewalk 33 9-03.8(3)B Gradation — Recycled Asphalt Pavement and Mineral Aggregate This section is supplemented with the following: For HMA with greater than 20 percent RAP by total weight of HMA the RAP shall be processed to ensure that 100 percent of the material passes a sieve twice the size of the maximum aggregate size for the class of mix to be produced When any amount of RAS is used in the production of HMA the RAS shall be milled, crushed or processed to ensure that 100 percent of the material passes the 1/2 inch sieve Extraneous materials in RAS such as metals, glass, rubber, soil, brick, tars, paper, wood and plastic shall not exceed 2 0 percent by mass as determined on material retained on the No 4 sieve. 9-03.14(3) Common Borrow This section is revised to read Material for common borrow shall consist of granular or nongranular soil and/or aggregate which is free of deleterious material Deleterious material includes wood, organic waste, coal, charcoal, or any other extraneous or objectionable material. The material shall not contain more than 3 percent organic material by weight. The plasticity index shall be determined using test method AASHTO T 89 and AASHTO T 90. The material shall meet one of the options in the soil plasticity table below Soil Plasticity Table Option Sieve Percent Passing Plasticity Index 1 No 200 0 - 12 N/A 2 No 200 12 1 - 35 6 or Less 3 No. 200 Above 35 0 All percentages are by weight. If requested by the Contractor, the plasticity index may be increased with the approval of the Engineer. 9-03.14(4) Gravel Borrow for Structural Earth Wall In the second table, the row beginning with "pH" is revised to read: pH WSDOT Test 4.5 - 9 5 — 10 Method T 417 9-03.21(1) General Requirements The following new paragraph is inserted after the second paragraph Reclaimed asphalt shingles samples shall contain less than the maximum percentage of asbestos fibers based on testing procedures and frequencies established in conjunction with the specifying jurisdiction and state or federal environmental regulatory agencies 9-03.21(1)B Vacant This section, including title, is revised to read: Lincoln Ave Grade Separation Art & El. Sidewalk 34 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9-03.21(1)B Concrete Rubble Concrete rubble shall not be placed below the ordinary high water mark of any water of the State. 9-03.21(1)D Recycled Steel Furnace Slag This section is supplemented with the following new sentence. Recycled steel furnace slag shall not be placed below the ordinary high water mark of any water of the State. 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material In the table, the "Concrete Rubble" value for the item "Gravel Backfill for Drains" is revised to read "0". In the table, the "Concrete Rubble" value for the item "Backfill for Sand Drains" is revised to read "0". In the table, the "Concrete Rubble" value for the item "Sand Drainage Blanket" is revised to read Section 9-07, Reinforcing Steel August 3, 2015 9-07.2 Deformed Steel Bars The first sentence is revised to read: Deformed steel bars for concrete reinforcement shall conform to either AASHTO M 31 Grade 60 or ASTM A 706 Grade 60, except as otherwise noted in this Section or as shown in the Plans. This section is supplemented with the following new sub -section: 9-07.2(1) Headed Steel Reinforcing Bar Headed steel reinforcing bars shall conform to Section 9-07.2 and ASTM A 970, including Annex Al requirements for Class HA head dimensions. Headed steel reinforcing bars shall be forged headed bars or threaded headed bars 9-07.5(1) Epoxy -Coated Dowel Bars (for Cement Concrete Pavement Rehabilitation) This section is revised to read Epoxy -coated dowel bars shall be round plain steel bars of the dimensions shown in the Standard Plans. They shall conform to AASHTO M 31, Grade 60 or ASTM A 615, Grade 60 and shall be coated in accordance with ASTM A 1078 Type 2 coating, except that the bars may be cut to length after being coated. Cut ends shall be coated in accordance with ASTM A 1078 with a patching material that is compatible with the coating, inert in concrete and recommended by the coating manufacturer. The thickness of the epoxy coating shall be 10 mils plus or minus 2 mils. The Contractor shall furnish a written certification that properly identifies the coating material, the number of each batch of coating material used, quantity represented, date of manufacture, name and address of manufacturer, and a statement that the supplied coating material meets the requirements of ASTM A 1078 Type 2 coating. Patching material, compatible with the coating material and inert in concrete and recommended by the manufacturer shall be supplied with each shipment for field repairs by the Contractor. Lincoln Ave Grade Separation Art & El. Sidewalk 35 9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement) This section's title is revised to read 9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement and Cement Concrete Pavement Rehabilitation) Section 9-08, Paints and Related Materials January 5, 2015 9-08.1(2)H Top Coat, Single Component, Moisture -Cured Polyurethane The second paragraph is revised to read Color and Gloss As specified in the Plans or Special Provisions The last item in the requirements list is revised to read: The top coat shall be a gloss or semi -gloss 9-08.1(8) Standard Colors The second paragraph is deleted The third paragraph is revised to read Unless otherwise specified, all top or finish coats shall be gloss or semi -gloss, with the paint falling within the range of greater than 70 for gloss and 35 to 70 for semi -gloss on the 60 -degree gloss meter Section 9-29, Illumination, Signal, Electrical August 3, 2015 9-29.1 Conduit, Innerduct, and Outerduct This section is supplemented with the following new subsection 9-29.1(9) Repair Manufacturer repair kits shall be used for field repair of existing conduit, innerduct and outerduct. The conduit repair kit shall be manufactured specifically for the repair of existing damaged conduit, inner duct and outer duct. The repair kit shall be prepackaged and include the split conduit and split couplings necessary to restore the damaged conduit to the original inside dimensions including a water and air tight seal 9-29.2(1)8 Heavy Duty Junction Boxes The second paragraph is revised to read. The Heavy -Duty Junction Box steel frame, lid support and lid fabricated from steel plate and shapes shall be painted with a shop applied, inorganic zinc primer in accordance with Section 6-07.3. Ductile iron and gray iron castings shall not be painted The following new paragraph is inserted after the second paragraph The concrete used in Heavy -Duty Junction Boxes shall have a minimum compressive strength of 4,000 psi. In the fourth paragraph (after the preceding Amendment is applied), the table is revised to read: Lincoln Ave Grade Separation Art & El. Sidewalk 36 1 1 1 1 1 1 1 1 1 1 1 1 1 Materials Requirement Concrete Section 6-02 Reinforcing Steel Section 9-07 Lid ASTM A 786 diamond plate steel, rolled from plate complying with ASTM A 572, grade 50 or ASTM A 588, and having a min. CVN toughness of 20 ft -Ib at 40 degrees F. Or Ductile iron casting meeting Section 9-05 15 Frame and stiffener plates ASTM A 572 grade 50 or ASTM A 588, both with min CVN toughness of 20 ft -Ib at 40 degrees F Or Gray iron casting meeting Section 9-05 15 Anchors (studs) Section 9-06 15 Threaded Anchors for Gray Iron Frame ASTM F1554 grade 55 Headed Anchor Requirements Bolts, Studs, Nuts, Washers ASTM F 593 or A 193, Type 304 or 316, or Stainless steel grade 302, 304, or 316 in accordance with approved shop drawings Hinges and Locking and Latching Mechanism and associated Hardware and Bolts In accordance with approved shop drawings Safety Bars In accordance with approved shop drawings The last paragraph is revised to read: The bearing seat and lid perimeter shall be free from burrs, dirt, and other foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated with anti -seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter shall be machined to allow a minimum of 75 percent of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area percentage will be measured for each side of the lid as it bears on the frame. 9-29.2(2) Standard Duty and Heavy -Duty Cable Vaults and Pull Boxes This section's title is revised to read: Small Cable Vaults, Standard Duty Cable Vaults, Heavy -Duty Cable Vaults, Standard Duty Pull Boxes, and Heavy -Duty Pull Boxes IIn the first paragraph, the first sentence is revised to read. 1 1 1 1 1 Small, Standard Duty and Heavy -Duty Cable Vaults and Standard Duty and Heavy -Duty Pull Boxes shall be constructed as a concrete box and as a concrete lid. 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes This section's title is revised to read: Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty Pull Boxes The first paragraph is revised to read: Small and Standard Duty Cable Vaults and Standard Duty Pull boxes shall be concrete and have a minimum load rating of 22,500 pounds and be tested in accordance with Section 9-29.2(1)C for concrete Standard Duty Junction Boxes. Lincoln Ave Grade Separation Art & El. Sidewalk 37 In the second paragraph, the first sentence is revised to read Concrete for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall have a minimum compressive strength of 4,000 psi In the third paragraph, the first sentence is revised to read. All Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes placed in sidewalks, walkways, and shared -use paths shall have slip -resistant surfaces. The fourth paragraph (up until the colon) is revised to read: Materials for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall conform to the following: 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable This section is supplemented with the following new subsection. 9-29.3(3) Wire Marking Sleeves Wire marking sleeves shall be full -circle in design, non -adhesive, printable using an indelible ink and shall fit snugly on the wire or cable Marking sleeves shall be made from a PVC or polyolefin, and provide permanent identification for wires and cables 9-29.3(2)A4 Location Wire This section is revised to read Location wire shall be steel core copper clad minimum size AWG 14 insulated conductor. The insulation shall be orange High Molecular Weight High Density Polyethylene (HMHDPE). 9-29.13(2) Manufacturing Quality This section, including title, is revised to read: 9-29.13(2) Traffic Signal Controller Assembly Testing Each traffic signal controller assembly shall be tested as follows. The Contractor shall: 1 Prior to shipping, arrange appointment for testing at the WSDOT Materials Laboratory 2 Assembly shall be defined as tightening all screws, nuts and bolts, verifying that all wiring is clear of moving parts and properly secured, installing all pluggables, connecting all cables and ensure that all Contract required documents are present, proper documentation is provided, and all equipment required by the Contract is installed 3. The Contractor shall demonstrate that all of the functions required by the Contract perform as intended. Demonstration shall include energizing the cabinet and verifying that all 8 phases, 4 pedestrian movements and 4 overlaps (as required by the Contract Provisions) operate per Section 9-29.13 The Contractor shall place the controller in minimum recall with interval timing set at convenient value for testing purposes. Upon a satisfactory demonstration the controller assembly will then be accepted by WSDOT for testing Lincoln Ave Grade Separation Art & El. Sidewalk 38 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4. If the assembly and acceptance for testing is not complete within 7 calendar days of delivery, the Project Engineer may authorize the return of the assembly to the Contractor, with collect freight charges to the Contractor. 5. WSDOT will test each traffic signal control assembly in accordance with the following test methods, WSDOT T 421, T 422, T 423, T 424, T 425, T 427, and T 428 6. If the traffic signal control assembly passes all testing, the Contractor will be notified where the assembly is to be picked -up for delivery to the project. The Contractor shall pick-up the assembly within 7 calendar days of notification. 7. If the traffic signal control assembly fails testing, the Contractor has 7 calendar days to repair or replace any components that fail during the testing process at no cost to the Contracting Agency. All repairs shall be completed during normal business hours for the State Materials Lab. A failure shall be defined as a component that no longer functions as intended under the conditions required or does not meet the requirements of the Contract and is at the sole discretion of WSDOT. Once all repairs and replacement of components is complete WSDOT will retest the traffic controller as specified in step 6 and all costs for retesting will be deducted from monies due or that may become due the Contractor 9-29.13(2)A Traffic Signal Controller Assembly Testing This section is deleted. 9-29.16 Vehicular Signal Heads, Displays, and Housing The last sentence of the last paragraph is revised to read: A 1 -inch -wide strip of yellow retro -reflective, type IV prismatic sheeting, conforming to the requirements of Section 9-28.12, shall be applied around the perimeter of each backplate with the exception of installations where all sections of the display will be dark as part of normal operation such as ramp meters, hawk signals and tunnels. Section 9-34, Pavement Marking Material January 5, 2015 9-34.2 Paint The second paragraph is revised to read Blue and black paint shall comply with the requirements of yellow paint in Section 9- 34.2(4) and Section 9-34.2(5), with the exception that blue and black paints do not need to meet the requirements for titanium dioxide, directional reflectance, and contrast ratio 9-34.4 Glass Beads for Pavement Marking Materials In the third paragraph, the table titled "Metal Concentration Limits" is revised to read: Metal Concentration Limits Element Test Method Max. Parts Per Million (ppm) Arsenic EPA 3052 SW -846 6010C 10.0 Barium EPA 3052 SW -846 6010C 100 0 Cadmium EPA 3052 SW -846 6010C 1.0 Chromium EPA 3052 SW -846 6010C 5.0 Lead EPA 3052 SW -846 6010C 50 0 Silver EPA 3052 SW -846 6010C 5.0 Lincoln Ave Grade Separation Art & El. Sidewalk 39 Mercury EPA 3052 SW -846 7471B 40 9-34.5 Temporary Pavement Marking Tape This section is revised to read Biodegradable tape with paper backing is not allowed. This section is supplemented with the following new sub -sections 9-34.5(1) Temporary Pavement Marking Tape — Short Duration Temporary pavement marking tape for short duration shall conform to ASTM D4592 Type 11 except that black tape, black mask tape and the black portion of the contrast removable tape, shall be non -reflective 9-34.5(2) Temporary Pavement Marking Tape — Long Duration Temporary pavement marking tape for long duration shall conform to ASTM D4592 Type I. Temporary pavement marking tape for long duration, except for black tape, shall have a minimum initial coefficient of retroreflective luminance of 200 mcd*m-21x' when measured in accordance with ASTM E 2832 or ASTM E 2177 Black tape, black mask tape and the black portion of the contrast removable tape, shall be non -reflective 9-34.6 Temporary Raised Pavement Markers This section's title is revised to read: Temporary Flexible Raised Pavement Markers The second paragraph is deleted Section 9-35, Temporary Traffic Control Materials August 4, 2014 9-35.0 General Requirements The following item is deleted from the list of temporary traffic control materials. Barrier Drums The last sentence of the second paragraph is revised to read. Certification for crashworthiness according to NCHRP 350 or the Manual for Assessing Safety Hardware (MASH) will be required as described in Section 1-10.2(3). 9-35.2 Construction Signs The first sentence is revised to read Construction signs shall conform to the requirements of the MUTCD and shall meet the requirements of NCHRP Report 350 for Category 2 devices or MASH. 9-35.7 Traffic Safety Drums The third paragraph is revised to read: Drums and Tight units shall meet the crashworthiness requirements of NCHRP 350 or MASH as described in Section 1-10.2(3) Lincoln Ave Grade Separation Art & El. Sidewalk 40 9-35.8 Barrier Drums This section including title is deleted in its entirety and replaced with the following: 9-35.8 Vacant 9-35.12 Transportable Attenuator In the first paragraph, the fourth sentence is revised to read: The Contractor shall provide certification that the transportable attenuator complies with NCHRP 350 Test level 3 or MASH Test Level 3 requirements. 9-35.13 Tall Channelizing Devices In the sixth paragraph, the last sentence is revised to read: 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 or MASH as described in Section 1-10.2(3). Lincoln Ave Grade Separation Art & El. Sidewalk 41 Lincoln Ave Grade Separation Art & El. Sidewalk 42 INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2014 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each Provision supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project -specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example. (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) Also incorporated into the Contract Documents by reference are. • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Yakima Standard Details • City of Yakima Project Details Contractor shall obtain copies of these publications, at Contractor's own expense. Lincoln Ave Grade Separation Art & El. Sidewalk 43 Division 1 General Requirements DESCRIPTION OF WORK (March 13, 1995) This Contract provides for the improvement of *** Lincoln Avenue by constructing an elevated sidewalk on the south side of Lincoln Avenue from 1St Avenue to 1st Street, re -striping Lincoln Avenue, constructing ADA compliant curb ramps, and constructing the "Bins of Light" artwork *** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01.3 Definitions (July 23, 2015 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following• Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date 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, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". Lincoln Ave Grade Separation Art & El. Sidewalk 44 All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency. Additive A supplemental unit of work or group of bid items, identified separately in the Bid 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 Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. 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. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Lincoln Ave Grade Separation Art & El. Sidewalk 45 Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39 04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following• Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below. To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 6 Furnished automatically upon award. Contract Provisions 6 Furnished automatically upon award Large plans (e.g., 22" x 34") N/A Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. Examination of Plans, Specifications and Site of Work 1-02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following. The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions, summations, the total bid amount; signatures; date, and, where applicable, retail sales taxes and acknowledgment of addenda, the bidder's name, address, telephone number, and signature, the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Lincoln Ave Grade Separation Art & El. Sidewalk 46 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by. the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (August 15, 2012 APWA GSP, Option A) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the Lincoln Ave Grade Separation Art & El. Sidewalk 47 envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery If the project has FHWA funding and requires DBE Written Confirmation Documents or Good Faith Effort Documentation, then to be considered responsive, the Bidder shall submit with their Bid Proposal, written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272-056A EF, as required by Section 1-02 6. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if. 1 The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder The Bidder must then submit the revised or supplemented package in its entirety If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable 1-02.12 Public Opening of Proposals (May 4, 2012 APWA GSP) Delete this section and replace it with the following: Proposals will be opened and publicly read at the time indicated in the Call for Bids, after the deadline(s) for submitting all elements of the Bid Proposal including DBE Written Confirmation Documents and/or Good Faith Effort Documentation, unless the Bid opening has been delayed or canceled. Bidders, their authorized agents, and other interested parties are invited to be present. 1-02.13 Irregular Proposals (March 13, 2012 APWA GSP) Revise item 1 to read 1. A proposal will be considered irregular and will be rejected if. Lincoln Ave Grade Separation Art & El. Sidewalk 48 a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f The Proposal form is not properly executed, g The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02 6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option A) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. As evidence that the Bidder meets the mandatory bidder responsibility criteria, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility The Contracting Agency also reserves the right to obtain information from third parties concerning a Bidder's compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Lincoln Ave Grade Separation Art & El. Sidewalk 49 1-02.15 Pre Award Information (August 14, 2013 APWA GSP) Revise this section to read. Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3 A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5 Attendance at a conference with the Engineer or representatives of the Engineer, 6 Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. Section 1-02 is supplemented with the following: (April 5, 2004) Protest Procedures Form and Substance All protests regarding any contents or portion of the bid proposal must be submitted to the Contracting Agency as soon as possible after the protestant becomes aware of the reason(s) for the protest. All protests must be in writing and signed by the protestant or an authorized agent. Such writing must state all facts and arguments on which the protestant is relying as the basis for its action Such protestant shall also attach, or supply on demand by the Contracting Agency, any relevant exhibits referenced in the writing Copies of all protests and exhibits shall be mailed or delivered by the protestant to the bidder against whom the protest is made (if any) at the same time such protest and exhibits are submitted to the Contracting Agency. All protests shall be directed to. Washington State Department of Transportation Attn Manager, Contract Ad & Award PO Box 47360 Olympia, Washington 98504-7360 Phone: (360) 705-7017 Fax: (360) 705-6810 Pre -award Protests To allow sufficient response time, all pre -award protests must be received by the contracting agency no later than 5:00 p m. of the second business day after the bid opening date. If the protest is mailed after the bid opening date and before the pre- award protest deadline, the protestant shall immediately notify WSDOT's Manager, Contract Ad & Award by telephone, or some other means of rapid communication, that a protest has been made. The Contracting Agency shall consider all the facts available to it, and issue a decision in writing within five (5) business days after receipt of the protest, unless, in Lincoln Ave Grade Separation Art & El. Sidewalk 50 the Contracting Agency's sole discretion, more time is needed. The protestant and the bidder(s) against whom the protest is made will be notified if additional time is necessary; and if the additional time required affects the bid opening date or the award date, all bidders shall be notified. The Contracting Agency's decision shall be final and conclusive. Selection of the successful bidder, if one is to be made, will be postponed until after the Contracting Agency has issued its decision. The Contracting Agency shall provide the protestant with written notice of this decision no later than two full working days prior to execution of the contract. Post -award Protests The Contracting Agency shall immediately notify all unsuccessful bidders of the Contracting Agency's award decision. Any decision made by the Contracting Agency regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of the judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of Thurston County, Washington Protests which do not comply with the above-specified procedures will not be considered. 1-03 Award and Execution of Contract 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within Ten(10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07 18, and a satisfactory bond as required by law and Section 1-03.4. Before Lincoln Ave Grade Separation Art & El. Sidewalk 51 execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02 15 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of Twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond, or be separate payment and performance bonds In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall 1 Be on Contracting Agency -furnished form(s), 2 Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3 Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure a Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work, 4 Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW, and 5 Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond, and 6 Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). Lincoln Ave Grade Separation Art & El. Sidewalk 52 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-05 Control of Work 1-05.4 Conformity With And Deviations From Plans And Stakes This section is supplemented with the following: The Contractor shall be responsible for all surveying required for this project. A Professional Surveyor, licensed in the State of Washington, shall be employed by the Contractor to perform all horizontal and vertical control work, and to do the construction 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 the other bid items of the project. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of Toss or damage to the public. Lincoln Ave Grade Separation Art & El. Sidewalk 53 Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following. 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion The Engineer may also establish the Substantial Completion Date unilaterally If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection The Engineer will set a date for final inspection The Engineer and the Lincoln Ave Grade Separation Art & El. Sidewalk 54 Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section Lincoln Ave Grade Separation Art & El. Sidewalk 55 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item 1-06 Control of Material Section 1-06 is supplemented with the following Buy America (August 6, 2012) In accordance with Buy America requirements contained in 23 CFR 635.410, the major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500 00, whichever is greater. American-made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating The action of applying a coating to steel or iron is deemed a manufacturing process Coating Lincoln Ave Grade Separation Art & El. Sidewalk 56 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. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1. 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 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented with the following (January 5, 2015) For each proposed material that is required to be submitted for approval using either the QPL or RAM process the Contractor will be allowed to submit for approval two materials per material type at no cost. Additional materials may be submitted for approval and will be processed at a cost of $100.00 per material submitted by QPL submittal and $300.00 per material submitted by RAM All costs for the processing additional materials will be deducted from monies due or that may come due to the Contractor. Subject to a request by the Contractor and a determination by the Engineer the costs for processing may be waived. 1-07 Legal Relations and Responsibilities to the Public Section 1-07 is supplemented with the following: 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following. Lincoln Ave Grade Separation Art & El. Sidewalk 57 In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07 2(1) through 1-07 2(3) are meant to clarify those rules The Contractor should contact the Washington State Department of Revenue for answers to questions in this area The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07 2(2) describes this exception The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.051) The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the Lincoln Ave Grade Separation Art & El. Sidewalk 58 state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system, and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.13 Contractor's Responsibility for Work 1-07.13(4) Repair of Damage Section 1-07 13(4) is revised to read. (August 6, 2001) The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1- 07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04 4 Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1-07.17 Utilities and Similar Facilities Lincoln Ave Grade Separation Art & El. Sidewalk 59 Section 1-07 17 is supplemented with the following: (April 2, 2007) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: *** City of Yakima Water & Irrigation City of Yakima Wastewater Div. Centurylink Pacific Power Charter Communications Cascade Natural Gas Corp *** 2301 Fruitvale Blvd 2220 E. Viola 8 W. 2nd Ave Room 304 P.0 Box 1729 1005 N. 16th Ave 401 N. 1S' St. Yakima, WA 98902 Yakima, WA 98901 Yakima, WA 98902 Yakima, WA 98907 Yakima, WA 98902 Yakima, WA 98901 509-575-6154 509-575-6077 509-575-7183 509-575-3146 509-575-1697 509-457-5905 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 (January 24, 2011 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 policies shall contain a "cross liability" provision Lincoln Ave Grade Separation Art & El. Sidewalk 60 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. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. 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. 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • appointed officials The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2 Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07 18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a Lincoln Ave Grade Separation Art & El. Sidewalk 61 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) 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 Section 1-07.23(1) is supplemented with the following Lincoln Ave Grade Separation Art & El. Sidewalk 62 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (January 2, 2012) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: _ RegOlaf iy;.— - = y , Posted: S eecf _- :a'`'�.'�`' ''.,� .�;*': "_: =''Distance" Froi-w z 'Traveled:Wa , =�'-ff`.,: ..'(Feet)` �,;;- 35 mph or less 10 * 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Lincoln Ave Grade Separation Art & El. Sidewalk 63 Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section. 1-08.0(1) Preconstruction Conference (October 10, 2008 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; Lincoln Ave Grade Separation Art & El. Sidewalk 64 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 conference 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. Add the following new section: 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than noon prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews, personnel from the Contracting Agency's material testing lab; inspectors, and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4 If a 4-10 work schedule is requested and approved the non working day for the week will be charged as a working day 5 If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll Lincoln Ave Grade Separation Art & El. Sidewalk 65 1-08.1 Subcontracting (July 23, 2015 APWA GSP) Delete the eighth paragraph and replace it with the following On all projects funded with federal assistance the Contractor shall submit "Quarterly Report of Amounts Credited as DBE Participation" (form 422-102 EF) on a quarterly basis, in which DBE Work is accomplished, for every quarter in which the Contract is active or upon completion of the project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters 1-08.3 Progress Schedule This section is supplemented with the following The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule 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 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 Work Delete this section and replace it with the following. 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the Lincoln Ave Grade Separation Art & El. Sidewalk 66 placement of all necessary signs and traffic control devices in accordance with 1-10.1(2) Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion (August 14, 2013 APWA GSP, Option A) Revise the third and fourth paragraphs to read. Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor The following events must occur before the Completion Date can be established. 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b Material Acceptance Certification Documents c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. Property owner releases per Section 1-07.24 (March 13, 1995) This project shall be physically completed within *** 60 *** working days Lincoln Ave Grade Separation Art & El. Sidewalk 67 1-08.9 Liquidated Damages (August 14, 2013 APWA GSP) Revise the fourth paragraph to read: When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 1-09 Measurement and Payment 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following. The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification Absent a lump sum breakdown, the Project Engineer will make a determination based on information available The Project Engineer's determination of the cost of work shall be final Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer A progress estimate cutoff date will be established at the preconstruction conference The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date Progress estimates made during progress of the Lincoln Ave Grade Separation Art & El. Sidewalk 68 work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects, 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05 1. 1-09.11(3) Time Limitation and Jurisdiction (July 23, 2015 APWA GSP) Delete this section and replace it with the following: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05 12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following. The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or Tess, submitted in accordance with Section 1-09.11 and not resolved by Lincoln Ave Grade Separation Art & El. Sidewalk 69 nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration 1-09.13(3)A Administration of Arbitration (July 23, 2015 APWA GSP) Revise the third paragraph to read The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.05 shall control venue and jurisdiction of the Superior Court The decision of the arbitrator and the specific basis for the decision shall be in writing The arbitrator shall use the Contract as a basis for decisions 1-10 Temporary Traffic Control 1-10.2 Traffic Control Management 1-10.2(1) General Section 1-10 2(1) is supplemented with the following. (December 1, 2008) Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following. The Northwest Laborers -Employers Training Trust 27055 Ohio Ave Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Ave N Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone (540) 368-1701 1-10.4 Measurement 1-10.4(1) Lump Sum Bid for Project (No Unit Items) Section 1-10.4(1) is supplemented with the following: (August 2, 2004) The proposal contains the item "Project Temporary Traffic Control", lump sum. The provisions of Section 1-10.4(1) shall apply Lincoln Ave Grade Separation Art & El. Sidewalk 70 Division 2 Earthwork 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 Construction Requirements Section 2-02.3 is supplemented with the following: Prior to removal, the Contractor shall use a vertical saw cut to delineate the areas of pavement removal from those areas that pavement is to remain. Concrete curb, gutter and sidewalks shall be removed to the nearest convenient joint if practical. If not practical to remove to the nearest joint, the Contractor shall saw cut these structures in neat vertical and straight transverse horizontal line to provide a matching joint for the new construction. The materials to be removed under this section shall become the property of the Contractor. The Contractor shall remove and dispose of the materials outside of the project limits. Any damage caused to the pavement, curb, gutter or sidewalk, due to the Contractor's operation that is scheduled to remain, shall be repaired by the Contractor to the satisfaction of the Engineer at no expense to the Contracting Agency The removed median barrier shall be hauled to the City's Public Works Yard located at 2301 Fruitvale Boulevard. Contact Joe Rosenlund at (509) 576-6430 prior to delivery to establish the exact location. 2-02.3(3) Removal of Pavements, Sidewalks, Curbs and Gutters This section is supplemented with the following: Item 1 is revised to read: Haul all broken pieces to an off -project site to be obtained by the Contractor. Item 3 is revised by adding the following to the end of the first sentence: "or remove to the nearest joint as directed." 2-02.4 Measurement This section is supplemented with the following: Where saw cutting is necessary, the Contractor shall be paid by the linear foot, regardless of depth of cut, which includes all labor and equipment required to do the cut. (October 25, 1999) Sidewalk removal will be measured by the square yard. (September 8, 1997) Curb removal will be measured by the linear foot. Removing median barrier will be measured by the linear foot. Lincoln Ave Grade Separation Art & El. Sidewalk 71 Sawcutting for sidewalk or curb removal shall be incidental to "Removing Cement Conc Sidewalk", and "Removing Cement Concrete Curb " 2-02.5 Payment This section is supplemented by adding the following pay item "Saw Cut", per linear foot. (November 3, 1999) "Removing Cement Conc Sidewalk", per square yard (September 8, 1997) "Removing Cement Conc. Curb", per linear foot. The Contractor shall make all excavations including haul and disposal, regardless of depth, required for constructing curb, sidewalks, curb ramps, and driveways that includes 2 inches of crushed surfacing top course underneath, according to the plans and standard details All costs thereof shall be included in the Contract price "Removing Cement Conc. All costs to remove and dispose of the canal railing shall be paid as "Removal of Structures and Obstructions". "Removing Median Barrier", per linear foot. The unit contract price per linear foot for "Removing Median Barrier" shall be full payment for all labor and equipment to remove the median barrier, including hauling and stacking it at the City's Public Works Yard 2-07 WATERING 2-07.3 Construction Requirements Add the following new section: 2-07.3(A) Water Supplied From Hydrants The Contractor shall contact the City of Yakima Water/Irrigation Division to secure a metered hydrant connection and comply with all requirements before obtaining water from fire hydrants The Contractor shall notify the Engineer as soon as permit has been obtained. The contractor shall only use hydrant wrenches to operate hydrants The hydrant valve must be open full, since a partially opened valve may cause damage to the hydrant. The auxiliary valve on the outlet of the metered hydrant connection shall be used with for flow control purposes Fire hydrant valves must be closed slowly to avoid pressure surges in the water system The Contractor shall carefully note the importance of following these directions If a hydrant or metered connection is damaged, the Contractor shall immediately notify the City of Yakima Water/Irrigation Division so that the damage can be repaired as quickly as possible Upon completing the use of the hydrants, the Contractor shall return the metered hydrant connection The City of Yakima Water/Irrigation Division may inspect the hydrant for any Lincoln Ave Grade Separation Art & El. Sidewalk 72 1 I possible damage. The contractor will be billed for repairing the damage to a hydrant or meter if resulting from improper use. I The contractor shall convey the water from the nearest convenient hydrant at their own expense and as approved by the City of Yakima Water/Irrigation Division The contractor shall be responsible for all costs associated with the use of the hydrant, including rental fees and metered water use. IAny violation of these requirements may result in fines and damage costs to the contractor resulting from the malfunctioning of damaged fire hydrants, in the event of fire. 1 2-07.4 Measurement This section is supplemented with the following: 1 There will be no measurement for water. 1 2-07.5 Payment This section is supplemented with the following. All costs to provide and apply water shall be incidental to construction. All costs shall be 1 included in other contract pay items. I DIVISION 6 STRUCTURES 1 6-02 CONCRETE STRUCTURES 6-02.4 Measurement I Section 6-02.4 is supplemented with the following: (******) Single Slope Concrete Barrier Transition will be measured per each I6-02.5 Payment 1 Section 6-02.5 is supplemented with the following: (******) 1 The unit price for "Single Slope Concrete Barrier Transition" per each shall include all cost for labor, equipment and materials to construct the barrier as shown in the plans. This cost also includes furnishing and installing the Pedestrian Rail galvanized sleeves 1 and associated epoxy and the application of pigment sealer. 6-03 Steel Structures I6-03.1 Description This Work consists of furnishing, fabricating, erecting, cleaning, and painting steel artwork I support structures. 6-03.2 Materials IMaterials shall meet the requirements of the following sections: Structural Steel and Related Materials 9-06 I Lincoln Ave Grade Separation Art & El. Sidewalk 73 Grout 9-20.3 Structural steel shall be classified as: Structural carbon steel 6-03.3 Construction Requirements 6-03.3(2) Facilities for Inspection The Contractor shall provide all facilities the Inspector requires to inspect material and workmanship. Inspectors shall be given safe and free access to all areas in the mill and shop. 6-03.3(3) Inspector's Authority The Inspector may reject materials or workmanship that does not comply with these Specifications In any dispute, the Contractor may appeal to the Engineer whose decision shall be final By its inspection at the mill and shop, the Contracting Agency intends only to facilitate the Work and prevent errors. This inspection shall not relieve the Contractor of any responsibility for identifying and replacing defective material or workmanship 6-03.3(4) Rejections Even if the Inspector accepts materials or finished members, the Contracting Agency may later reject them if defective The Contractor shall promptly replace or make good any rejected materials or workmanship. 6-03.3(7) Shop Plans The Contractor shall submit for approval all shop detail plans for fabricating the steel. Shop plans shall be submitted electronically in .pdf format and will be returned in .pdf format. Unless the Engineer permits it in writing, no changes shall be made in any drawing after its approval. 6-03.3(8) Substitutions The Contractor shall not substitute sections that differ from Plan dimensions unless the Engineer approves in writing If the Contractor requests and receives approval to substitute heavier members, the Contracting Agency shall not pay any added cost. 6-03.3(9) Handling, Storing, and Shipping of Materials Before fabrication, all material stored at the fabricating plant shall be protected from rust, dirt, oil, and other foreign matter The Contracting Agency will accept no rust pitted material. After fabrication, all material awaiting shipment shall be subject to the same storage requirements as unfabricated material All structural steel shall arrive at the job in good condition. As the Engineer requires, steel damaged by salt water shipment shall be thoroughly cleaned by high pressure water flushing, chemical cleaning, or sandblasting, and repainted with the specified shop coat. All material shall be stored so as to prevent rust and loss of small parts. Piled material shall not rest on the ground or in water but on skids or platforms The loading, transporting, unloading, and piling of the structural steel material shall be so conducted that the metal will be kept clean and free from injury from rough handling In field assembly of structural parts, the Contractor shall use methods and equipment not likely to twist, bend, deform, or otherwise injure the metal. Any member slightly bent or Lincoln Ave Grade Separation Art & El. Sidewalk 74 twisted shall be corrected before it is placed. The Contracting Agency will reject any member with serious handling damage. 6-03.3(11) Workmanship and Finish Workmanship and finish shall be first-class, equaling the best practice in modern steel fabrication shops. Welding, shearing, burning, chipping, and grinding shall be done neatly and accurately. All parts of the Work exposed to view shall be neatly finished. 6-03.3(14) Edge Finishing 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. Sheared edges on plates more than %-inch thick shall be planed, milled, ground, or thermal cut to a depth of at least %-inch. Re-entrant corners or cuts shall be filleted to a minimum radius of 1 -inch 6-03.3(23) Welding and Repair Welding Welding and repair welding shall comply with the AWS D1.1 Structural Welding Code - Steel. The requirements described in the remainder of this section shall prevail whenever they differ from either of the above welding codes. The Contractor shall weld structural steel only to the extent shown in the Plans. No welding, including tack and temporary welds shall be done in the shop or field unless the location of the welds is shown on the approved shop drawings or approved by the Engineer in writing Welding procedures shall be submitted for approval with shop drawings. The procedures shall specify the type of equipment to be used, electrode selection; preheat requirements, base materials, and joint details. When the procedures are not prequalified by AWS, evidence of qualification tests shall be submitted. In shielded metal -arc welding, the Contractor shall use low -hydrogen electrodes. In submerged -arc welding, flux shall be oven -dried at 550°F for at least 2 -hours, then stored in ovens held 'at 250°F or more. If not used within 4 -hours after removal from a drying or storage oven, flux shall be redried before use. Preheat and interpass temperatures shall conform to the applicable welding code as specified in this section. If groove welds (web -to -web or flange -to -flange) have been rejected, they may be repaired no more than twice. If a third failure occurs, the Contractor shall: 1. Trim the members, if the Engineer concurs, at least 1/2 -inch on each side of the weld; or 2. Replace the members at no expense to the Contracting Agency. By using extension bars and runoff plates, the Contractor shall terminate groove welds in a way that ensures the soundness of each weld to its ends. The bars and plates shall be Lincoln Ave Grade Separation Art & El. Sidewalk 75 removed after the weld is finished and cooled The weld ends shall then be ground smooth and flush with the edges of abutting parts The Contractor shall not. 1. Weld with electrogas or electroslag methods, 2. Weld nor flame cut when the ambient temperature is below 20°F, or 3. Use coped holes in the web for welding butt splices in the flanges unless the plans show them 6-03.3(25)A Welding Inspection The Contractor's inspection procedures, techniques, methods, acceptance criteria, and inspector qualifications for welding of steel Structures other than steel bridges shall be in accordance with AWS D1.1/D1.1M, latest edition, Structural Welding Code. The requirements described in the remainder of this section shall prevail whenever they differ from either of the above welding codes. Nondestructive testing in addition to visual inspection shall be performed by the Contractor. Unless otherwise shown in the Plans or specified in the Special Provisions, the extent of inspection shall be as specified in this section Testing and inspection shall apply to welding performed in the shop and in the field. Visual Inspection All welds shall be 100 -percent visually inspected Visual inspection shall be performed before, during, and after the completion of welding Ultrasonic Inspection Complete penetration groove welds of channels to base plates shall be 100 -percent ultrasonically inspected. 6-03.3(27) High Strength Bolt Holes At the Contractor's option under the conditions described in this section, holes may be punched or subpunched and reamed, drilled or subdrilled and reamed, or formed by numerically controlled drilling operations The hole for each high strength bolt shall be '/16 -inch larger than the nominal diameter of the bolt. 6-03.3(28) Shop Assembly 6-03.3(28)B Check of Shop Assembly The Contractor shall check each assembly for alignment, accuracy of holes, fit of milled joints, and other assembly techniques. 6-03.3(30) Painting All painting shall be in accordance with Artist plans and specifications. 6-03.3(31) Alignment and Camber Before beginning field bolting, the Contractor shall. 1 Adjust the Structure to correct grade and alignment, and 2. Regulate elevations of panel points. 6-03.3(32) Assembling and Bolting Lincoln Ave Grade Separation Art & El. Sidewalk 76 To begin bolting any field connection, the Contractor shall install and tighten to snug -tight enough bolts to bring all parts into full contact with each other prior to tightening these bolts to the specified minimum tension. "Snug -tight" means either the tightness reached by (I) a few blows from an impact wrench or (2) the full effort of a person using a spud wrench. 6-03.3(33) Bolted Connections Bolts, nuts, and hardened washers shall meet the requirements of Section 9-06. Hardened washers shall be used under both the head and the nut. All galvanized nuts shall be lubricated with a lubricant containing a visible dye so a visual check for the lubricant can be made at the time of field installation. After assembly, bolted parts shall fit solidly together. They shall not be separated by washers, gaskets, or any other material. Assembled joint surfaces, including those next to bolt heads, nuts, and washers, shall be free of loose mill scale, burrs, dirt, and other foreign material that would prevent solid seating. 6-03.3(33)C Existing Anchor Bolts Anchor bolts for this work are already in place. Drawings are available for the contractor's use. Contractor to confirm all measurements in the field prior to fabrication 6-03.3(36) Setting and Grouting Base Plates The following procedure applies to the base plates. To set base plates, the Contractor shall: 1. Set base plates on the anchor bolts; 2. Place steel shims under the base plates to position artwork supports plumb and to line and grade and in relationship to each other. 3. Grout the annular space between the oversize hole and the anchor bolt with an approved epoxy grout. 4. Place galvanized plate washers over the oversize holes. 5. Draw anchor bolt nuts down tight; and 6 Leave at least 3h -inch of space under each base plate for grout. 7. Fill the space between the top of the masonry and the top of the concrete bearing seat with grout. Grout shall conform to Section 9-20. 6-03.3(42) Surface Condition As the Structure is erected, the Contractor shall keep all steel surfaces clean and free from dirt, concrete, mortar, oil, paint, grease, and other stain -producing foreign matter. Any surfaces that become stained shall be cleaned as follows: Painted steel surfaces shall be cleaned by methods required for the type of staining. The method shall be submitted to the Engineer for approval. 6-06 STANDARD HAND RAIL PEDESTRIAN RAILING 6-06.2 Materials Section 6-06.2 is supplemented with the following: Pipe for posts and longitudinal members shall conform to ASTM A 53, Grade B, Type E or S, galvanized, and shall be Schedule 40 unless otherwise shown in the Plans. Lincoln Ave Grade Separation Art & El. Sidewalk 77 Steel bars, plates, and shapes shall conform to ASTM A 36, and shall be galvanized in accordance with AASHTO M 111, except that structural shapes may conform to ASTM A 992 Bolts, nuts, and washers shall conform to Section 9-06.5(3), and shall be galvanized after fabrication in accordance with AASHTO M 232 6-06.5 Payment Section 6-06.5 is supplemented with the following: "Standard Hand Rail Pedestrian Railing", per linear foot. The unit Contract price per linear foot for "Standard Hand Rail Pedestrian Railing" shall be full payment for labor, equipment and materials required to furnish and install the railing as shown in accordance with the plans and specifications DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.3 Construction Requirements Supplement this section with the following Where existing curbing is to be removed and replaced with new curbing, and where new curbing for new roadway lanes is to be constructed, and in performing the removal of the existing curbing for such work the adjacent existing pavement is disturbed, the contractor shall trim the existing pavement in a neat line in preparation for HMA pavement construction 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3 Construction Requirements Section 8-14.3 is supplemented with the following: (April 4, 2011) The Contractor shall request a pre -meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include 1 The Prime Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2 Project Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work Items to be discussed in this meeting shall include, at a minimum, the following: 1 Slopes shown on the Plans. 2 Inspection 3. Traffic control 4. Pedestrian control, access routes and delineation Lincoln Ave Grade Separation Art & El. Sidewalk 78 5. Accommodating utilities 6. Form work 7. Installation of detectable warning surfaces This section is also supplemented with the following: All sidewalks not located within driveway approach areas shall be four (4) inch thick cement concrete with 2 inch CSTC base. All sidewalks located within or a part of a driveway approach area shall be six (6) inch thick cement concrete with 2 inch CSTC base See City of Yakima Standard Detail R5. Existing sidewalks at match existing locations shall be removed to the nearest convenient existing joint or saw cut in a neat vertical, straight transverse line at locations approved by the Engineer. Joint filler material to form a new expansion joint shall be placed as indicated on the Standard Detail for Sidewalk. 8-14.5 Payment This section is also supplemented with the following. All costs required to furnish, place and compact the Crushed Surfacing Top Course beneath the cement concrete sidewalk and curb ramps shall be incidental to, and included in the per square yard unit contract prices for "Cement Concrete Sidewalk" and the per each unit contract prices for "Cement Concrete Curb Ramp Type 8-30 REPAIR OR REPLACEMENT (New Section) 8-30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8-30.5 Payment Payment will be made for the following bid items. "Repair or Replacement", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor 8-31 PROJECT AESTHETICS ARTWORK "BINS OF LIGHT" 8-31.1 Description This work consists of fabricating, constructing, furnishing and installing the artwork entitled "Bins of Light" for the recently completed Yakima Railroad Grade Separations Phase 2 - Lincoln Avenue Project in accordance with the Project Drawings and these Specifications This Section specifies work and products made entirely or partially from standard manufactured products, some that require custom fabrication, finishing, and assembly to be installed to exacting standards requiring high quality materials and skillful workmanship Lincoln Ave Grade Separation Art & El. Sidewalk 79 where appearance is a primary concern. The provisions and intent of the Contract, including the General Conditions, Supplementary Conditions and General Requirements, apply to the work as specified in this Section, and other reference Sections of these Specifications Artist Contact Information: Haddad/Drugan, LLC 1941 1St Avenue S , Studio 3i Seattle, WA 98134 206.621 7333 tom@haddad-drugan com 8-31.2 Materials Materials shall meet the requirements of the following Sections: Art Structures Art Coatings Art Lighting Section 6-03 (Artwork Steel Structures) Section 9 06 (Structural Steel and Related Materials) Section 9.20 (Patching Material, Grout, and Mortar) Section 9 08 (Paints and Related Materials) Section 9-37("Bins of Light" — Art Materials) Section 9-29 (Illumination, Signal, Electrical) Section 9-29.26 (Art Lighting Control Panel) Section 9-29.27 (Art Lighting Fixtures and Drives) Section 9-29.28 (Motion Sensor) Section 9-29 29 (Photo Sensor) Section 9-37 ("Bins of Light" — Art Materials) Other Art Materials Section 9-37 ("Bins of Light" — Art Materials) 8-31.3 Construction Requirements 8-31.3(1) General Location of Art structures, panels, lighting, controls, and all other fabrications and equipment shall be as shown in the Drawings, confirmed in the field by Engineer and Artist, and shall be of the size and type indicated. No changes shall be made except as approved by the Engineer and Artist. In the event of a discrepancy, do not proceed with fabrication or installation until resolved by the Engineer and Artist. In addition to these Specifications, construction and materials shall conform to applicable Sections listed in Section 8-31.2, and other relevant WSDOT standard Specifications, Provisions, and Drawings In addition to complying with all pertinent codes and regulations, comply with "Specification for the Design, Fabrication and Erection of Structural Steel for Buildings" of AISC. "Code for Welding in Building Construction" of AWS American Architectural Manufacturers Association (AAMA) Lincoln Ave Grade Separation Art & El. Sidewalk 80 AAMA 611: Voluntary Standards for Anodized Architectural Aluminum. American Welding Society (AWS) AWS D1.1, AWS A5.4, AWS B2.1: Structural Welding Code — Steel American Society for Testing and Materials (ASTM) ASTM A 29: Specification for Steel Bars, Carbon and Alloy, Hot -Wrought and Cold - Finished ASTM A 36: Specification for Carbon Structural Steel ASTM A 500 Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shape ASTM F593 Specification for Stainless Steel Threaded Rods ASTM F594 Specification for Stainless Steel Nuts ASTM C 1172 Specification for Laminated Architectural Flat Glass 8-31.3(2) Submittals The Contractor shall submit supplemental data (including but not limited to catalog cut sheets, product specifications, material list, shop drawings, installation plan, wiring diagrams, etc) and samples of the materials, products, and finishes as required to Engineer and Artist for approval. Submittals must be received by Engineer and Artist at their offices (or at other approved location if mutually agreed by all parties) for approval at least two weeks prior to anticipated acceptance. The Contractor must receive all approvals by the Artist and Engineer in writing before commencement of work, or procurement materials. Any material purchased or labor performed prior to such approval shall be at the Contractor's risk. 8-31.3(2)A Material List Before Art fabrications are begun, the Contractor shall submit to the Engineer and Artist a completed "Request for Approval of Material" that describes the material proposed for use to fulfill the Plans and Specifications. This list will identify proposed materials that may or may not specifically be called out in Drawings or Specifications, materials identified but not with specific products identified, or proposed materials meeting requirements of "an approved equal". 8-31.3(2)B Installation Plan Before Art installation, the Contractor shall submit a written description of transportation, permits (lane closures etc ), protection, staging, safety protocols, and installation methods for all elements of "Bins of Light" including erection plans. If required by Engineer, erection plans shall have stamped calculations verifying safety of erection and rigging provided by a Structural Engineer registered in the State of Washington. 8-31.3(2)C Shop Drawings Before Art fabrications are begun, the Contractor shall submit to the Engineer and Artist a complete set of Shop Drawings for Art Structures for approval. Shop Drawings shall include all elements including those that are not shown, and any suggested modifications to Drawings. Shop drawings shall include field condition verified as -built information on mounting locations, sizes, and all associated conditions that may effect fabrication and installation. Include plans, elevations, component details, and attachments to other work. Indicate dimensions, materials and profiles of each metal member, fittings, joinery, fasteners, anchorages, and accessory items Shop Drawings shall indicate the number and location of holes and threaded studs in metal fabrications necessary for base plates, aluminum graphic Lincoln Ave Grade Separation Art & El. Sidewalk 81 panels, glass, lighting and electrical components, top cap, base panel, and bird wire attachment. Shop Drawings shall show all locations, markings, quantities, materials, sizes and shapes and indicate all methods of connecting, anchoring, fastening, bracing and attaching the work of all trades. Indicate welded connections with standard AWS welding symbols For Art Lighting and Controls electrical work provide Cabinet and pad design and layout of equipment in cabinet and Wiring Diagrams that detail specific systems tailored to this Project. These diagrams must differentiate between manufacturer -installed and field -installed wiring and indicate coordination with metal fabrications necessary for routing of wiring. 8-31.3(2)D Samples Contractor shall provide the following samples to the Artist and Engineer for approval Approved samples that meet the aesthetic requirements can be used for final installation. 1. One full-size Aluminum Panel with fruit label graphic cut out and associated Acrylic Backing Panel attached Aluminum Panel shall have holes for panel attachment to Art Structures, anodized and painted finishes per Section 9-37.11, and frosted acrylic backing panel 2. One full-size Laminated Color Art Glass Panel with printed graphic imagery and sandblasted back. 3 One 6" long full-size section of Aluminum Top Cap with both interior and exterior edge applications 4 One of each type of fastener labeled including, bolts, threaded studs, washers, gaskets, nuts, etc 5 One of each component of Bird deterrent. 6 One of each type of Glass installation Accessories including glazing tape, neoprene stop and sealant. 7. One 281/2" H x 20" W x 6" D section of typical steel frame including: a. channel and angle, cut and welded b welds ground smooth according to Drawings c threaded stainless steel studs welded and spaced per Drawings d painted finishes 8. LED light fixture, driver/power supplier and attachment brackets 8-31.3(2)E Product Documentation Contractor shall provide the following product cut sheets and product data to the Artist and Engineer for approval 1. All electrical equipment including but not limited to LED light fixtures, power supplies, contactors, timers, switches, motion sensor, photocell, electrical enclosures, junction boxes, wire way, etc. Include manufacturer certificates with certification that they comply with requirements, maintenance data for controls to include in maintenance manuals for operation and equipment, and warranties 2. All glazing attachment materials including but not limited to glazing stops and glazing tape. Include manufacturer certificates with certification that they comply with requirements, maintenance data to include in maintenance manuals, and warranties Lincoln Ave Grade Separation Art & El. Sidewalk 82 3. All product specifications for anodizing, paints, sealants, and other coatings. Include manufacturer certificates with certification that they comply with requirements, maintenance data to include in maintenance manuals, and warranties. 8-31.3(2)F Field Test Reports Indicate and interpret test results for compliance with performance requirements 8-31.3(2)G Maintenance Information Contractor shall provide a maintenance manual with a description of all materials, products and fabrication methods used in the Artwork and the required care and upkeep involved, including: (i) product data sheets for any material or finish used, including electrical installations; (ii) the names and contact information of relevant manufacturers or producers, and, (iii) to the extent the Artwork incorporates products covered by a manufacturer's warranty, provide copies of such warranties. 8-31.3(3) Protection and Handling The Contractor shall use all means necessary to protect all Art materials and fabrications during fabrication, transport, loading and unloading, and during and after construction and installation. To reduce risk of damage, assemble items in the shop to greatest extent possible. Protect with appropriate means and methods from warps, unauthorized bends, gouges, dents, deformations, discoloration, scratches, and all other damage. All materials and works by others in the vicinity of art installation shall also be protected during the fabrication and installation of the Art. Where necessary, protect finishes from damage during transport and construction period with temporary protective coverings approved by artists, fabricators, and manufacturers. Restore protective coverings that have been damaged during shipment or installation. Retain protective coverings intact; remove coverings simultaneously from similarly finished items to preclude non-uniform oxidation and discoloration. Remove protective coverings only when there is no possibility of damage from other work yet to be performed at same location, and as approved by Engineer and Artist. Store all materials, fabrications, and products inside a safe, secure, and well -ventilated area, away from uncured concrete and masonry, and protected from weather, moisture, soiling, abrasion, extreme temperatures, and humidity In the event of damage to the Art materials and fabrications, or to the work of others, Contractor shall immediately make all repairs and replacements necessary to the approval of the Engineer and Artist and at no additional cost to the Contract. Restore finishes damaged during installation and construction period so no evidence remains of correction work. Return items that cannot be refinished in the field to the shop; make required alterations and refinish entire unit, or provide new units. Make no marks on exposed finishes during fabrication, installation, or erection. Precautions shall include padding, wrapping, and protecting finishes at lift points and other points where the artwork touches other surfaces. Unless otherwise indicated, clean Artwork metals by washing thoroughly with clean water and non-ionic soap, rinsing with clean water, and drying with non-abrasive soft cloths. Clean all other materials with manufacturer recommended cleaners and methods. 8-31.3(4) Art Fabricator and Manufacturer Qualifications The following elements of the Art shall be fabricated only by specialty fabricators per the following criteria Lincoln Ave Grade Separation Art & El. Sidewalk 83 Art Structures Custom Art Glass Custom LED Light Fixtures and Brackets 8-31.3(4)A Art Structures Metal Fabricator Only a qualified Art Structures Metal Fabricator shall fabricate metal portions of Artwork. This shall be one of the following Fabrication Specialties Ltd. (Seattle, WA, contact Gerald McGuiness, tel 206-763-8292), Atomic Fabrications (Seattle, WA, contact Patrick Speelers, tel. 206-767-8036) Silo Workshop (Denver, CO, contact Conor Hollis tel. 720-280-2851) Or meet the qualifications listed below with approval by the Artist and Engineer. No exceptions are permitted. a. Licensed Steel and Art Fabrication Company b. At least 5 years experience with large-scale metal fabrication of Artwork. c At least 5 documented examples of similar scale (both size and budget) Art or detailed custom architectural projects within the past 5 years. d. Proven ability to provide professional and technical consultation for all aspects of the Art structure fabrication of the artwork e Current operation of studio/shop/industrial facilities capable of fabricating the Artwork. 8-31.3(4)B Custom Art Glass Manufacturer Custom enameled and laminated art glass panels shall be fabricated by: Peters Studio, LLC (Glasmalerei Peters) GLASMALEREI PETERS STUDIOS ❑Am Hilligenbusch 23 - 27033098 Paderborn, Germany❑❑Phone + 49 (0) - 52 51 - 160 97 - 0 USA Contact: Peters Studios Peter Kaufman 3618 SE 69`h Ave Portland, OR 97266 Tel: 503 781 7223 8-31.3(4)C Custom LED Light Fixture Fabricator Custom Art LED Light Fixtures and attachment brackets shall be fabricated by: LED Power, Inc. Contact: Ben 1731 Irvine, CA 92614 Tel: Fax: 949-679-0037 8-31.3(5) Art Execution Alayev Kaiser Lincoln Ave Grade Separation Art & El. Sidewalk 84 (or Cary Aberg) Avenue 949-679-0031 Contractor shall examine and verify all dimensions and shall make any field measurements necessary to provide an accurate layout, construction, and installation of work. Examine substrates and conditions with art installers for compliance with requirements for installation tolerances and other conditions affecting performance of art. Report unsatisfactory conditions to Engineer and Artist. Proceed with installation only after unsatisfactory conditions have been corrected. Form work true to line and level with accurate angles and surfaces. All installations shall be rigid and plumb Set products accurately in location, alignment, and elevation; measured from established lines and levels. All joints shall be tightly fitting, securely fastened, square, plumb, straight and true. Fabricate members and fittings for mechanical connections to produce flush, smooth, rigid, hairline joints Do not cut or abrade finishes that cannot be completely restored in the field. Set Artwork plumb and true and align horizontal angles of Art so variations from level and variations from parallel do not exceed 1/8" in 8', or as indicated in Structural Plans or Specifications if more restrictive. Construct all work to tolerances; careless template work is not acceptable. Assemble items in the shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations Clearly mark units for reassembly and coordinated installation. Use connections that maintain structural value of joined pieces. Make Art weather tight except where otherwise indicated in Drawings with all seams and connections well sealed using manufacturer recommended caulks and sealants. Fit exposed connections accurately together to form tight, hairline joints or, where indicated, with uniform reveals and spaces for sealants and joint fillers. All necessary precautions shall be taken during all processes of installing the Art Structures to ensure that the structure does not deform and remains square, true, and plumb after installation is complete. Secure work in place, with provisions for thermal and structural movement. Field cutting of metal wall panels by torch is not permitted. Install panels in orientation, sizes, and locations indicated on Contract Drawings. Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action Leave interior and exterior surfaces clean after fabrication and installation is complete. 8-31.3(6) Warranty The Contractor shall warrant the Artwork integrity and all associated elements to be free of defects in design, materials, and workmanship for a period of one (1) year following the date of acceptance, by formal action of the Owner of all work under the contract. Warranties and Bonds shall extend for a period of one (1) year from the effective date of Final Completion and Acceptance of Artist, Engineer, and as required by the City. Contractor shall correct, repair, or replace all defective or failing elements of the Artwork as determined by the City, Engineer and/or the Artist. 8-31.3(7) Inspections and Approvals Contractor shall coordinate and allow review and periodic inspections of Art fabrication, installation, and construction by Engineer and/or Artist at key milestones in the process. Provide at least 2 weeks notification for arrangement of Inspections. Key milestones in the fabrication, installation, construction, and testing sequence requiring approval by Engineer and/or Artist are as follows: Lincoln Ave Grade Separation Art & El. Sidewalk 85 1 Completion of Shop Drawings for Art Structures and Metal Work, Glass assembly, and Art Lighting, Electrical, and Controls 2 Completion of samples per 8-31.3(2)D 3. Completion of welding and grinding of the Art Structures frame, and drilling holes and attaching threaded studs to Art Structures frame prior to applying primer and final exterior finish 4 Completion of Art Structures after being fully primed and painted prior to transport to site 5 Completion of installation of Art Structures frame and sealing of seams between vertical frame columns 6. Completion of installation of art electrical system, conduit, controls, art lighting, and all associated components 7. Motion sensor triggered light sequence testing and timer adjustment upon completion of Art Lighting and controls installation 8. Completion of Art Glass assemblies upon arrival at site 9. Completion of Art Glass installations 10 Completion of Art Fruit Label Graphic Panel assemblies upon completion prior to transport to site, and upon arrival at site 11. Completion of Art Fruit Label Graphic Panel and Base cover installations 12 Upon completion of installation of Art Lighting, Glass Panels, and Art Fruit Label Graphic Panels, test lighting and if necessary adjust light fixture angles per Artist direction This test can occur prior to installing all nuts on Art Fruit Label Graphic Panels so that light fixtures can be accessed more easily should angle adjustment be necessary 13. Completion of Top Cap, sealant, and Bird Deterrent installations 8-31.3(7)1 Other Inspections and Approvals Contractor shall provide for other inspections and approvals as required by Structural Engineer, Electrical Engineer, and Public Agencies. 8-31.3(8) Art Components 8-31.3(8)A Steel Art Structures Fabrication and Erection shall conform to the applicable requirements of Section 6-03 Steel Structures and 9-06 Structural Steel and Related Materials, and to the Contract Drawings and approved Shop Drawings Materials and finishes shall conform to Section 9-37 Project Aesthetics Art Materials. Contractor shall verify all dimensions and shall make any field measurements necessary to provide an accurate layout of work. Contractor is responsible for in -field layout of the Art Structures and shall make adjustments to layout as necessary until requirements of the Drawings and Specifications are met and approved by the Engineer and Artist. Base plate assembly must align with existing embeds set in existing reinforced concrete strut. Lincoln Ave Grade Separation Art & EI. Sidewalk 86 Art Contractor shall be responsible for verifying as -built in -field measurements to ensure proper alignment. Verified field measurements shall be reflected in submitted Shop Drawings Set columns of Art Structures plumb within a tolerance of 1/8" in 8 feet. Align horizontal members of Art Structures so variations from level and variations from parallel do not exceed 1/8" in 8 feet. Shim and align metal wall panel units within installed tolerance of 1/4 inch in 20 feet, non -accumulative, on level, plumb, and location lines as indicated and within 1/8 -inch offset of adjoining faces and of alignment of matching profiles. The Contractor shall tap holes and weld stainless steel threaded studs per Plans and as verified by submitted Shop Drawings. Alterations and changes in the attachment locations and spacing may be required in order to make proper connections, align panels or mount equipment straight, plumb, and level; however, no changes shall be made without the prior authorization of the Engineer and Artist. Confirm size, location, and alignment of holes and studs with approved material samples. For mechanical connections, fabricate members and fittings to produce flush, smooth, rigid, hairline joints Holes required for mounting shall be ground smooth and oversized at the minimum required for proper assembly with associated hardware. Stainless steel threaded studs must be mounted straight and true. Weld points shall be ground smooth. Threaded studs shall be masked prior to coating. Form metals to required shapes and sizes, true to line and level and accurate angles and surfaces Finish exposed surfaces to smooth, sharp, well-defined lines. Drill or punch all holes required for the attachment of work of other trades and for bolted connections (burned holes are not acceptable). Cut, drill, and punch metal cleanly and accurately Seal all holes in steel structures and use proper separation for dissimilar metals. Remove burrs and ease edges to a radius of approximately 1/32 inch, unless otherwise indicated Prevent warping in finished product; use jigs if necessary Remove sharp or rough areas and grind smooth all surfaces where glazing or panels will be attached for proper weather -tight fit. All welded connection area shall be cleaned prior to welding to remove all mill scale from within 2 inches of the weld. All welded joints at intersections shall be welded as indicated on the Drawings, Specifications, and per applicable standards and codes. Any excessively protruding welds shall be ground flat prior to applying final finishes. Mill joints to a tight, hairline fit. Cope or miter corner joints. Fabricate connections that will be exposed to weather in a manner to exclude water Provide 3/32" diameter weep holes wherever water can accumulate with approval of Engineer and Artist. Provide necessary lugs and brackets to assemble units and to attach to other work. Cut, reinforce, drill, and tap as indicated to receive finish hardware, screws, and similar items, unless otherwise indicated. Where cutting, welding, and grinding are required for proper shop fitting and jointing of metal, restore finishes to eliminate evidence of such work All necessary precautions shall be taken during all processes of fabricating the Art Structures to ensure that the finish is not nicked, scratched or deformed; and not soiled beyond what can be removed by light cleaning No such damage shall be accepted. Steel stops for Art Glass Panel attachment (east facade of frame) shall be of the size and locations per Drawings and as confirmed with Art Glass Fabricator Stop must be finished level, continuous, and smooth without burrs, divots, or uneven welds to ensure proper attachment of glazing. Lincoln Ave Grade Separation Art & El. Sidewalk 87 Bug Screen shall be permanently attached with Epoxy adhesive to all bottoms and tops of finished Art Structures as diagramed in the Drawings. Adhere with continuous attachment along all edges without gaps, tears, or other openings larger than mesh size. See Section 9- 37.9 for bug screen material specifications. Art Structures color and finishes shall be per Section 9-37 11. Art Structures baseplate and lateral connection hardware shall be painted on exposed surfaces to match adjacent Art Structure finish. 8-31.3(8)B Art Graphic Panel Assemblies Art Graphic Panel Assembly shall consist of Aluminum Fruit Label Panels and attached Frosted Acrylic Panel Materials shall conform to the applicable requirements of Section 9- 37. Form Aluminum sheet to required shape, thickness, and size, true to line and level without warps or bowing and accurate angles and surfaces. Use sheet metal material that is without excessive oil canning, buckling, scratches, tool marks or other defects and that are true to line and levels indicated For areas of mechanical connections, fabricate members and fittings to produce flush, smooth, rigid, hairline joints. Holes required for mounting shall be ground smooth and oversized at the minimum required for proper assembly with associated hardware. Spot welded aluminum threaded studs must be mounted straight and true Weld points shall be ground smooth for flush, weather -tight fit of acrylic panel. Fabricate attachment studs from same or compatible alloy material as sheet for compatible, non -corrosive weld attachment. Threaded studs must be securely welded, true, and straight. Do not overheat welds connecting threaded studs to backs of panels, so that no marks are visible on the finished surface after anodizing. Graphic image cut outs and mounting holes in sheet panels shall be laser, water jet, or otherwise cut so as to produce smooth, clean, cut outs that have no jagged edges. Provide mounting holes oversized per the minimum required for secure and straight attachment to Art Structure. Remove burrs and smooth edges unless otherwise indicated. Prevent warping in finished product; use jigs if necessary Remove sharp or rough areas and grind welds smooth on surfaces for weather tight flush connections. Where cutting, welding, and grinding are required for proper shop fitting and jointing of metal, restore finishes to eliminate evidence of such work All necessary precautions shall be taken during all processes of fabricating the Art Panels to ensure that the finish is not nicked, scratched or deformed; and not soiled beyond what can be removed by light cleaning. No such damage shall be accepted Prepare metal surfaces for durable and consistent anodized finish in accordance with anodizing manufacturer's specifications. Use 180 grit random orbit or finer finish per manufacturer's recommendations and approval of Engineer and Art for finish evenly prepared on all surfaces without deep scratches, uneven grain or other blemishes prior to anodizing. Prior to anodizing, clean and prepare surfaces with products and methods recommended by anodizing manufacturer. See Section 9-37 11 for finishes Cut Frosted Acrylic Panels using only manufacturer approved methods and materials Form sheet to required shape, thickness, and size, true to line and level and accurate angles and surfaces Use material that is without warping, buckling, scratches, tool marks or other defects Lincoln Ave Grade Separation Art & El. Sidewalk 88 Frosted Acrylic Panels shall be attached to the backs of the Aluminum Fruit Label Panels with the matte side toward the aluminum panel. Attachment shall include continuous weather tight seal between acrylic panel and aluminum panel. Attachment hardware shall conform to the applicable requirements of Section 9-37. Art Graphic Panel Assemblies shall be installed per location diagram in the Drawings and as detailed in the Drawings. Completion of installation shall proceed after Art Lighting installation and adjustment has been approved by the Engineer and Artist. The Art Graphic Panels shall align straight, plumb and level and be fully weather sealed. Attachment shall include continuous weather tight seal between Art Graphic Panel and Art Structure. Set Panels with even spaces of consistent dimensions both horizontally and vertically No changes shall be made to Panel location, alignment, or attachment without prior authorization by the Engineer and Artist. If inconsistencies are found, Art Graphic Panel location and attachment shall be inspected and adjusted by Contractor per Engineer and Artist direction after installation is complete. 8-31.3(8)C Art Lighting and Control Fabrication, installation, and materials shall conform to the applicable requirements of Section 8-20 (Illumination, Traffic Signal Systems, and Electrical), Section 9-29 (Illumination, Signal, Electrical), 9-29.26 Art Lighting Control Panel, 9-29.27 Art Lighting Fixtures & Drives, 9-29.28 Motion Sensor, 9-29.29 Photo Sensor, Sections 9-37 Art Materials, and per Drawings. All Art Lighting shall meet codes and requirements of NFPA 70 (National Fire Protection Association) - National Electrical Code and NFPA 101 (National Fire Protection Association) - Life Safety Code as adopted and administered by the Authority Having Jurisdiction. Provide electrical components, devices, and accessories that are Listed and Labeled as defined in NFPA 70, Article 100 and marked for intended use for the location and environment in which they are installed. Location: Art Contractor shall confirm all locations with City, Engineer, and Ards in the field prior to construction and installation of any element. Install equipment level and plumb and according to manufacturer's written instructions. Mount control equipment according to manufacturer's written instructions and per all other requirements. Bundle, train, and support wiring in enclosures. Ground equipment. Tighten electrical connectors and terminals according to manufacturer's published torque -tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A. Identification: Identify components and power and control wiring Label lighting control panels with equipment designation, power source and circuit numbers, and power source location. Label all relays and control devices. Penetrations: Exterior conduit from Wire -way to Art shall penetrate Aluminum Panel Base Cover as detailed in the Drawings and with allowance for interior conduit to be routed within Art Structure Frame Penetrations shall be sealed with appropriate caulking material. All conduit must be rated for all weather exterior use. Attachments: Wire -way shall be run per Drawings and Manufacturer's Instructions on the west side of the Art Structures Frame. The light fixture power supply shall be mounted to the Art Structure Frame as detailed in the Drawings and per Manufacturer's Instructions. The light fixture shall be mounted to the Art Structure Frame with brackets provided by LED light Manufacturer and as detailed in the Drawings. Lincoln Ave Grade Separation Art & El. Sidewalk 89 Field Adjustments Light fixture angles shall be inspected and adjusted in field with Engineer and Artist direction after installation of Art Lighting and Art Glass Panels are complete and prior to finalize attachment of Aluminum Graphic Panels. Light Fixture angle adjustments shall be conducted during non -daylight hours Field Quality Control Engage an authorized service representative to test, adjust, and program programmable lighting control systems including motion sensor activation and timer control settings Schedule visual and mechanical inspections and electrical tests with at least fourteen days' advance notice Inspect control components for defects and physical damage, testing for compliance with the Contract Documents Check tightness of electrical connections with torque wrench calibrated within previous six months. Use manufacturer's recommended torque values. Electrical Tests Use particular caution when testing devices containing solid-state components. Where recommended by manufacturer, use the manufacturer's written instructions for electrical testing Perform the continuity tests of circuits and the following operational tests Set and operate controls to demonstrate their functions and capabilities in a methodical sequence that cues and reproduces actual operating functions. Include testing of motion sensor activation control equipment and timer sequence under conditions that simulate actual operational conditions Record control settings, operations, cues, and functional observations. Correct deficiencies, make necessary adjustments, and retest to verify that specified requirements are met. After satisfactory completion of tests and inspections, apply a label to tested components indicating test results, date, and responsible agency and representative Provide written reports of tests and observations and record defective materials and workmanship and unsatisfactory test results. Record repairs and adjustments. Field Verifications. All elements of lighting and electrical control shall be verified in field with Engineer and Artist through testing and inspection Training Engage a service representative to train City maintenance personnel on troubleshooting, servicing, adjusting, and maintaining equipment and schedules Provide a minimum of two sessions on separate days for hands-on training exercises Schedule training with the City staff with at least fourteen days advance notice Color Match Exterior wireway, conduit, and fittings shall be painted to match outside faces of Art Frame and Aluminum Panels per Drawings and Section 9-37 11. Conduit, junction boxes, power supply enclosures, and mounting hardware on the interior within the Art frame shall be finished or painted white to match inside faces of Art Structure Frame and installed as detailed in the Drawings per Manufacturer's reccomendations. Final repair and cleaning Repair all damaged finishes. Clean equipment and devices internally and externally using methods and materials recommended by manufacturers. Ensure equipment is thoroughly dry and clean before enclosing 8-31.3(8)D Art Glass Panels Art Glass Panels consists of the Art Glass, Aluminum Mullions, and associated glazing materials for installation. Materials and finishes shall conform to the applicable requirements of Section 9-37.5. Fabrication and installation shall conform to the applicable requirements of these Specifications and the Drawing Drawings Art Glass shall be custom manufactured by Peter Studios per Section 9-37.5. Contractor shall be responsible for safe and secure storage and protection of Art Glass from any and all Lincoln Ave Grade Separation Art & El. Sidewalk 90 damage once received from glass manufacturer This includes, but is not limited to re- packaging, transport, loading and unloading, installation, and construction. All Art Glass Panels shall be labeled by Peters Studio with letter corresponding to the Art Glass Panel Color Layout and Schedule in Drawings upon arrival at site. Labels shall be removed only after installation inspection by Engineer and Artist. Installation shall proceed after Art Lighting Installation is complete. Art Glass Panels shall be attached to the Art Structure Frame as detailed in the Drawings and per manufacturer's recommendations The Art Glass Panels and attachment Mullions shall align straight, plumb and level. No changes shall be made to Art Glass Panel color location or attachment of mullions without the prior authorization by the Engineer and Artist. Art Glass Panel Mullions shall be fabricated per the relevant standards of aluminum sheet fabrication specified in Section 8-31.3(8)B with materials and finish per Section 9-37.11. Installation shall be weather -tight with all seams well sealed so no moisture enters through glazing seams into Art Structures. Comply with Standard of the FGMA "Glazing Manual" and "Glazing Sealing Systems Manual. Do no glazing when the ambient temperature is below 40°F, when dust or insects are present, or in wet weather, except under cover. Provide for expansion, contraction and other possible movement. Install so that glass will remain permanently in position without leakage or air infiltration. Glaze with glazing tape both sides of glass. Secure stops neatly without defacement. Consult Art Glass manufacturer for recommendations as needed Repair or replace all damaged items. Clean all exposed surfaces for final completion. Art Glass Panels and Mullions shall be inspected by Engineer and Artist after installation is complete during daylight and non -daylight hours. Nonconforming work will be adjusted by Contractor per direction of Engineer and Artist. 8-31.3(8)E Art Base Panel Cover Art Base Panel Cover shall be fabricated per the relevant standards of aluminum sheet fabrication specified in Section 8-31.3(8)B. Installation shall conform to the applicable requirements of these Specifications and the Drawings. Materials and finishes shall conform to the applicable requirements of Section 9-37 Electrical conduit penetration size and locations shall be coordinated with Electrical subcontractor to ensure fit prior to fabrication of Art Base Panel Cover. Art Base Panel Covers shall be secured to Art Structure Frame as detailed in the Drawings and as required for weather -tight fit on top and sides, and sealed at connection points. Install after Art Lighting electrical and bottom bug screen is installed to finalize fit around conduit. Panels shall align straight, plumb and level and be fully weather sealed Attachment shall include continuous weather tight seal at top and sides of Base Panel between Panel and Art Structure. Set Panels with even spaces of consistent dimensions both horizontal and vertically. Base Panel Cover location and attachment shall be inspected and adjusted by Contractor per Engineer and Artist direction after installation is complete 8-31.3(8)F Top Cap Top Cap shall be fabricated per the relevant standards of aluminum sheet fabrication specified in Section 8-31 3(8)B and comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to the design, dimensions, metal, and other characteristics of item indicated. Installation shall conform to the applicable requirements of these Specifications and the Drawings. Materials and finishes shall conform to the applicable requirements of Section 9-37 Lincoln Ave Grade Separation Art & El. Sidewalk 91 Fabricate and install Top Caps secured to Art Structure Frame as detailed in the Drawings Install after Art Glass, Art Graphic Panel Assembly, and bug screen installation. Coordinate installation with existing conditions and measured on-site dimensions. Fabricate to fit so all areas and connections that are exposed to weather will form weather -tight fit. Top Cap shall align straight, plumb, and level in every section. Seal all connection points and seams so Art Structure is fully weather sealed and protected. Fabricate and set Top Cap with consistent dimensions both horizontal and vertically so overlap dimensions match visually from column to column. Top Caps shall be inspected and, if required adjusted by Contractor per Engineer and Artist direction 8-31.3(8)G Bird Deterrent Visit site and field measure prior to fabrication and delivery of materials. Installed Top Cap shall be field measured for final dimensions and conditions and to confirm the appropriate mounting system and wire lengths Secure bird deterrent to Top Cap as detailed in the Drawings and per Manufacturer's Instructions. Provide Shop Drawing if proposed attachment varies from Drawings Report any site conditions and mounting surfaces that may impede proper installation to Engineer and Artist. All components must be installed plumb and level with bird wires taught and straight. Length of attachments must be comparable with the depth of mounting surface. Use only Stainless Steel hardware for mounting wires Use outdoor construction adhesive and self - tapping screws only with prior approval of Engineer and Artist. In all cases, attachments to Top Cap must be sealed and watertight. Use only manufacturer -supplied materials and follow all manufacturer requirements and recommendations for proper installation. Protect all products from damage before, during and after the installation. Prior to installation, submit all descriptive information from the manufacturer including catalogs, installation instructions and other descriptive material. Provide samples of each type of hardware, including proposed fastening methods Furnish all anchoring devices required to fasten system to and around Top Cap and Art Structures Coordinate installation with existing conditions and within site tolerances. Prepare surface by thoroughly cleaning of any and all dust, dirt, bird droppings, nesting materials, rust, peeling paint, or other debris Remove or repair article that may damage bird deterrent after installation, including loose parts on the structure Provide Warranty on Material and Installation. Product shall carry a minimum 5 -year guarantee. Installation shall be guaranteed for 2 years. Bird deterrent shall be a Modular Post and Wire System. Use Model "Bird Wire 20001" or approved equal Manufacturer Bird -B -Gone, Inc Bird Wire 2000 15375 Barranca Pkwy #D Irvine, CA 92618 Tel 877-334-4465 or 949-472-3122 Fax 949-472-3116 Following installation, bird deterrent shall be inspected by Engineer and Artist for any signs of Lincoln Ave Grade Separation Art & El. Sidewalk 92 poor installation, including loose mountings and fasteners, wires and posts not being level, straight or taught, and for un -removed debris. Immediately correct and repair or replace as necessary. 8-31.4 Measurement No unit of measurement will be made on the lump sum items of Art Structures, Art Graphic Panels, Art Glass Panels, Art Lighting and Controls, Base Cover Panel, Top Cap and Bird Deterrent. 8-31.5 Payment Payment will be made in accordance with Section 1-04.1 and as stated in the Schedule of Values for the following bid items: "Art Structures", per lump sum. "Art Graphic Panels", per lump sum. "Art Glass Panels", per lump sum "Art Lighting and Controls", per lump sum. "Base Cover Panel", per lump sum. "Top Cap", per lump sum. "Bird Deterrent", per lump sum The lump sum contract price for the various items shall be full compensation for all labor, equipment and materials required to furnish, fabricate and install the "Bins of Light" as indicated in the Plans and as specified herein, including all miscellaneous work, permit fees, safety measures, testing and cleanup. DIVISION 9 MATERIALS 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. 9-06 STRUCTURAL STEEL AND RELATED MATERIALS 9-06.1 Structural Carbon Steel Structural carbon steel shall conform to ASTM A-36, except as otherwise noted. 9-06.5 Bolts 9-06.5(3) High -Strength Bolts High-strength bolts for structural steel joints shall conform to ASTM A325 Type 1. Lincoln Ave Grade Separation Art & El. Sidewalk 93 Nuts that are to be galvanized shall be tapped oversized the minimum required for proper assembly The amount of overtap shall be such that the nut will assemble freely on the bolt in the coated condition and shall meet the mechanical requirements of ASTM A563 and the rotational capacity test specified in ASTM A325. Galvanized nuts shall be lubricated in accordance with ASTM A563 including supplementary requirement S2. Documentation shall include the name, method of application, and dilution of the lubricant applied to the nuts. Washers shall meet the requirements of ASTM F436. The surface condition and weathering characteristics of the washers shall be the same as for the bolts being specified. The Contractor shall provide Manufacturer's Certificate of Compliance for all bolts, nuts, and washers. The Manufacturer's Certificate of Compliance shall include certified mill test reports and test reports performed on the finished bolt confirming that all of the materials provided meet the requirements of the applicable ASTM Specification. The documentation shall also include the name and address of the test laboratory, the date of testing, the lot identification of the bolts and nuts, and coating thickness for galvanized bolts and nuts. Shipping containers (not lids) shall be marked with the lot identification of the item contained therein 9-06.6 Nuts for Existing Anchor Bolts Nuts for the existing ASTM F 1554 Grade 36 galvanized anchor bolts shall conform to ASTM A 563, Grade A. Washers shall conform to ASTM F 436 All bolts, nuts, and washers shall be marked and identified as required in the pertinent Specification. 9-06.7 Welded Threaded Stud Connectors Welded shear studs shall be made from cold drawn bar stock conforming to the requirements of ASTM A-493 Grade 302HQ The material shall conform to the following mechanical properties Tensile Strength 75,000 psi min Yield Strength 50,000 psi min Elongation 20% min. Reduction of Area 50% min. 9-20 CONCRETE PATCHING MATERIAL, GROUT, AND MORTAR 9-20.3 Grout Grout is a mixture of Portland or blended hydraulic cement and water with or without aggregates and with or without admixtures Grout may also contain fly ash and/or concrete admixtures. Grout may be a Contractor's submitted mix design or a Manufacturer's prepackaged grout product. All prepackaged grouts shall be used in accordance with the manufacturer's recommendations, including but not limited to, shelf life, mixing, surface preparation, and curing Where required, all 2 -inch cube specimens fabricated in the field shall be made in accordance with WSDOT TM 813 All 2 -inch cube specimens fabricated in a laboratory shall Lincoln Ave Grade Separation Art & El. Sidewalk 94 be made in accordance with WSDOT FOP for AASHTO T 106. All 2 -inch cube specimens shall be tested in accordance with WSDOT FOP for AASHTO T 106 9-20.3(1) Grout Type 1 for Nonshrink Applications Grout Type 1 shall be a nonshrink, prepackaged material meeting the requirements of ASTM C-1107. The minimum compressive strength shall be 4000 -psi at 7 -days. 9-20.3(2) Grout Type 2 for Filling of Oversize Holes Grout Type 2 shall be a moisture -tolerant structural epoxy extended with fine aggregate. Epoxy shall conform to the ASTM C-881, Types I, II, and IV, Grade -2, Class C. 9-29 ILLUMINATION, SIGNALS, ELECTRICAL 9-29.1 Conduit, Innerduct, and Outerduct Supplement this section with the following: Any new underground conduit shown on the plans shall be schedule 40 PVC (electrical grade - gray color), with pull rope. Additional materials to be installed on this project include, but are not limited to, junction boxes cables and electrical conductors. The pull rope shall be a 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051-4-1/8), and shall be installed in each conduit run with two (2) feet doubled back at each termination When cable is pulled, this rope shall be re - pulled along with the cable. 9-29.2 Junction Boxes Supplement this section with the following: Junction boxes shall be Quazite- PG Style, or approved equivalent, called out on the Plans as Junction Boxes. Type -1 (13" x 24"), Type -2 (17" x 30") and Type -3 (24" x 36"). They shall be constructed of polymer concrete and reinforced by a heavy -weave fiberglass, and they shall have a design load of 22,500 lbs. and a test load of 33,700 lbs.- in compliance with 2005 NEC, and meet SCTE 77/ANSI Tier 22 test provisions. The enclosures shall be stackable with finished depths of 12" to 48". Enclosures and covers shall be concrete gray color and designed and tested to temperatures of —50° F. The covers shall be "lockable", and shall be marked with a "Traffic Signal" logo. See Quazite Details for all technical data for each of the three enclosure sizes specified. 9-29.12(1) Illumination Circuit Splices This section is revised to read: The Contractor shall use only 3M Scotchcast watertight and non re -enterable splice kits for all light circuit wiring splices. 9-29.26 ART LIGHTING CONTROL PANEL 9-29-26(1) System Description 1. This section covers the main control system indicated on the drawings and specified herein. The control components shall be supplied and installed as an integrated system Lincoln Ave Grade Separation Art & El. Sidewalk 95 which includes all accessories necessary for operation. The manufacturer of the control system shall assemble the system to provide the control functions and sequences indicated by the drawings and specifications The work shall include, but not be limited to the following a Provide a complete lighting control system consisting of sensors, timers, contactors, associated control equipment and relays 2 The control panel shall be designed and assembled by the manufacturer to provide a Automatic control art lighting 3. The power and control panel shall be designed by the manufacturer to a Be an integrated system composed of components which are specifically designed and used for control and operation of lighting and which are standard, catalog listed products. b. Provide the capabilities indicated and implied by the plans and these specifications and such additional capabilities as may be necessary for proper operation of the art lighting c. Provide the control functions and sequences indicated, noted, and implied by the drawings, these specifications, and such additional and alternative functions and sequences as may be defined by the Engineer, Artist and/or City after testing of the panel and/or after the lighting is placed into operation. 4 The control panel shall bear a U.L. Label 9-29-26(2) Control System Integrator 1. The Control System Integrator shall be solely and completely responsible for the final design and assembly of the entire control and the lighting control panel. The system shall be designed to provide the control capabilities and functions indicated and implied by the plans and these specifications and to provide trouble-free operation with minimum maintenance. 2 The Control System Integrator shall be an Underwriters Laboratories shop capable of U L. 518 listed panels. 9-29-26(3) Responsibility of Contractor & Control System Integrator 1 The manufacturer of the lighting control panel shall be fully and completely responsible for the design and assembly of the system as specified herein and shall be enjoined by the contractor as a subcontractor The assignment of specific responsibilities herein to the manufacturer shall not, in any way and under any conditions, diminish or usurp the contractor's full and complete responsibility for all work performed and all materials installed under the contract. The contract between the contractor and the manufacturer shall specifically require that the manufacturer conform to and meet all requirements specified herein Lincoln Ave Grade Separation Art & El. Sidewalk 96 9-29-26(4) Field Location and Verification 1. Field locate and verify placement and functionality of all Artwork elements associated with the Art Electrical and lighting control Verify both existing and proposed locations and placement with Engineer and Artist prior to installation and construction. 9-29-26(5) Shop Drawings 1. The Control System Integrator shall develop all shop drawings required for design, fabrication, assembly and installation of the control system. Shop drawings shall include all drawings required in manufacture of specialized components and for assembly and installation of them. Shop drawings shall be CAD drawn and include the following: b. System schematic diagrams for the entire control system including but not limited to: all sensors and control panels, with all components and their locations indicated. Wire and terminal numbers shall be included on the schematic diagrams. c. Technical data sheets for all components with the complete part number of the component clearly designated with all required options. d. Arrangement drawings of all panel front and internal -mounted instruments, switches, devices and equipment indicated. Show all panel mounting details required. Include outer dimensions of all panels on the drawing Deviations from approved arrangements require resubmittal and approval prior to installation. e. Arrangement drawings shall be drawn to scale using standard Architectural or Engineering scales. f. Shop drawings shall be provided on sheets no larger than 11" x 17". Shop drawings shall include specific product detail such as rating, size and number of contacts, etc. Wiring diagrams shall be included for all components in the system including control equipment supplied with mechanical devices g. For shop drawing packages that include more than 10 sheets, provide the drawings in a separate 11" x 17" binder with an index for the drawings at the front. 2 Installation details shall include the size, number, type and location of interconnecting wiring and conduit and installation of cabinets and enclosures. Shop drawings shall be submitted to the Contractor for review and approval. After approval by the Contractor, copies of all shop drawings shall be submitted to the Engineer, and Artist. 9-29-26(6) Submittals 1. The Control System Integrator shall develop and shall submit to the Engineer, through the Contractor, the following project data: a. All shop drawings. b. Descriptive text on wire markers to be used. c Cut sheets for all products with a Bill of Materials showing quantity, manufacturer, catalog number and the supplier name and phone number. Relate the Bill of Materials to the submitted product index. Lincoln Ave Grade Separation Art & El. Sidewalk 97 d. Explanatory text which describes in detail the operation of the entire control system and all components 2. The Contractor shall review all shop drawings prior to submittal to the Engineer The Contractor's review shall include a Coordination of wire routing on the wiring diagrams and the raceway system b Equipment shall be checked for layout and size for coordination and verification that equipment will fit within the space designated. c Coordinate with panel wire entrances and interior wireways and space (size and location) for field connections. d. Coordination of equipment mounting and installation. 9-29-26(7) Warranty 1 The contractor shall guarantee the control system to be free of defects in design, materials and workmanship for a period of one (1) year following the date of acceptance, by formal action of the Owner, of all work under the contract. 2. As part of the guarantee, the contractor and the manufacturer of the lighting control panel shall indemnity and hold harmless the owner, the consultant and their officers, agents and employees against and from all claims and liability arising from all damage and injury due to defects in the control system. 3 The contractor shall cause the manufacturer of the power and control panel to make any and all repairs, replacements, modifications and adjustments within thirty-six (36) hours of notification. Should the manufacturer fail to begin the work within 12 hours or complete the work within 36 hours, the owner may proceed to undertake or complete the work In such event, the contractor and his surety shall be liable for all costs incurred by the owner. 9-29-26(8) Operation and Maintenance Data 1. The manufacturer of the lighting control panel shall prepare and assemble detailed operation and maintenance manuals The manuals shall include, but not be limited to the following - a Preventative Maintenance Procedures b. Trouble -Shooting c Calibration d. Testing e Replacement of Components f. Automatic Mode Operation g Manual Mode Operation h. System Schematics i. As -Built Wiring Diagrams j Catalog Data and Complete Parts List for all Equipment and Control Devices k. Listing of Recommended Spare Parts I Listing of Recommended Maintenance Tools and Equipment 9-29-26(9) Design and Assembly 1 All equipment and materials utilized in the system shall be the products of reputable, experienced manufacturers with at least five (5) years experience in the manufacture of Lincoln Ave Grade Separation Art & El. Sidewalk 98 similar equipment. Similar items in the system shall be the products of the same manufacturer. All equipment shall be of industrial grade and of standard construction, shall be capable of long, reliable, trouble-free service in a wide range of temperature and moisture conditions expected in the site's location. Equipment shall be specifically intended for control and monitoring of operation of motor -driven pumps and equipment. All equipment shall be of modular design to facilitate interchangeability of parts and to assure ease of servicing. All equipment, where practical, shall be of solid state, integrated circuit design 2. The system shall be completely assembled in the shop by the Control System Integrator. All components and equipment shall be pre -wired to the maximum extent possible. 3. All components shall be clearly identified with phenolic nameplates of white background with black letters. Nameplates on the interior of panels shall be White Polyester with printed thermal transfer lettering and permanent pressure sensitive acrylic, TYTON 822 or equal. 9-29-26(10) Interconnecting Wiring/Terminals 1. The Control System Integrator shall determine all requirements for field -installed interconnecting wiring between control system and lighting. The Control System Integrator shall determine the number, size and type of wires and the number, size, type and location of conduits and wireways. Existing wires, conduit, junction boxes, etc. shall be field verified, located, and tested for full functionality. Contractor shall be responsible to ensure operation and if necessary replace any and all components required to ensure proper functioning. 2. The wire and conduit shown on the plans shall be considered only as general guidelines for signal and control circuits. The Control System Integrator shall determine all specific requirements and shall confirm or modify the wiring and conduit shown on the plans to conform to such requirements. 3. All interconnecting wires installed by the manufacturer and installer shall be numbered at each end using custom pre-printed heat shrink sleeve markers. Markers shall be T&B, SHRINK-KON HVM or approved equal. Terminations shall be made using solder -less pressure connectors at all terminations. All conductors shall be stranded wire with thermoplastic insulation and shall be cabled to groups and supported so as to prevent breaking and to present an orderly arrangement and neat appearance. All outgoing wiring shall be terminated on a marked terminal strip capable of connection of at least 2 No. 10 wires and all terminal connections shall be numbered consecutively throughout the system. 4. Provide 5 spare terminals in each enclosure. 5 For all energized circuits powered outside the panel which extend into the panel, provide a disconnecting terminal to isolate each individual circuit with indicator light to show the circuit is energized. 6. In general, all control wiring shall be #12 AWG. 7. Provide wire ways as necessary in the enclosure to contain all internal wiring and all field wiring. Size wireways such that there is ample room for the wiring required by this contract. Wireways shall be filled to a maximum of 70% to allow 30% more future wire 8. Low voltage DC control and signal conductors shall be bundled separately from alternating current circuits. Separate raceways and wire gutters shall be dedicated for AC and DC wiring, and labeled as such on the shop drawings. Wiring may cross at right angles if necessary. Lincoln Ave Grade Separation Art & El. Sidewalk 99 9. All wiring shall be neatly tied in position with nylon cable ties. 10 All wiring and tubing crossing hinges shall be installed in a manner to prevent chafing Bundles of similar conductors shall be clamped securely to the door and to the panel, and the bundles shall run parallel to the hinge for at least 12 inches. Spiral nylon cable wrap shall be provided in the hinge section of the bundle to fully protect the conductors or tubing against chafing 9-29-26(11) Circuit Breakers 1 Provide circuit breakers as required. Circuit breakers shall be molded case thermal - magnetic type Circuit breakers other than those mounted in the panelboard shall be capable of being padlocked in the open position Circuit breakers shall be quick -make and quick -break type They shall have wiping type contacts Each shall be provided with arc chutes, individual trip mechanisms on each pole. Two and three pole breakers shall be common trip All breakers shall be calibrated for operation in an ambient temperature of 40°C. Molded case circuit breakers shall be trip -free Each breaker shall have separate trip indication independent of the ON of OFF positions. a. Breakers shall have lugs U. L listed for both copper and aluminum. b. Breakers shall have interrupting rating of 10,000 AIC 9-29-26(12) Surge Arrestors 1 Provide surge arrestors with indicators, where shown on the one -line diagrams to protect against overvoltage transients. Provide JOSLYN J9200 series with protective capacitor GE Model 9L18 or approved equal. Select proper components for the application as shown on the drawings. 9-29-26(13) Timer 1. Provide Tork K Series EWZ201 2 channel timer. 9-29-26(14) Cycle Timers 1. Provide Act Series Adjustable Cycle Timers (ACT 120SFS). Each are 4-3/4" H x 3" W x 2-7/8" D with integral enclosure for each 9-26-26(15) Lighting Contactor 1 Provide General Electric 30 amp rated 6 pole lighting contactor GE#CR463. 9-29-26(16) Equipment Enclosures 1 Enclosures For Outdoor and Corrosive Areas a. All control panels installed outdoors or in corrosive areas shall be NEMA 4X aluminum construction. Minimum thickness for aluminum shall be 08 in. The hinges shall have stainless steel pins and shall be quarter turn, screwdriver operated on enclosures smaller than 36" On enclosures 36" or larger, the latching mechanism shall be a 3 - point roller type with a stainless steel handle. Enclosure shall be manufactured by Hennessy Products, Inc. or approved equal 2 Wireways Lincoln Ave Grade Separation Art & El. Sidewalk 100 a. Provide molded plastic wireways, slotted for wire connections for all wiring in the panels. They shall be complete with covers. Wireways shall be manufactured by Panduit or Taylor. 3. Terminals a. Provide terminals for all wire connections to field wiring and internal power distribution. Connections shall have box type lugs capable of terminating 2 #12 AWG stranded wires. Terminals shall be strip -mounted as manufactured by ENTRELEC or PHOENIX CONTACT. b. Fuse terminal blocks shall be hinged disconnect level type with "blown fuse" indicators. PHOENIX CONTACT UK 5 series or equal c. Disconnecting terminal blocks shall be knife type with light indicator PHOENIX CONTACT type MTK or equal. d. Provide 1 spare, 3%, whichever is the greater amount, spare (non -installed) replacement terminals for each type used. 4. Strip Heater a Provide a 100 -watt (or as shown on the plans) resistance heater with 120 VAC line thermostat in each control enclosure located outdoors or in moist environments. The thermostat shall be adjustable between 50°F and 80°F. 5. Panel Light, Switch and Convenience Outlet a Provide a Tight with automatic "door activated" switch in control panels that contain a PC rack, relays or other equipment that would require a troubleshooting or operator access for normal operation. Provide a duplex outlet, 120VAC 15A, in all panels that require a computer or other maintenance tools that may need a power source These shall be on a separate dedicated circuit. 6 Pushbuttons and Indicating Lights a. Pushbuttons and indicating lights shall be NEMA 12 oil tight, dust tight or NEMA 4X heavy-duty type with detachable contact blocks. Indicating lights shall be press -to -test 24 VDC or 120VAC transformer type as required. Units shall be Allen-Bradley 800T or 800H or equivalent. 7. Fuses a. Provide fuses, spares and fuse pullers. b. Provide blown fuse indicators on all fuses. 9-29-26(17) Factory Testing 1. Operation of the control system shall be tested in the shop by the Control System Integrator Lincoln Ave Grade Separation Art & El. Sidewalk 101 9-29-26(18) Installation 1. Prior to installation, confirm location of all elements in the field with City, Engineer, and Artist. The lighting control panel shall be installed by the contractor or, at the option of the contractor, by the manufacturer of the panel in accordance with the installation drawings and instructions prepared by the manufacturer Installation shall be performed by workers who are skilled and experienced in the installation of electrical instrumentation and control systems 2 Installation shall include all elements and components of the panel and all interconnecting wiring between all equipment and components. All wiring between cabinets, sensors and equipment shall be labeled at both ends for ease of servicing. All terminations shall be made with solderless pressure connectors 9-29-26(19) Inspection and Verification of Installation 1. After completion of the installation of the panel, the manufacturer shall inspect the installation and verify that all components and wiring are correctly installed. The manufacturer shall determine the exact scope and nature of work required to correct deficiencies and errors in the work and shall supervise the performance of such work. This includes any exiting wiring and other electrical components that may be used. 9-29-26(20) Start-up 1 After completion of construction of the art lighting, the panel shall be placed into operation by contractor and/or the manufacturer, and sufficiently tested to ensure full operation 2. The manufacturer of the lighting control panel shall be solely and completely responsible for all maintenance of the system from time of start-up to the date of acceptance, by formal action of the Owner, of all work under the contract. The manufacturer shall correct all deficiencies and defects and make any and all repairs, replacements, modifications and adjustments as malfunctions or failures occur. The manufacturer shall perform all such work required or considered to be required by the Owner to cause and maintain proper operation of the system and to properly maintain the systems. 3. The contractor and the manufacturer of the lighting control panel shall anticipate that the Owner may delay acceptance of all work under the contract if, in the judgment of the Owner, malfunctions or failures in operation of the panel occur after start-up. Both the contractor and the manufacturer shall not be entitled to an extension of time or to any claim for damages because of hindrances, delays or complications caused by or resulting from delay by the Owner in accepting the work because of malfunctions or failures in operation of the panel 9-29-26(21) Operation and Maintenance Training 1. The manufacturer of the control panel shall conduct specifically organized training sessions in operation and maintenance of the panel for personnel employed by the Owner The training sessions shall be conducted to educate and train the personnel in maintenance and operation of all components of the panel. Training shall include, but not be limited to, the following a. Preventative Maintenance Procedures Lincoln Ave Grade Separation Art & El. Sidewalk 102 b Trouble -Shooting c. Testing d. Replacement of Components 2. One (1) separate training session, at least two (2) hours in duration, shall be conducted at the site (after start-up of the system) concerning instruction and operation of the control panel and all associated electrical equipment and devices. The manufacturer shall prepare and assemble specific instruction materials for the training session and shall supply such materials to the Owner at least four (4) weeks prior to the time of the training. ART LIGHTING FIXTURES AND DRIVES 9-29-27(1) Art Lighting Fixtures and Power Supply Drivers 1. Provide "LED Power, Inc" 43" wall wash (UL listed) LED power #HB40-43 WASP 2800 super warm white 24VDC, 120 degree operating temp to 122F. 2. Provide power supply "Advance" Xitanium LED driver 100 watt damp rated IP66 (operating temp -40C to +60C), 1.18"H x 1.7" W x 9.5" D (1 power supply per light fixture) with Nema 3R rated enclosures for Advance Drivers 3 Provide adjustable steel brackets (AL HB40 Adj Bracket), female 2 pin LTW connectors, male end caps, and all other fixture and driver connectors and hardware that may be required for complete and proper installation. 4. Allow LED Power, Inc. at least two months notice to prepare Art Lighting Fixtures, Drivers, and misc equipment. MOTION SENSOR 9-29-28(1) Motion Sensor 1. Provide Banner "R -Gage" #Q240RA-F1 F2 outdoor motion sensor.in weatherproof housing utilizing radar technology. Provide adjustable mounting plate to allow for beam adjustment per manufacturers recommendations. Provide compatable power supply in control panel and wiring as necessary to sensor. PHOTO SENSOR 9-29-29(1) Photo Sensor 1. Provide PLC multipoint PD outdoor photo sensor Tork or approved equal. 9-37 PROJECT AESTHETICS "BINS OF LIGHT" ART MATERIALS 9-37.1 General Lincoln Ave Grade Separation Art & El. Sidewalk 103 All materials and equipment incorporated in the artwork for the Yakima Railroad Grade Separations Phase 2 - Lincoln Avenue Project aesthetics entitled "Bins of Light" shall be new, undamaged, of high quality and shall be subject to testing, inspections, and approvals as specified herein, and as in accordance with the Contract Drawings, Specifications, Provisions, and all relevant industry standards. 9-37.2 Related Specifications and Standards In addition to these Specifications, Materials shall meet the requirements of the following other Specification Sections: Art Structures Section 6-03 (Artwork Steel Structures) Section 8-31 (Project Aesthetics) Section 9 06 (Structural Steel) Section 9 20 (Grout) Art Coatings Section 9.08 (Paints and Related Materials) Art Lighting Section 9-29 26 (Art Lighting Control Panel) Section 9-29 27 (Art Lighting Fixtures and Drives) Section 9-29 28 (Motion Sensor) Section 9-29 29 (Photo Sensor) Section 9-29 (Illumination, Signal, Electrical) In addition to complying with all pertinent codes and regulations, comply with: "Code for Welding in Building Construction" of AWS American Architectural Manufacturers Association (AAMA) AMA 611: Voluntary Standards for Anodized Architectural Aluminum American Welding Society (AWS) AWS D1 1, AWS A5 4, AWS B2 1 Structural Welding Code — Steel American Society for Testing and Materials (ASTM) ASTM A 29 Specification for Steel Bars, Carbon and Alloy, Hot -Wrought and Cold - Finished ASTM A 36. Specification for Carbon Structural Steel ASTM A 500: Specification for Cold -Formed Welded and Seamless Carbon S teel Structural Tubing in Rounds and Shape ASTM F593 Specification for Stainless Steel Threaded Rods ASTM F594 Specification for Stainless Steel Nuts ASTM C 1172 Specification for Laminated Architectural Flat Glass 9-37.3 Material Changes and Substitutions No changes or substitutions of materials shall be made except as pre -approved by the Engineer and Artist. In the event of a discrepancy, do not proceed with purchasing, fabrication, or installation of material until resolved by the Engineer and Artist. 9-37.4 Material Protection and Handling The Contractor shall use all means necessary to protect miscellaneous Art Materials during fabrication, transport, loading and unloading, and during and after installation. Protect Lincoln Ave Grade Separation Art & El. Sidewalk 104 materials with appropriate means and methods from warps, unauthorized bends, gouges, dents, deformations, discoloration, scratches, and all other damage All materials shall also be protected in all phases of project until final completion. Where necessary, protect finishes from damage during transport and construction period with temporary protective coverings approved by Artists, fabricators, and manufacturers. Restore protective coverings that have been damaged during shipment or installation. Retain protective coverings intact; remove coverings simultaneously from similarly finished items to preclude non-uniform oxidation and discoloration. Remove protective coverings only when there is no possibility of damage from other work yet to be performed at same location. Store all materials inside a safe, secure, and well -ventilated area, away from uncured concrete and masonry, and protected from weather, moisture, soiling, abrasion, extreme temperatures, and humidity. In the event of damage to the Art materials, Contractor shall immediately make all repairs and replacements necessary to the approval of the Engineer and Artist and at no additional cost to the Contract. Restore material finishes damaged during installation and construction period so no evidence remains of correction work. Return items that cannot be refinished in the field to the shop; make required alterations and refinish entire unit, or provide new units. Make no marks on exposed finishes during fabrication, installation, or erection. Precautions shall include wrapping and protecting finishes at lift points and other points where the artwork touches other surfaces. Unless otherwise indicated, clean metals by washing thoroughly with clean water and non- ionic soap, rinsing with clean water, and drying with soft non-abrasive cloths. Clean all other materials with manufacturer recommended cleaners and methods. 9-37.2 Art Structures For fabrication of artwork that will be exposed to view, use only materials that are smooth and free of surface blemishes including pitting, seam marks, roller marks, rolled trade names and roughness. Remove such blemishes prior to cleaning by grinding, or by welding and grinding, followed by treating and application of surface finishes. All structural steel shall be per Section 6-03 Steel Structures and as indicated on Contract Drawings. Art Structures shall be finished per Section 9.37-11, Sections 8-31, Section 9-08 Paints and Related Materials, and per Structural Notes included in Plans. Threaded studs welded to Art Structures shall be Type 316 stainless studs Nelson Stud Welding CJL Reduced Base Studs or approved equal. Washers, and nuts for attaching glazing mullions, graphic panels, base cover plate, and top onto Art Structures shall be Type 316 stainless steel unless otherwise indicated 9-37.3 Aluminum Art Fabrications For fabrication of Aluminum work, use only materials that are smooth and free of surface blemishes including pitting, seam marks, roller marks, rolled trade names, jagged cuts, burrs, and roughness Remove such blemishes prior to cleaning by grinding, sanding, or by welding and grinding, followed by treating and application of surface finishes. Sheet aluminum material must also be free of warps and bends. All Aluminum Art Fabrications shall be constructed of material conforming to ASTM B 209 alloy type 6063-T6. Material shall be free of damage, warping, or other imperfections. Filler Lincoln Ave Grade Separation Art. & El. Sidewalk 105 alloy shall also be alloy Type 6063 welding rod, or approved equal with welding as cold as possible to avoid discoloration All Aluminum Art Fabrications shall be anodized and finished per Section 9-37 11 Materials shall be properly prepared, handled, and cleaned as required and as recommended by Anodizing Manufacturer for complete coverage, penetration, and unblemished anodizing All Aluminum Art Fabrications shall be inspected and approved by Artist prior to installation 9-37.3(1) Aluminum Fruit Label Panels Aluminum Fruit Label Panels are to be per the quantity, dimensions, placement and images as shown in the Contract Drawings and as verified by Contractor submitted Shop Drawings. Panels shall include laser cut images with cut out imagery of fruit label graphics. Graphic files for laser cutting shall be provided by Artists Haddad I Drugan to the Contractor Laser cutting shall be clean cut with finish edges without burrs, without jagged cuts, and smooth to the touch. Graphics for laser cutting will be digital files (Illustrator or DXF) provided by Artist for producing cut-out imagery Should any alterations to the imagery portrayed in the digital files be required, consult with Artist for approval prior to cutting. Aluminum Threaded studs shall be Nelson Stud Welding HBA Full Base Aluminum Studs or approved equal. Aluminum threaded studs shall be welded to back of Aluminum Fruit Label Panels prior to anodizing. Stud quantity, size and location shall be as specified in the Plans and verified by Shop Drawings to provide for secure acrylic panel attachment. Acrylic panel shall be as specified in Section 9 37.6. Attachment shall be weather tight and sealed using manufacturer recommended and Engineer approved sealant. Aluminum Fruit Label Panels shall be finished per Section 9.37-11. 9-37.3(2) Aluminum Mullions and Base Panel Covers Horizontal and vertical aluminum Mullions and Base Panel Covers are to be per the quantity, dimensions, and placement as shown in Contract Drawings and as verified by Contractor submitted Shop Drawings Laser cut hole size and location shall be as shown in Plans and as verified in Shop Drawings for proper Art Glass installation Aluminum Mullions and Base Panel Covers shall be finished per Section 9.37-11 9-37.3(3) Top Caps Top Caps shall be constructed of 10 gauge sheet aluminum alloy Type 6063 Dimensions, form, and quantity shall be as shown in the Contract Drawings and as verified in Shop Drawings for proper fit without gaps. Hole locations for mounting to Art Structures shall be aligned with welded studs mounted in top of Art Structure for proper attachment. All Top Cap materials shall have smooth edges. Top cap bolted connections shall be per 9-37 7 Adhesive connections shall be epoxy or approved equal, and color matched to Art Structure exterior paint finish and anodized aluminum. All connections between Top Cap and Art Structure shall be sealed weather -tight. All aluminum must be separated from dissimilar metals. Top Caps shall be finished per Section 9 37-11. Lincoln Ave Grade Separation Art & El. Sidewalk 106 9-37.4 Art Lighting and Electrical Materials Art Lighting and Electrical Materials shall be as called out in Art Electrical Plans, Specifications Sections 9-29.26, 9-29.27, 9-29.28, and 9-29.29, and these specifications. Custom Art LED Light Fixtures and attachment brackets shall be fabricated by: LED Power, Inc. Contact: Ben Alavev or Cary Aberg 1731 Kaiser Avenue Irvine, CA 92614 Tel: 949-679-0031 Fax. 949-679-0037 Finishes shall be per 9.37.11, as indicated in Drawings, and as approved through Contract submittals. 9-37.5 Art Glass Panels Art glass panels shall be per the quantity, dimensions, and placement as shown in the Drawings and as verified by Contractor submitted Shop Drawings. Materials shall be per industry standards as described in Glazing Manual issued by Flat Glass Marketing Association (FGMA) and manufacturer's recommendations. Colored Art Glass Panels are all laminated glass per ASTM C 1172, composed as follows: Front Glass: 4 mm float glass with solid colors of vitreous enamel applied to the glass with an air brush to achieve an even layer of color, then fired to become structurally impregnated with the glass, then heat strengthened. Five of the front glass panels have an additional layer of black vitreous enamel printed onto the color before firing, to depict imagery of fruit. Interlayer: .60 mm interlayer of Polyvinyl Butyral (PVB) film Back Glass: 6 mm heat strengthened clear glass. Frosting: Glass shall be frosted for translucence either by sandblasting on the back glass to achieve a medium -heavy matte or by using a frosted interlayer. Level of frosting to be per approved sample by Artist. If sandblasted, the back layer of glass shall be coated with manufacturer's protective coating. The colored enamel will face in toward the PVB interlayer. The whole laminated glass panel will be 4 mm + .60 mm + 6 mm = approximately 0.41 inch thick. Final thickness and technical requirements for the glass shall conform with all applicable codes and ordinances. Glass edges shall be weather sealed for exterior use per manufacturer's recommendations. Glass colors indicated on Schedule on Contract Drawings shall match samples to be produced by Peters Studio as approved by Artist. Frosting by sandblast finish or by frosted interlayer shall be per matching sample produced by Peters Studio as to be approved by Artist. Art Glass Panels with fruit imagery overlaid onto color background (five of the glass panels) will use imagery on digital files (Photoshop files) supplied by Artist. Graphic files of imagery shall be provided by Artists Haddad/Drugan directly to the Art Glass Manufacturer. Graphics digitally printed on the glass by the Art Glass Manufacturer during the glass manufacturing process. Lincoln Ave Grade Separation Art & El. Sidewalk 107 Custom laminated, colored, and printed Art Glass Panels shall be fabricated by: Peters Studio, LLC (Glasmalerei Peters) Contact: Peter Kaufman 3618 SE 69th Ave. Portland, OR 97206 503 781.7223 No exceptions permitted. Provide at least three months notice to Peters Studio prior to delivery of completed panels Required data of glazing may be incorporated with shop drawings specified elsewhere Confirm sizes, thicknesses, and strength of glass panels and proposed "bite area" in frames. Indicate sizes and locations of blocks, clips, beads, and stops. Confirm compatibility of layout with proposed dimensions and materials. Handle and protect the glass panels with extreme care so as to prevent damage of surfaces or edges. See that protective covers are intact and repair if necessary Install such other temporary protection as may be necessary Maintain temporary protection until acceptance of the project. Damaged glass panels shall be replaced to the satisfaction of the Artist and Engineer at no additional cost to the Owner. Do not mark glass surfaces with crayons or other marking pencils; where markings are required, fasten removable tapes or banners 9-37.5(1) Glass Accessories Glazing shall be installed with materials that will provide weather -tight seal around all Art Glass Panels. Materials shall be as indicated, or approved equal with approval of glass manufacturer, Engineer, and Artist. Glazing in Aluminum and Steel shall use Gray Glazing Compound 1012 by DAP, Inc., or Permaglaze Type "A" by Biddle Company, or approved equal Glazing Tape shall be Tremco Manufacturing Co. "Tremtape," 3M Co. "1202," or approved equal Setting Blocks shall be Neoprene or other resilient blocks of 70 to 90 Shore A durometer hardness, tested for compatibility with specified glazing sealants Spacers shall be Neoprene or other resilient blocks of 40 to 50 Shore A durometer hardness, adhesively backed on one face only, tested for compatibility with specified glazing sealants. Compressible Filler Rod shall be Closed -cell or waterproof -jacketed foam of polyethylene, butyl rubber, neoprene, polyurethane or vinyl, tested for compatibility with specified glazing sealants, of 5 to 10 psi compression strength (25 percent deflection), as recommended by sealant manufacturers for use in glazing channel to prevent sealant exudation from the channel Provide manufacturer's written guarantees Any units failing to comply with terms of this guarantee shall be replaced at no additional cost to the Owner. 9-37.6 Frosted Acrylic Panel Frosted Acrylic Panels are to be Acrylite "Pop Touch" Colorless 0A000 12, 0.118 -inch (3mm) by Evonik, placed with matte side facing out. Frosted Acrylic Panel quantity, dimensions, Lincoln Ave Grade Separation Art & El. Sidewalk 108 placement, as well as mounting hole size and placement are to be as shown in Drawings and as verified by Contractor submitted Shop Drawings. Attachment to interior of Aluminum Fruit Label Panels shall be made weather -tight with manufacturer recommended sealant. Attachment hardware for aluminum studs shall include locking washers and nuts compatible with threaded studs. All materials must be compatible, non -corrosive, and adjoined in such a way so as no galvanic action between dissimilar materials is possible. 9-37.7 Other Fasteners and Hardware All fastener and hardware materials must be non -corrosive and adjoined so as no galvanic action between dissimilar materials is possible. Mechanical fasteners shall conform to ASTM A48, ASTM A354, ASTM A510, ASTM B633, ASTM F1940 and ASTM F1941. Separation washers set between aluminum and stainless steel or other dissimilar metals shall be neoprene, or approved equal. Where necessary, these separation washers shall be in addition to lock washers and other mounting hardware. All fasteners and hardware shall be sealed and weather -tight. Semi-permanent thread lock shall be used on final attachments of all threaded connections. Top Cap cylindrical spacer tube, fender washers, and nuts for top cap shall be Type 316 stainless steel Glazing mullion fasteners such as lock washers, washers, and nuts shall be Type 316 stainless steel Fruit Label Graphic aluminum stud attachment hardware for mounting acrylic panels shall include locking washers and nuts compatible with aluminum threaded studs. Art Structure welded threaded studs shall be Type 316 stainless studs Nelson Stud Welding CJL Reduced Base Studs or approved equal. Washers, and nuts for attaching glazing mullions, graphic panels, base cover plate, and top onto Art Structures shall be Type 316 stainless steel unless otherwise indicated. 9-37.8 Bird Deterrent Bird Deterrent shall be a modular post and wire system 'Bird Wire 2000' by Bird -B -Gone, Inc. or approved equal. Wire: 0.45mm 1 x 7 stainless steel wire, U.V. stabilized clear nylon coated to 0.7mm finished diameter. Crimps: Nickel -plated copper. Metal Hardware: 316 -grade stainless steel. Plastic Hardware: High impact U.V. stabilized thermoplastic. Number of Rows: Three (3) Mounting System: Stick -on -bases per manufacturers instructions and as approved by Engineer and Artist. Bird Deterrent product shall carry a minimum 5 -year guarantee against U.V. breakdown Installation shall be guaranteed for 2 years. Lincoln Ave Grade Separation Art & El. Sidewalk 109 9-37.9 Bug Screen Bug Screen shall be TWP 24 black epoxy coat stainless steel, or approved equal Mesh: 24 x 24 per inch, Diameter 0060 inch. Bug Screen shall be attached with epoxy adhesive to all bottoms and tops of finished Art Structures as diagramed in the Drawings. Adhere with continuous attachment along all edges without gaps, tares, or other openings larger than mesh size. Attachment shall be as approved by Engineer and Artist. 9-37.10 Adhesives and Sealants Adhesives and Sealants shall all be compatible with materials on which they will be applied and touching. Where not called out in Drawings, use manufacturer's recommended products. All products shall be approved by Engineer and Artist. 9-37.11 Art Materials Finish and Color Finishes and colors of art materials shall be as indicated in Drawings and as specified Samples shall be submitted per Section 8.31 If not specified or otherwise indicated, provide manufacturer's finish and color information with product submittal for selection by Artist and Engineer Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying finishes. Paint and coatings shall be per 9-37.12. 9-37.11(1) Art Structure Frame 1 All interior portions shall be White Tnemec, or approved equal 2 All exterior portions shall be Black over White Tnemec, or approved equal Art Structures baseplate and lateral connection hardware shall be painted on exposed surfaces to match adjacent Art Structure finish. 9-37.11(2) Aluminum Fruit Label Panels Exterior faces and edges shall be black anodized on an even random orbit finish Interiors shall be coated White paint coating over anodized black even random orbit finish. Edges where fruit label graphics shall be cut out by laser shall be anodized black Do not allow white enamel to bleed onto these cut edges. Following laser cutting, finish front surfaces of aluminum panels with a non -directional random orbit finish, sanded with 180 -grit alum oxide Sanded front (exterior) surface should be even, with all blemishes in the metal and grind marks, etc removed. Finish back faces (interior) of panels to achieve an abrasive surface suitable for painting, as per paint manufacturers recommendations Following application of mechanical finishes and welding of threaded rods to back faces of panels, anodize alloy type 6063-T6 panels with a durable exterior grade anodizing appropriate for exterior architectural surfaces of maximum longevity. Use MIL -A-8625, Type III, Class 2 black, 2.0 mil coating thickness or approved equal. All exposed aluminum surfaces should receive an architectural anodized finish in conformance with Aluminum Association Standard SSA -46 or AAMA 611 standard Processing should be sulfuric acid or equivalent anodizing with electrolytic or immersion deposited inorganic pigmentation in the coating. The resulting anodized finish should be continuous, fully sealed and free of powdery surfaces, smut, and blemishes Lincoln Ave Grade Separation Art & El. Sidewalk 110 Following anodizing, paint entire back (interior) surfaces of panels White. Take all precautions necessary to ensure that White paint extends right up to cut edges of graphic imagery, but does not bleed onto cut edges or front surface of panels. No paint seepage to cut edges or front faces shall be permitted. 9-37.11(3) Aluminum Mullions, Base Panel Covers and Top Cap Exteriors and interiors shall be Black Anodized over an even 180 -grit random orbit finish. 9-37.11(4) Art Lighting and Electrical Equipment Power supply boxes, light fixture bases and mounting brackets, electrical conduit, mounting studs, and all other Art Lighting and Electrical Equipment inside of Art structure shall be White to match interior of Art Structure. Wire -way, junction boxes, electrical conduit, fittings, mounting hardware, and all other Art Lighting and Electrical Equipment on the exterior of Art structure shall be black to match the exterior of the Art Structure. 9-37.12 Art Coatings Where possible, all prepping, priming, painting, and coating shall be done in a shop, except for final touch ups and repairs at completion. Perform work per the following standards and recommendations: AAMA (American Architectural Manufacturer's Association (AAMA): "Voluntary Guide Specification for High -Performance Organic Coatings on Architectural Extrusions and Panels" AAMA 2605. NAAMM (National Association of Architectural Metal Manufacturers) "Metal Finishes Manual for Architectural Metal Products". Society for Protective Coatings SSPC-SP 5, 6, 7, 10, 11 - Metal Blast Cleaning; MPI — Master Painters Institute Architectural Painting Specification Manual, latest edition: for application. Thoroughly clean all metal as described in these specifications or in accordance with Pacific Northwest Steel Fabricators' Association, "Specifications for Painting Steel," Specification No. 2. Where fabrications are shop or factory -primed, apply primer immediately following cleaning and pretreatment to surfaces that will be exposed after assembly and installation and to concealed, non -galvanized surfaces. Provide a minimum dry film thickness of 2.0 -mils per applied coat. Primer Paint for Ferrous Metals: Manufacturer's standard rust -inhibiting primer complying with applicable federal requirements governing application and service exposure. The primer shall be compatible with the finish coats of paint. Coordinate selection of metal primer with finish paint requirements. After the erection and installation are complete, touch up all shop priming coats damaged, using the priming paint specified for shop priming. Mask threaded studs welded to frame prior to painting. Do not apply coatings in conditions that are against the manufacturer's recommendations. All painted and coated Art elements shall use the following, or approved equal: Primer: Tnemec Series 66 Epoxoline, 2-3 mil dry film thickness. Lincoln Ave Grade Separation Art & El. Sidewalk 111 Finish: Tnemec Series 750 Endura -Shield, 3-5 mil dry film thickness Interior shall be White Semigloss, Exterior shall be Black Semigloss Performance Requirements- Provide coating systems that meet the following minimum performance criteria, unless more stringent criteria are specified 1. Abrasion resistance 65, when tested in accordance with ASTM D 968. 2 Adhesion: No pick -off, when tested in accordance with ASTM D 3359 Cross Cut Tape Test. 3 Salt spray resistance. No field blisters, Max 1/32 inch creepage on scribe, when tested in accordance with ASTM B-117-85 5 percent Salt -Fog, 1000 hours. 4 Chalking: Max. rating 8 for colors, 6 for whites, per ASTM D 659 5. Accelerated Weathering: a 60/60 cycle, 500 cycles, per ASTM D 3361, with chalk rating between 9 and 10 per ASTM D 659, and Color Change no more than 10 delta E units per ASTM D 2244, and Gloss Retention of min 6 0 percent per ASTM D 523 b. 5000 hours, per ASTM D 822, with chalk rating of 8 to 10 per ASTM D 659, and color change of less than 5 delta E units per ASTM D 2244, and 60 percent gloss retention per ASTM D 523 Provide 1 gallon of each color and product type provided for maintenance materials (August 3, 2015) Standard Plans The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21- 01 transmitted under Publications Transmittal No PT 15-048, effective August 3, 2015 is made a part of this contract. The Standard Plans are revised as follows: A-30.15 DELETED A-50.10 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C -14a is revised to C-70.10 A-50.20 Sheet 2 of 2, Plan, with Anchored Barrier, reference C -14a is revised to C-70.10 A-50.30 Sheet 2 of 2, Plan (top), reference C -14a is revised to C-70.10 B-10.20 and B-10.40 Substitute "step" in lieu of "handhold" on plan Lincoln Ave Grade Separation Art & El. Sidewalk 112 B-15.60 Table, Maximum Knockout Size column, 120" Diam., 42" is revised to read; 96" B-25.20 Add Note 7. See Standard Specification Section 8-04 for Curb and Gutter requirements B-55.20 Metal Pipe elevation, title is revised to read; "Metal Pipe and Steel Rib Reinforced Polyethylene Pipe" B-90.40 Offset & Bend details, add the subtitle, "Plan View" above titles C -8b Sheet 2, Anchor Plate detail, callout, was - 1" DIAM. HOLE (TYP.)" IS REVISED TO READ; "1 1/8" (IN) DIAM. HOLE (TYP.)" C-1 Assembly Detail, Steel Post, (post) callout - was - "W6 x 9 or W6 x 15" is revised to read; "W6 x 8.5 or W6 x 9 or W6 x 15" C-10 General Note 1, first sentence, was - "Length of W8 x 35 and W6 x 9 shall be determined by measurement from top of ground to top of grout pad." Is revised to read; "Length of W8 x 35 and W6 x 8.5 or W6 x 9 shall be determined by measurement from top of ground to top of grout pad." Sheet 1, Post Base Plate Detail, callout, was - "W6 x 9" is revised to read, "W6 x 8.5 or W6 x 9" Sheet 1, Box Culvert Guardrail Steel Post Type 2 detail, callout, was - "W6 x 9 Steel Post" is revised to read;" "W6 x 8.5 or W6 x 9 Steel Post" Sheet 1, Post Anchor Attachment Detail, callout, was - "W6 x 9 - See Note 1" is revised to read; "W6 x 8.5 or W6 x 9 - See Note 1" Sheet 1, Detail A, callout, was - "W6 x 9 Steel Post See Note 1" is revised to read; "W6 x 8.5 or W6 x 9 Steel Post - See Note 1" Sheet 2, Box Culvert Guardrail Steel Post Type 1, callout, was - "W6 x 9 x 27.5" Steel Post" is revised to read; "W6 x 8.5 x 27.5" (IN) or W6 x 9 x 27.5" (IN) Steel Post" Sheet 2, Detail B, callout, was - "W6 x 9 x 27 5" Steel Post" is revised to read, "W6 x 8 5 x 27.5" (IN) or W6 x 9 x 27.5" (IN) Steel Post" C -16a Note 1, reference C-28.40 is revised to C-20.10 C -16b Note 3, reference C-28.40 is revised to C-20.10 C-22.14 Plan, callout, was - "Location of Post (Without Block) - W6 x 9 Steel Post Only" is revised to read; "Location of Post (Without Block) W6 x 8.5 or W6 x 9 Steel Post Only" Elevation, callout, was - "Location of Post (Without Block) - W6 x 9 Steel Post Only" is revised to read; "Location of Post (Without Block) - W6 x 8.5 or W6 x 9 Steel Post Only" F-10.12 Section Title, was - "Depressed Curb Section" is revised to read: "Depressed Curb and Gutter Section" Lincoln Ave Grade Separation Art & EI. Sidewalk 113 F-10.40 "EXTRUDED CURB AT CUT SLOPE", Section detail - Deleted H-70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70 10 is revised to H-70 10 J-3 DELETED J -3b DELETED J -3C DELETED J-10.22 Key Note 1, was - "Meter base per serving utility requirements- as a minimum, the meter base shall be safety socket box with factory -installed test bypass facility that meets the requirements of EUSERC drawing 305 " Is revised to read, "Meter base per serving utility requirements- as a minimum, the meter base shall be safety socket box with factory -installed test bypass facility that meets the requirements of EUSERC drawing 305. When the utility requires meter base to be mounted on the side or back of the service cabinet, the meter base enclosure shall be fabricated from type 304 stainless steel " Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp - 120/277 volt "T" rated) Is revised to read: "Test Switch (SPDT snap action, positive close 15 amp - 120/277 volt "T" rated)." Key Note 14, was - "Hinged dead front with 1/4 turn fasteners or slide latch." Is revised to read; "Hinged dead front with 1/4 turn fasteners or slide latch. - Dead front panel bolts shall not extend into the vertical limits of the breaker array(s)." Key Note 15, was - "Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper. See Cabinet Main bonding Jumper detail, Standard Plan J -3b." is revised to read; "Cabinet Main Bonding Jumper Assembly Buss shall be 4 lug tinned copper - See Standard Plan J-10.20 for Cabinet Main Bonding Jumper Assembly details." J-20.11 Sheet 2, Foundation Detail, Elevation, callout - "Type 1 Signal Pole" is revised to read. "Type PS or Type 1 Signal Pole" Sheet 2, Foundation Detail, Elevation, add note below Title, "(Type 1 Signal Pole Shown)" J-20.16 View A, callout, was - LOCK NIPPLE, is revised to read; CHASE NIPPLE J-21.10 Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2 1/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf Bar. Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP )" from the 2 '/2" CLR dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar Lincoln Ave Grade Separation Art & El. Sidewalk 114 Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. J-21.15 Partial View, callout, was - LOCK NIPPLE - 1 '/2" DIAM., is revised to read; CHASE NIPPLE - 1 '/2" (IN) DIAM. J-21.16 Detail A, callout, was - LOCKNIPPLE, is revised to read; CHASE NIPPLE J-22.15 Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" (2x) Detail A, callout, was - LOCK NIPPLE - 1 1/2" DIAM is revised to read; CHASE NIPPLE - 1 '/2" (IN) DIAM. J-28.50 Section D, callout, was - Backup Strip (ref. to key note 3) is revised to read; "Continuous Backup Strip (ref. to key note 3)" Key Note 3, was - '/4" Thick, or No thinner than pole wall thickness. Tack weld or seal weld to Base plate. Is revised to read; "1/4" Thick, or No thinner than Pole wall thickness. Tack weld in root or continuous seal weld to Base plate or Pole wall." J-28.70 Detail C, dimension, 2" MAX. is revised to read: 1" MAX. Detail D, dimension, 2" MAX. is revised to read. 1" MAX. J-29.10 Galvanized Welded Wire Mesh detail, callout - "Drill and Tap for 1/4" Diam. Cap Screw, 3 Places, @ 9" center, all 4 edges S.S. Screw, ASTM F593 and washer" Is revised to read; "*Drill and Tap 1/4" (IN) Diam. x 1" (IN) Cap Screw with washer - space approx.. 9" o.c -- Liberally coat threads with Anti -seize compound (TYP.)" Add Boxed note: * Bolts, Nuts, and washers - ASTM F593 or A193 Type 304 or Type 316 Stainless Steel (S S.) J-29.15 Title, "Camera Pole Standard" is revised to read; "Camera Pole Standard Details" J-29-16 Title, "Camera Pole Standard Details" is revised to read; "Camera Pole Details" J-40.10 Sheet 2 of 2, Detail F, callout, "12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 12" S. S. FLAT WASHER" is revised to read; "12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER" J-60.14 All references to J -16b (6x) are revised to read; J-60.11 Lincoln Ave Grade Separation Art & El. Sidewalk 115 J-90.10 Section B, callout, "Hardware Mounting Rack S. S. 1-5/8" Slotted Channel" is revised to read- "Hardware Mounting Rack (Typ) - Type 304 S S. 1-5/8" Slotted Channel" J-90.20 Section B, callout, "Hardware Mounting Rack (Typ.) - S. S 1-5/8" Slotted Channel" is revised to read. "Hardware Mounting Rack (Typ) - Type 304 S. S. 1-5/8" Slotted Channel" K-80.10 Sign Installation (Fill Section), dimension, 6' TO 12' MIN. is revised to read: 12' MIN Sign Installation (Sidewalk and Curb Section), dimension, 6' TO 12' MIN is revised to read. 12' MIN. Sign Installation (Behind Traffic Barrier Section), Delete dimensions - 6' TO 12' MIN. and 6' MIN Sign with Supplemental Plaque Installation (Fill Section), dimension, 6' TO 12' MIN. is revised to read 12' MIN Sign Installation (Ditch Section), dimension, 6' TO 12' MIN. is revised to read 12' MIN Delete dimension - 6' MIN. K-80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K-80 35 M-11.10 Layout, dimension (from stop bar to "X"), was - 23' is revised to read, 24' The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan Standard Plans showing different dates shall not be used in this contract. A-10 10-00 8/7/07 A-30.35-00....10/12/07 A-10 20-00 . 10/5/07 A-40.00-00 . .. 8/11/09 A-10 30-00 . 10/5/07 A-40.10- 03 . . .. 12/23/14 A-20 10-00 8/31/07 A-40 15-00 8/11/09 A-30.10-00 . 11/8/07 A-40.20- 03 12/23/14 A-40 50- 02 . . ....12/23/14 A-30 30-01 6/16/11 A-50 10-00. ... 11/17/08 B-5 20-01 6/16/11 B-30.50-01. . 4/26/12 B-5.40-01 . ..6/16/11 B-30.70-03 4/26/12 B-5 60-01 . 6/16/11 B-30.80-00 6/8/06 B-10.20-01. 2/7/12 B-30.90-01 . ..9/20/07 B-10.40-00 ....6/1/06 B-35 20-00 6/8/06 B-10 60-00 6/8/06 B-35 40-00 . . 6/8/06 B-15.20-01. 2/7/12 B-40.20-00 ......6/1 /06 B-15 40-01 2/7/12 B-40 40-01... . 6/16/10 B-15.60-01 2/7/12 B-45.20-00 . .. 6/1/06 B-20.20-02 3/16/12 B-45.40-00 . .....6/1/06 Lincoln Ave Grade Separation Art & El. Sidewalk 116 A-50.20-01......9/22/09 A-50.30-00. ...11/17/08 A-50.40-00 ....11 /17/08 A-60 10-03... 12/23/14 A-60 20- 03 . .12/23/14 A-60 30-00.... ...11 /8/07 A-60 40-00 . 8/31/07 B-75 20-01 ...6/10/08 B-75 50-01.... . .6/10/08 B-75.60-00 6/8/06 B-80.20-00 6/8/06 B-80 40-00... . 6/1/06 B-82.20-00 .. ..6/1/06 B-85.10-01 .......6/10/08 B-85 20-00.. 6/1/06 B-85.30-00 ..6/1/06 B-85.40-00 . ..6/8/06 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 B-20.40-03. . .3/16/12 B-50.20-00 6/1/06 B-20 60-03 3/15/12 B-55.20-00 6/1/06 B-25.20-01 3/15/12 B-60.20-00 6/8/06 B-25.60-00 6/1/06 B-60.40-00 6/1/06 B-30.10-01....... 4/26/12 B-65.20-01.... 4/26/12 B-30 20-02 4/26/12 B-65 40-00..... . 6/1/06 B-30.30-01. . . 4/26/12 B-70.20-00 6/1/06 B-30 40-01 4/26/12 B-70.60-00.... .. ..6/1/06 C-1 6/16/11 C-6 5/30/97 C-1 a........ .... 7/14/15 C -6a 10/14/09 C -lb 7/14/15 C -6c 1/6/00 C-1 c ........... ..5/30/97 C -6d 5/30/97 C-1 d 10/31/03 C -6f 7/25/97 C-2 1/6/00 C-7 6/16/11 C -2a ........... ..6/21/06 C -7a. 6/16/11 C -2b 6/21/06 C-8 2/10/09 C -2c 6/21/06 C -8a 7/25/97 C -2d 6/21/06 C -8b 6/27/11 C -2e 6/21/06 C -8e 2/21/07 C -2f 3/14/97 C -8f. ............ ..6/30/04 C -2g 7/27/01 C-10 6/3/10 C -2h 3/28/97 C -16a 6/3/10 C -2i ...3/28/97 C -16b. .... ....6/3/10 C -2j 6/12/98 0-20.10-03 7/14/15 C-20.14-03 6/11/14 C-20.15-02 6/11/14 C-20.18-02 6/11/14 C-20.19-02. 6/11/14 C-20 40- 05 7/14/15 C-20 41-01. 7/14/15 C -3a ....10/4/05 C-20.42-05 7/14/15 C -3b 6/27/11 0-20 45.01 7/2/12 C -3c 6/27/11 0-22.14-03 6/11/14 C -4b.. . 6/8/06 C-22.16-05 7/14/15 C -4e 10/23/14 0-22.40-04 10/23/14 C-22.41-01 10/23/14 C -4f 7/2/12 0-22.45-01 10/23/14 C -2k..... C -2n C -2o C -2p C-3 7/27/01 7/27/01 7/13/01 10/31/03 7/2/12 D-2.04-00 11/10/05 D-2.48-00 ......11/10/05 D-2.06-01 . . 1/6/09 D-2.64-01 1/6/09 D-2.08-00 11/10/05 D-2.66-00 11/10/05 D-2.14-00 11/10/05 D-2.68-00 11/10/05 D-2 16-00 11/10/05 D-2.80-00 11/10/05 D-2.18-00 11/10/05 D-2.82-00 11/10/05 D-2.20-00 11/10/05 D-2.84-00... ...11 /10/05 D-2 32-00 11/10/05 D-2.86-00 11/10/05 D-2.34-01 .....1 /6/09 D-2.88-00 11/10/05 D-2.36-03 6/11/14 D-2.92-00 .. _11/10/05 D-2.42-00. 11/10/05 D-3.09-00 5/17/12 D-2 44-00 11/10/05 D-3.10-01.....5/29/13 D-2.60-00... _11/10/05 D-3.11-03 6/11/14 D-2.62-00 11/10/05 D-3.15-02 6/10/13 D-2.46-01... .6/11/14 D-3.16-02 5/29/13 Lincoln Ave Grade Separation Art & El. Sidewalk 117 B-85.50-01 6/10/08 B-90.10-00 6/8/06 B-90.20-00 6/8/06 B-90.30-00 6/8/06 B-90.40-006/8/06 B-90.50-00.. ... 6/8/06 B-95.20-01 2/3/09 B-95.40-00 .... . 6/8/06 C-23.60-03 6/11/14 C.24.10-01 6/11/14 C-25.18-05 7/14/15 C-25.20-06 7/14/15 C-25.22-05 7/14/15 C-25.26-03 7/14/15 C-25.80-03 6/11/14 C-40.14-027/2/ 12 C-40.16-02. 7/2/12 C-40.18-02.. 7/2/12 C-70.10-01 6/17/14 C-75.10-01 6/11/14 C-75.20-016/11 /14 C-75.30-01..... 6/11/14 C-80.10-01 6/11/14 C-80.20-01 6/11/14 C-80.30-01 6/11/14 C-80.40-01 6/11/14 C-80.50-00...... 4/8/12 C-85.10-00 4/8/12 C-85.11-00 4/8/12 C-85.14-01 .... 6/11/14 C-85.15-01 6/30/14 C-85.16-01. .. 6/17/14 C-85-18-01 6/11/14 C-85 20-01 6/11/14 C-90.10-00 7/3/08 D-3.17-01 ... 5/17/12 D-4.... 12/11/98 D-6 6/19/98 D-10.10-01 12/2/08 D-10.15-01 12/2/08 D-10 20-00 7/8/08 D-10.25-00 7/8/08 D-10.30-00 7/8/08 D-10.35-00 7/8/08 D-10.40-01 .. .12/2/08 D-10.45-01 12/2/08 D-15.10-0112/2/08 D-15.20-02 6/2/11 D-15.30-01.....12/02/08 E-1 E-2... • F-10 12-03 F-10.16-00 . F-10.18-00.. F-10 40-02 .. F-10 42-00 . G-10.10-00. G-20 10-02 G-22 10-03 G-24.10-00 G-24 20-01 G-24.30-01 G-24.40-05 G-24.50-03 2/21/07 E-4 . . 5/29/98 E -4a . .8/27/03 8/27/03 . 6/11/14 F-10.62-02... 4/22/14 12/20/06 F-10.64-03.......4/22/ 14 .6/27/11 F-30.10-03 6/11/14 . . 6/21/12 F-40 12-02 . 6/20/13 1/23/07 F-40 14-02 . . 6/20/13 . 9/20/07 .6/23/15 7/10/15 11/8/07 .2/7/12 ..2/7/12 6/23/15 6/17/14 H-10 10-00 . H-10.15-00 .. H-30 10-00 . 7/3/08 7/3/08 .10/12/07 1-10.10-01 . ..8/11 /09 1-30 10-02.. . .3/22/13 1-30 15-02... .. 3/22/13 1-3016-00 3/22/13 1-3017-00 3/22/13 J-10 . . 7/18/97 J-10 10-03 6/3/15 J-10 15-01 6/11/14 J-10 16-00. 6/3/15 J-10 17-00 6/3/15 J-10 18-00 6/3/15 J-10 20-00 ....6/3/15 J-10 21-00 6/3/15 J-10 22-00... 5/29/13 J-15 10-01 ....6/11 /14 J-15 15-02... 7/10/15 J-20.10-03 . 6/30/14 J-20 11-02.. .6/30/14 J-20 15-03 6/30/14 J-20 16-02 . 6/30/14 J-20 20-02 5/20/13 J-20.26-01. 7/12/12 G-24.60-04 6/23/15 G-25 10-04 6/10/13 G-30 10-04 6/23/15 G-50.10-02. 6/23/15 G-60 10-03. ...6/18/15 G-60.20-02 6/18/15 G-60.30-02.... 6/18/15 G-70 10-03 6/18/15 H-32.10-00 H-60.10-01 . H-60 20-01 F-40 15-02 .....6/20/ 13 F-40.16-02.....6/20/13 F-45.10-01.. .6/21/12 F-80.10-03 . .6/11/14 G-70.20-02....6/10/13 G-70 30-02.....6/10/13 G-90.10-01 5/11/11 G-90.20-03 . 7/10/15 G-90 30-02 3/22/13 G-90 40-01 10/14/09 G-95.10-01 6/2/11 G-95 20-02 6/2/11 G-95.30-02. . 6/2/11 .9/20/07 H-70 10-01 2/7/12 . 7/3/08 H-70.20-01 2/16/12 7/3/08 H-70.30-02. 2/7/12 1-30 20-00 . .. 9/20/07 1-30.30-01 . . 6/10/13 1-30.40-01 6/10/13 1-30.60-00 5/29/13 1-40.10-00 . 9/20/07 J-26 15-01 5/17/12 J-26.20-00 6/11/14 J-27.10-00 . 3/15/12 J-27 15-00.. 3/15/12 J-28.10-01 5/11/11 J-28 22-00 ...8/07/07 J-28 24-01 6/3/15 1-40 20-00 9/20/07 1-50 20-01. .....6/10/13 1-60 10-01 6/10/13 1-60.20-01. . 6/10/13 1-80 10-01 8/11/09 J-40 40-00... 5/20/13 J-50.10-00 6/3/11 J-50.11-00. 6/3/11 J-50 12-00 6/3/11 J-50.15-00 6/3/11 J-50.16-01. 3/22/13 J-28 26-01 ...12/02/08 J-50.20-00 6/3/11 J-28.30-03 .6/11/14 J-50 25-00... 6/3/11 J-28 40-02 ....6/11/14 J-50.30-00 .. .6/3/11 J-28.42-01 . . 6/11/14 J-60.05-00.. ..6/16/11 J-28.43-00 . 6/11/14 J-28.45-02. . 6/11/14 J-60 11-00 .5/20/13 J-28.50-02 6/2/11 J-60 12-00 5/20/13 J-28.60-01 . ..6/2/11 J-60 13-00... 6/16/10 J-28 70-01 . .5/11/11 J-60.14-00 . 6/16/10 J-29.10-00 .6/27/11 J-75 10-02 7/10/15 J-29.15-00 6/27/11 J-75.20-01 ....7/10/15 J-29 16-01. . 6/20/13 J-75 30-02 7/10/15 J-30.10-00 6/18/15 Lincoln Ave Grade Separation Art & El. Sidewalk 118 J-21.10-04 6/30/14 J-40.10-03 5/20/13 J-75.40-01 6/11/14 J-75.41-00 6/11/14 J-21.15-01 6/10/13 J-40 20-02.... 6/11/14 J-75.45-01 6/11/14 J-21.16-01 6/10/13 J-40 30-03 5/20/13 J-90.10-01 6/27/11 J-21.17-01. .. 6/10/13 J-40.35-01 5/29/13 J-90.20-01 6/27/11 J-21.20-01 6/10/13 J-40.36-01.. .. 5/20/13 J-90.21-00. .6/30/14 J-22.15-02 7/10/15 J-40.37-01 5/20/13 J-22.16-03 7/10/15 J-40.38-01 5/20/13 J-26.10-02 3/15/12 J-40.39-00 5/20/13 K-70.20-00 2/15/07 K-80.10-00 2/21/07 K-80.20-00 .. 12/20/06 K-80.30-002/21/07 K-80.35-00 2/21/07 K-80.37-002/21 /07 L-10.10-02 6/21/12 L-40.10-02 6/21/12 L-70.10-01 5/21/08 L-20.10-03 7/14/15 L-40.15-01..... 6/16/11 L-70.20-01 5/21/08 L-30.10-02 6/11/14 L-40.20-02 6/21/12 M-1.20-03.......6/24/14 M-9.60-00 2/10/09 M-4010-03.....6/24/14 M-1.40-02 6/3/11 M-11.10-01. ...1 /30/07 M-40.20-00...10/12/07 M-1.60-02 6/3/11 M-15.10-01 2/6/07 M-40.30-00 9/20/07 M-1.80-03 ....6/3/11 M-17.10-02... . . 7/3/08 M-40.40-00 9/20/07 M-2.20-03 7/10/15 M-20.10-02 6/3/11 M-40.50-00 9/20/07 M-2.21-00 7/10/15 M-3.10-03. .6/3/11 M-20.20-02 4/20/15 M-40.60-00 9/20/07 M-3.20-02 6/3/11 M-20.30-03 4/20/15 M-60.10-01. ..6/3/11 M-3.30-03 6/3/11 M-20.40-03 6/24/14 M-60 20-02 6/27/11 M-3.40-03 6/3/11 M-20.50-02 6/3/11 M-65 10-02 5/11/11 M-3.50-02 6/3/11 M-24.20-02 4/20/15 M-80.10-01.....6/3/11 M-5.10-02 6/3/11 M-24.40-02.... 4/20/15 M-80.20-00 6/10/08 M-7.50-01 1/30/07 M-24.50-00 6/16/11 M-80.30-00 6/10/08 M-9.50-02 6/24/14 M-24.60-04 6/24/14 Lincoln Ave Grade Separation Art & El. Sidewalk 119 Lincoln Ave Grade Separation Art & El. Sidewalk 120 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2016, by and between the City of Yakima, hereinafter called the Owner, and Belsaas & Smith Construction, Inc. a Washington Corporation, hereinafter called the Contractor WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows. I The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF $669,490.00, for Lincoln Avenue Grade Separation Artwork & Elevated Sidewalk Project, City Project No. 1818, all in accordance with, and as described in the attached plans and specifications and the 2014 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Sixty (60) working days If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11`h day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima II The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III INDEMNIFICATION The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor V It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written Countersigned CITY OF YAKIMA this day of (Y)GU C 4"12016. A eA,g(eA, City Manager i 10,gted-A - dity Clerk CONTRACTOR ern coNTRACT NO: nld /(O - 6 6v RESOLUTION NO:�� (President, Owner, etc.) �����arzt 141/1- g8�� Corporation PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS. Bond No 106362747 That whereas the City of Yakima, Washington has awarded to Belsaas & Smith Construction, Inc. a Washington Corporation (Contractor) hereinafter designated as the Principal" a contract for the construction of the project designated Lincoln Avenue Grade Separation Artwork & Elevated Sidewalk Project, City Project No. 1818, all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract: NOW, THEREFORE, we, the principal, and Travelers Casualty and Surety Company of America (Surety), a corporation, organized and existing under and by virtue of the laws of the State of CT , duly authorized to do business in the State of Washington, as surety, are jointly and severally held and firmly bound unto the City of Yakima, Washington, in the penal sum of $ 669,490 00 (Total Contract Amount) lawful money of the United States, the payment of which we jointly and severally bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents. THE CONDITIONS OF THIS BOND IS SUCH, that if the above bonded principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and materialmen; the claims of any person or persons arising under the contract to the extent such claims are provided for in RCW 39.08.010; the state with respect to taxes imposed pursuant to Titles 50, 51 and 82 RCW which may be due; 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, Washington, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub -contractor in the performance of said work, and shall indemnify and hold the City of Yakima, Washington, 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 after its acceptance thereof by the City of Yakima, Washington, and all claims filed in compliance with Chapter 39.08 RCW are resolved and all taxes pursuant to Titles 50 and 51 and 82 RCW have been paid, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers this day of March , 2016. Approved as to form: 41.11 11 A ( Si d istsh.p / 6 /i//ei yl p (j�..�) �7 a tU/ (c As. ( �% C7rrl�%a%./e LJ1;t )//6, y Attomey) v,/' Belsaas Smitnstruction, Inc. /yciP77L rgnature) d .rms9A/ (Print Name) Travelers Casualty and Surety Company of America u By m (Signature) Lori McKimmy (Print Name) Attorney -in -Fact (Title) TRAVELERS) Attorney -In Fact No. WARNING. THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 226181 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No, 0 0 6 4 8 8 1 8 6 KNOW ALL MEN BY THESE PRESENTS That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Donna S Martinez. Kenneth J Frick, Alex B Hodge, Rodney C. Lewis. and Lori McKimmy of the City of Yakima, State of Washington their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 13th August 2015 day of , State of Connecticut City of Hartford ss Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company * 1 G9 itOR P OR, re.1% of SEAL!o"i St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company By Robert L. Raney enior Vice President On this the 13th day of August 2015 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do. executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer In Witness Whereof, 1 hereunto set my hand and official seal My Commission expires the 30th day of June, 2016 58440-8-12 Printed in U S.A. V\W v00 1. `Marie C. Tetreault. Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING. THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER • This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc , St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company which resolutions are now in full force and effect reading as follows. RESOLVED that the Chairman. the President, any Vice Chairman any Executive Vice President any Senior Vice President any Vicc President any Second Vice President, the Treasurer, any Assistant Treasurer the Corporate Secrctary or any Assistant Secretary niay appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company s seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it is FURTHER RESOLVED, that the Chairman, the President, any Vicc Chairman, any Executive Vice President, any Senior Vice President or any Vice President niay delegate all or any part of the foregoing authority to one or more officers or employees of this Company. provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary' and it is FURTHER RESOLVED that any bond recognizance contract of indemnity or writing obligatory in the nature of a bond recognizance, or conditional undertaking shall be valid and hinding upon the Company when (a) signed by the President, any Vicc Chairman, any Executive Vice President, any Senior Vice President or any Vicc President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary• or (b) duly executed (under seal if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED that the signature of each of the following officers President any Executive Vicc President. any Senior Vicc President, any Vice President, any Assistant Vicc President any Secretary, any Assistant Secretary and the scal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate hearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall he valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kevin E. Hughes the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc , St Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company St Paul Mercury Insurance Company Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies which is in full force and effect and has not been revoked IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of Mid! . 2016 id/e4`. Kevin E. Hughes Assistant Sec tary To verify the authenticity of this Power of Attorney call I-800-421-3880 or contact us at www.ttavelersbond.com Please refer to the Attorney -In -Fact number the above-named individuals and the details of the bond to which the power is attached WARNING. THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER A C �® `.VR CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 3/15/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Terril Lewis & Wilke Ins P 0 Box 1789 112 S 4th Street Yakima WA 98907 CONTACT Donna Martinez NAME: P(AH//CONE, No, Ext): (509)248-3515 FAX No): (509)248-3673 E-MAIL ADDRESS. dmartinez@tlwins.com INSURER(S) AFFORDING COVERAGE NAIC # INsuRERA:Valley Forge Insurance Company INSURER B :Continental Insurance Company 20508 35289 INSURED Belsaas & Smith Construction, Inc. P 0 Box 926 Ellensburg WA 98926 INSURER c:Continental Casualty Company 20443 INsuRERD.Travelers Property Casualty Co of 25674 INSURER E . $ 1,000,000 INSURERF. 100,000 COVERAGES CERTIFICATE NUMBER:15-16 GASU IF REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR MID POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXPIY (MM/DDYYYj LIMITS A X COMMERCIAL GENERAL LIABILITY 4032762755 9/1/2015 9/1/2016 EACH OCCURRENCE $ 1,000,000 DAMAGE TO PREMISES (Ea occurrence) 100,000 CLAIMS -MADE I X I OCCUR MED EXP (Any one person) $ 5,000 X Ltd work site pollution PERSONAL 8.ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES X I VT PER. LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON -OWNED AUTOS 4032762738 9/1/2015 9/1/2016 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ Pollution Trans of Des $ 1,000,000 C X UMBRELLA LIAB EXCESS LIAR X OCCUR CLAIMS -MADE 4032762741 9/1/2015 9/1/2016 EACH OCCURRENCE $ 2 000 000 AGGREGATE $ 2,000,000 $ DED X RETENTION$ 10,000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? I (Mandatory in NH) If yes, descnbe under DESCRIPTION OF OPERATIONS below N / A WA Stop Gap 4032762755 9/1/2015 9/1/2016 PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L DISEASE - POLICY LIMIT $ 1,000,000 D Installation Floater QT6601189R157TIL15 9/1/2015 9/1/2016 Limit $100,000 Deductible 51,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The City of Yakima and its officers, elected and appointed officials, employees, agents and volunteers are named as additional insured, including completed operations, per forms G18652 -J 0712 and G140331 -D 0113. Coverage is primary per form G18652 -J 0712. Waiver of Subrogation applies per form G18652 -J 0712. Per project applies per form G18652 -J 0712 Project: Lincoln Avenue Grade Separation Artwork & Elevated Sidewalk City Project No. 1818 CERTIFICATE HOLDER CANCELLATION City of Yakima 129 North Second Street Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Kenneth Frick/DONNA ACORD 25 (2014/01) INS025 nmenn © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Policy# 4032762755 CNA G -18652-J (Ed. 07-12) CONTRACTORS' GENERAL LIABILITY EXTENSION ENDORSEMENT It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. The changes this endorsement makes do not apply with respect to any coverage that has been excluded or amended by another endorsement attached to this policy SCHEDULE Coverage is summarized below. For particulars and limitations affecting each coverage, please refer to the corresponding policy provisions in the body of this endorsement. 1. Additional Insureds Seven additional insured extensions. 2. Bodily Injury — Expanded Definition 3. Broad Knowledge of Occurrence/ Notice of Occurrence 4. Broad Named Insured 5. Broadened Liability Coverage For Damage To "Your Product" And "Your Work" Limit: $100,000. 6. Contractual Liability — Railroads Expanded definition of "insured contract." 7. Contractual Liability For Personal And Advertising Injury 8. Electronic Data Liability Loss of Electronic Data Limit: $100,000. 9. Expanded Personal And Advertising Injury- Discrimination Or Humiliation 10. Expected Or Intended Injury Reasonable force — "bodily injury" or "property damage." 11. General Aggregate Limits Of Insurance - Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies Coverage for your interest in such terminated or ended organizations. 15. Legal Liability/Alienated Premises/Borrowed Equipment Coverage Extended perils. Default limit increased to $500,000 for Damage to Premises Rented To You $25,000 limit for "property damage" to borrowed tools or equipment at a jobsite 16. Liberalization Clause 17. Liquor Liability Coverage Extension 18. Medical Payments Limits increased to $15,000. Reporting increased to three years from the date of accident. 19. Non -owned Aircraft Coverage 20. Non -owned Watercraft Increased to 75 feet. 21. Primary And Non -Contributory To Other Insurance 22. Property Damage - Elevators 23. Supplementary Payments Cost of bail bonds increased to $5,000 Daily loss of earningsincreased to $1,000 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation - Blanket Waiver of subrogation where required by written contract or written agreement. 26. Wrap -Up Extension G -18652-J (Ed. 07-12) Page 1 of 12 Copyright, CNA All Rights Reserved. CNA 1. ADDITIONAL INSURED SECTION 11— WHO IS AN INSURED is amended to include as an insured any person or organization (called additional insured) described in paragraphs A. through G. below whom you are required to add as an additional insured on this policy under a written contract or written agreement, provided the written contract or written agreement: L Is currently in effect or becomes effective during the term of this policy; and ii. Was executed prior to the "bodily injury," "property damage" or "personal injury and advertising injury" for which the additional insured seeks coverage However, we will not provide the additional insured any broader coverage or any higher limit of insurance than the least that is: a. The maximum permitted by law; b. Required in the written contract or written agreement; c. Afforded to you under this policy; or d. Described in the applicable paragraphs A. through G. below. A. Controlling Interest Any persons or organizations with a controlling interest in you but only with respect to their liability arising out of 1. Their financial control of you, or 2. Premises they own, maintain or control while you lease or occupy these premises. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for such additional insured B. Co-owner of Insured Premises A co-owner of a premises co -owned by you and covered under this insurance but only with respect to the co -owner's liability as co-owner of such premises. C. Lessor - Equipment 1. Any person or organization from whom you lease equipment, but only with respect to liability for "bodily injury," "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person or organization G -18652-J (Ed. 07-12) 2. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. D. Lessor - Land An owner or other interest from whom land has been leased by you but only with respect to liability arising out of the ownership, maintenance or use of that specific part of the land leased to you and subject to the following additional exclusions: This insurance does not apply to: 1. Any "occurrence" which takes place after you cease to lease that land; or 2. Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. E. Lessor - Premises A manager or lessor of premises but only with respect to liability arising out of the ownership, maintenance or use of that specific part of the premises leased to you and subject to the following additional exclusions. This insurance does not apply to. 1. Any "occurrence" which takes place after you cease to be a tenant in that premises; or 2. Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver but only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of a premises by you This insurance does not apply to structural alterations, new construction or demolition operations performed by or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions A state or governmental agency or subdivision or political subdivision subject to the following provisions: 1. This insurance applies only with respect to the following hazards for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization in connection with premises G -18652-J (Ed. 07-12) Page 2 of 12 Copyright, CNA All Rights Reserved. CNA you own, rent, or control and to which this insurance applies a. The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. The construction, erection, or removal of elevators; or c. The ownership, maintenance or use of any elevators covered by this insurance. 2. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. 3. This insurance does not apply to: a. "Bodily injury," "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or b. "Bodily injury" or "property damage" included within the "products -completed operations hazard." A governmental permit which requires you to add the governmental entity as an additional insured will trigger this Provision 1. as if the permit were a written contract. 2. BODILY INJURY — EXPANDED DEFINITION SECTION V — DEFINITIONS, the definition of "bodily injury" is changed to read: "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury by that person at any time which results as a consequence of the bodily injury, sickness or disease. 3. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Condition 2. Duties in The Event of Occurrence, Offense, Claim or Suit of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended to add the following provisions. A. BROAD KNOWLEDGE OF OCCURRENCE G -18652-J (Ed. 07-12) You must give us or our authorized representative notice of an "occurrence," offense, claim, or "suit" only when the "occurrence," offense, claim or "suit" is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) An executive officer or the employee designated by you to give such notice, if you are a corporation; or (4) A manager, if you are a limited liability company. B. NOTICE OF OCCURRENCE Your rights under this Coverage Part will not be prejudiced if you fail to give us notice of an "occurrence," offense, claim or "suit" and that failure is solely due to your reasonable belief that the "bodily injury" or "property damage" is not covered under this Coverage Part. However, you shall give written notice of this "occurrence," offense, claim or "suit" to us as soon as you are aware that this insurance may apply to such "occurrence," offense claim or "suit." 4. BROAD NAMED INSURED A. Any subsidiary or affiliate organization, other than a partnership, joint venture or limited liability company, in which a Named Insured specifically shown in the Declarations has management control, directly or through one or more subsidiary organizations, at the time of loss will qualify as a Named Insured but only if there is no other similar insurance available to such organization, nor similar insurance which would be available but for exhaustion of its limits. For the purpose of this provision, similar insurance means general liability or equivalent insurance, no matter whether its coverage is broader or narrower than that provided by this insurance But if the only other similar insurance is for a "consolidated (wrap-up) program," then a subsidiary that qualifies as a Named Insured on such project -specific insurance can still qualify as a Named Insured on this insurance, but not for projects covered by the "consolidated (wrap-up) program." [Please see Item 26.C. of this endorsement for the definition of "consolidated (wrap-up) program."] B. This endorsement does not apply to any organization for which coverage is excluded by another endorsement attached to this policy. C. Only for the purpose of this endorsement: G -18652-J (Ed. 07-12) Page 3 of 12 Copyright, CNA All Rights Reserved. CNA 1. Management control means. a. Ownership interest representing more than 50% of the voting, appointment, or designation power for the subsidiary organization's governing body; or b. Having the right, pursuant to a written contract, or pursuant to the by-laws, charter, operating agreement, or similar document of a specifically shown Named Insured or controlled subsidiary organization to select, appoint, or designate a majority of the subsidiary organization's governing body Such contract or document must have been created prior to the time of Toss; or c. Having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer and sell property held by a trust. 2. Governing body means the Board of Directors of a corporation. 3. Loss means. a. The occurring of the "bodily injury" or "property damage"; or b. The committing of the offense that caused the "personal and advertising injury. D. The insurance provided by this policy applies to Named Insureds when trading under their own names, or under such trading names or doing - business -as (DBA) names as any should choose to employ. 5. BROADENED LIABILITY COVERAGE FOR DAMAGE TO "YOUR PRODUCT" AND "YOUR WORK" A. Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY, Paragraph 2. Exclusions is amended to delete exclusions k. and I. and replace them with the following: [This insurance does not apply to.] k. Damage to Your Product "Property damage" to "your product" arising out of it, or any part of it except when caused by or resulting from (1) Fire; (2) Smoke, (3) Collapse; or (4) Explosion. G -18652-J (Ed. 07-12) I. Damage to Your Work "Property damage" to "your work" arising out of it, or any part of it and included in the "products - completed operations hazard " This exclusion does not apply (1) If the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor; or (2) If the cause of loss to the damaged work arises as a result of: (a) Fire; (b) Smoke; (c) Collapse; or (d) Explosion. B. The following paragraph is added to SECTION III — LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most we will pay under Coverage A for the sum of damages arising out of any one "occurrence" because of "property damage" to your product" and "your work" that is caused by fire, smoke, collapse or explosion and is included within the "product -completed operations hazard." This sublimit does not apply to "property damage" to "your work" if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor This Provision 5. Broadened Liability Coverage For Damage To "Your Product" And "Your Work" does not apply if an endorsement of the same name is attached to this policy. 6. CONTRACTUAL LIABILITY — RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of "insured contract" in SECTION V — DEFINITIONS is replaced by the following: "Insured Contract" means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement; c. Any easement or license agreement; C. G -18652-J (Ed. 07-12) Page 4 of 12 Copyright, CNA All Rights Reserved. CNA d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or "property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities 7. CONTRACTUAL LIABILITY FOR PERSONAL AND ADVERTISING INJURY Under SECTION 1— COVERAGE B —PERSONAL AND ADVERTISING INJURY LIABILITY, Paragraph 2. Exclusions is amended to delete exclusion e. Contractual Liability. This provision 7. does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 8. ELECTRONIC DATA LIABILITY A. Under SECTION 1 — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: [This insurance does not apply to:] p. Electronic Data G -18652-J (Ed. 07-12) Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data' that does not result from physical injury to tangible property. However, this exclusion does not apply to liability for damages because of "bodily injury." B. The following paragraph is added to SECTION III — LIMITS OF INSURANCE. Subject to 5. above, $100,000 is the most we will pay under Coverage A for all damages arising out of any one "occurrence' because of "property damage" that results from physical injury to tangible property and arises out of "electronic data." C. The following definition is added to the SECTION V — DEFINITIONS: "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. D. For the purposes of the coverage provided by this endorsement, the definition of "property damage" in SECTION V — DEFINITIONS is replaced by the following 17. "Property damage" means. a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the "occurrence" that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate 'electronic data," resulting from physical injury to tangible property. All such loss of "electronic data" shall be deemed to occur at the time of the "occurrence" that caused it. For the purposes of this insurance, "electronic data" is not tangible property E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this G -18652-J (Ed. 07-12) Page 5 of 12 Copyright, CNA All Rights Reserved. C'NA policy, then the $100,000 limit provided by this Provision 8. Electronic Data Liability is part of, and not in addition to, that higher limit. 9. EXPANDED PERSONAL AND ADVERTISING INJURY - DISCRIMINATION OR HUMILIATION A. SECTION V — DEFINITIONS is amended to add the following to the definition of "Personal and advertising injury": h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is (1) Not done intentionally by or at the direction of - (a) The insured, or (b) Any "executive officer," director, stockholder, partner, member or manager (if you are a limited liability company) of the insured; and (2) Not directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person or persons by any insured B. Under SECTION 1 — COVERAGE B — PERSONAL AND ADVERTISING INJURY LIABILITY, Paragraph 2. Exclusions is amended to add the following additional exclusions [This insurance does not apply to.] Discrimination Relating To Room, Dwelling or Premises "Personal or advertising injury" caused by discrimination directly or indirectly related to the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any insured. Fines Or Penalties Fines or penalties levied or imposed by a governmental entity because of discrimination. This provision 9. does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 10. EXPECTED OR INTENDED INJURY Under SECTION I — COVERAGE A— BODILY INJURY AND PROPERTY DAMAGE LIABILITY, Paragraph 2. Exclusions is amended to delete exclusion a. Expected or G -18652-J (Ed 07-12) Intended Injury and replace it with the following: [This insurance does not apply to.] a. Expected or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises you own or rent, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit, is the most we will pay for the sum of - 1. All damages under Coverage A, except damages because of "bodily injury' or "property damage" included in the "products -completed operations hazard"; and 2. All medical expenses under Coverage C, that arise from "occurrences" or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved, 2. Damages under Coverage A, caused by "occurrences" which cannot be attributed solely to ongoing operations at a single construction project, except damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard"; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations G -18652-J (Ed. 07-12) Page 6 of 12 Copyright, CNA Ali Rights Reserved. CNA C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project Aggregate Limit or the General Aggregate Limit, depending on whether the "occurrence" can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard," regardless of the number of locations involved will reduce the Products -Completed Operations Aggregate Limit shown in the Declarations E. If a single construction project away from premises owned by or rented to the insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of SECTION III — LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS Any action in rem against any vessel owned or operated by or for you, or chartered by or for you will be treated in the same manner as though the action were in personam against you. In rem is a term used to designate actions instituted against the thing, as distinct from actions against the person, which are said to be in personam. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE A. With respect only to "bodily injury" that arises out of a "health care incident," COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY OF SECTION I — COVERAGES is amended to replace Insuring Agreement Paragraphs 1.b.(1) and 1.b.(2) with the following - b. This insurance applies to "bodily injury" only if you are not in the business of providing professional health care services, and only if: (1) The "bodily injury" is caused by an "occurrence" that takes place in the "coverage territory." For the purpose of this insurance: G -18652-J (Ed. 07-12) (a) "Bodily injury" caused by a "health care incident" will be considered caused by an "occurrence"; and (b) All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single "occurrence"; (2) The "bodily injury" occurs during the policy period All "bodily injury" arising from an "occurrence" will be deemed to have occurred at the time of the first act, error, or omission that is part of the "occurrence"; and B. With respect only to the insurance provided by this Provision 13., Exclusion 2.e. Employer's Liability of SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, is amended to append the following: Only for "bodily injury" not covered by other liability insurance (including state -sanctioned self insurance) available to the insured (or which would be available but for exhaustion of its limits), this exclusion does not apply to "bodily injury" that arises out of a "health care incident." C. SECTION V— DEFINITIONS is amended to add the following new definition: "Health care incident" means a negligent act, error or omission by your "employees" or "volunteer workers" working on your behalf in the rendering of or failure to render professional health care services in any of the following capacities, or the related furnishing of food, beverages, medical supplies or appliances: a. b. c. d. e. f. g. h. i. 1. k. I. Physician; Nurse; Emergency medical technician; Paramedic, Chiropractor; Dentist; Athletic trainer; Audiologist; Physical therapist; Psychologist; Speech therapist; Other allied health professional; or G -18652-J (Ed. 07-12) Page 7 of 12 Copyright, CNA All Rights Reserved. CNA m. Provider of first aid or Good Samaritan services rendered in an emergency and for which no payment is demanded or received D. SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended to add the following additional exclusions. These new exclusions apply only to this Incidental Health Care Malpractice Coverage: [This insurance does not apply to.] Dishonesty or Crime Any dishonest, criminal or malicious act, error or omission Clinical Trials / Product Testing Acts, errors or omissions that occur in the course of human clinical trials or product testing. Medicare/Medicaid Fraud Medicare or Medicaid fraud or abuse. Services Excluded by Endorsement Any "health care incident" for which coverage is excluded by endorsement. E. SECTION V — DEFINITIONS is amended to add the following subparagraph to Paragraph f. of the definition of "insured contract". Paragraph f. does not include that part of any contract or agreement: (4) Under which you assume another's tort liability for "bodily injury" arising out of the rendering of or failure to render professional health care services F. SECTION II — WHO IS AN INSURED is amended to add the following provisions' 1. Your "employees" are insureds with respect to: a. "bodily injury" to a co -"employee" while in the course of the co -"employee's" employment by you or while performing duties related to the conduct of your business, and b. "bodily injury" to a "volunteer worker" while performing duties related to the conduct of your business; when such "bodily injury" arises out of a "health care incident." 2. Your "volunteer workers" are insureds with respect to: G -18652-J (Ed. 07-12) a. "bodily injury" to a co -"volunteer worker" while performing duties related to the conduct of your business, and b. "bodily injury" to an "employee" while in the course of the "employee's" employment by you or while performing duties related to the conduct of your business; when such "bodily injury" arises out of a "health care incident." 3. Paragraphs 2.a. (1)(a), (b) and (c) of SECTION II — WHO IS AN INSURED do not apply to "bodily injury" for which insurance is provided this Provision 13. 4. Paragraph 2.a.(1)(d) of SECTION II — WHO IS AN INSURED is deleted. G. With respect to the insurance provided by this Provision 13., the following is added to Paragraph 4.b.(1) of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS To the extent this insurance applies, it is excess over any of the other insurance (including qualified self insurance), whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by you to be excess of this policy. 14. JOINT VENTURES / PARTNERSHIP / LIMITED LIABILITY COMPANIES A. The following is added to SECTION II — WHO IS AN INSURED: 4. You are an insured when you had an interest in a joint venture, partnership or limited liability company which terminated or ended prior to or during this policy period, but only to the extent of your interest in such joint venture, partnership or limited liability company. This coverage does not apply a. Prior to the termination date of any joint venture, partnership or limited liability company; b. If there is other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company; or c. To a joint venture, partnership or limited liability company which is or was insured under a "consolidated (wrap-up) insurance program." G -18652-J (Ed 07-12) Page 8 of 12 Copyright, CNA All Rights Reserved. CNA [Please see Item 26.C. of this endorsement for the definition of "consolidated (wrap-up) program."] B. The last paragraph of SECTION II — WHO IS AN INSURED is deleted and replaced by the following: Except as provided under the Contractors' General Liability Extension Endorsement or by the attachment of another endorsement (if any), no person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 15. LEGAL LIABILITY/ALIENATED PREMISES/ BORROWED EQUIPMENT A. Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended to delete exclusion J. Damage to Property in its entirety and replace it with the following: [This insurance does not apply to:] J. Damage to Property "Property damage" to: (1) Property you own, rent, or occupy; (2) Premises you sell, give away or abandon, if the "property damage" arises out of any part of those premises; (3) Property loaned to you; (4) Personal property in the care, custody or control of the insured; (5) That particular part of real property on which you or any contractors or subcontractors working directly or indirectly on your behalf are performing operations, if the "property damage" arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because "your work" was incorrectly performed on it. Paragraph (2) of this exclusion does not apply if the premises are "your work." Paragraphs (3) and (4) of this exclusion do not apply to "property damage" to tools or equipment loaned to you. A separate limit of insurance applies to such tools or equipment that are damaged while being used in your operations. G -18652-J (Ed. 07-12) Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire) to premises rented to you or temporarily occupied by you with the permission of the owner, or to the contents of premises rented to you for a period of 7 or fewer consecutive days A separate limit of insurance applies to Damage To Premises Rented To You as described in SECTION III — LIMITS OF INSURANCE. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to "property damage" included in the "products -completed operations hazard." B. Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE the last paragraph of Paragraph 2. Exclusions is deleted and replaced by the following. Exclusions c. through n. do not apply to damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner nor to the contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in SECTION III — LIMITS OF INSURANCE. C. The following paragraph is added to SECTION III — LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most we will pay under Coverage A for damages arising out of any one "occurrence" because of "property damage" to tools or equipment loaned to you by others that occurs while the equipment is being used to perform operations. D. Paragraph 6. Damage To Premises Rented To You Limit of SECTION III — LIMITS OF INSURANCE is replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most we will pay under SECTION — 1 — COVERAGE A for damages because of "property damage" to any one premises while rented to you or temporarily occupied by you with the permission of the owner, including contents of such premises rented to you for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500,000, or G -18652-J (Ed. 07-12) Page 9 of 12 Copyright, CNA All Rights Reserved. C'NA b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii) of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is deleted and replaced by the following: (ii) That is property insurance for premises rented to you, for premises temporarily occupied by you with the permission of the owner; or for personal property of others in your care, custody or control, F. This Provision 15. does not apply if Damage To Premises Rented To You Liability under SECTION — I — COVERAGE A is excluded by endorsement. 16. LIBERALIZATION CLAUSE If we adopt a change in our forms or rules which would broaden coverage for contractors under this endorsement without an additional premium charge, policy will automatiV4lly provide the arliiitional your policy ��� ,... coverage as of the date the revision is effective in your state. 17. LIQUOR LIABILITY Under SECTION 1— COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended to delete exclusion c. Liquor Liability. This provision 17. does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 18. MEDICAL PAYMENTS A. Paragraph 7. Medical Expense Limit, of SECTION III — LIMITS OF INSURANCE is deleted and replaced by the following: 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most we will pay under SECTION — I — COVERAGE C for all medical expenses because of "bodily injury" sustained by any one person. The Medical Expense Limit is the greater of• (1) $15,000; or (2) The amount shown in the Declarations for Medical Expense Limit. B. Paragraph 1.a.(3)(b) of SECTION COVERAGE C MEDICAL PAYMENTS, Is replaced by the following: (b) The expenses are incurred and reported to us within three years of the date of the accident; and G -18652-J (Ed. 07-12) This paragraph B. does not apply to medical expenses incurred in the state of Missouri 19. NON -OWNED AIRCRAFT Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY. Paragraph 2. Exclusions is amended such that exclusion g. Aircraft, Auto or Watercraft does not apply to an aircraft you do not own, provided that: 1. The pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. The aircraft is rented to you with a trained, paid crew; and 3. The aircraft does not transport persons or cargo for a charge. 20. NON -OWNED WATERCRAFT Under SECTION ! — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY, Paragraph 2. Exclusions is amended to delete subparagraph (2) of exclusion g. Aircraft, Auto or Watercraft and replace it with the following. [This exclusion does not apply to:] (2) A watercraft you do not own that is (a) Less than 75 feet long; and (b) Not being used to carry persons or property for a charge. 21. PRIMARY AND NON-CONTRIBUTORY TO OTHER INSURANCE With respect to any person or organization that is an additional insured under this Coverage Part, the following is added to Paragraph 4. of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS - If you have agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary and we will not seek contribution from that other insurance For the purpose of this Provision 21., the additional insured's own insurance means insurance on which the additional insured is a Named Insured. This Provision 21 does not apply in situations where the endorsement on this policy affording coverage to the additional insured specifies that this insurance is excess over any other insurance available to that additional insured 22. PROPERTY DAMAGE — ELEVATORS G -18652-J (Ed. 07-12) Page 10 of 12 Copyright, CNA All Rights Reserved. CNA A. Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended such that exclusion k. Damage to Your Product, and subparagraph (3), (4) and (6) of exclusion j. Damage to Property do not apply "property damage" that results from the use of elevators. B. With respect only to the coverage provided by this endorsement, Condition 4. Other Insurance in SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended to add the following subparagraph b.(1)(a)(v): 4. Other Insurance b. Excess Insurance (1) This insurance is excess over. (a) Any of the other insurance, whether primary, excess, contingent or on any other basis: (v) That is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS A. Under Section I -- Supplementary Payments — Coverages A and B, Paragraph 1.b., the limit of $250 shown for the cost of bail bonds is replaced by $5,000: B. In Paragraph 1.d., the limit of $250 shown for daily loss of earnings is replaced by $1,000. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If unintentionally you should fail to disclose all existing hazards at the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBGROGATION - BLANKET Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, The Transfer Of Rights Of Recovery Against Others To Us Condition is amended by the addition of the following. We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: 1. Your ongoing operations; or 2. "Your work" included in the "products completed operations hazard." G -18652-J (Ed. 07-12) However, this waiver applies only when you have agreed in writing to waive such rights of recovery in a contract or agreement, and only if the contract or agreement: 1. Is in effect or becomes effective during the term of this policy; and 2. Was executed prior to loss. 26. WRAP-UP EXTENSION: OWNER CONTROLLED INSURANCE PROGRAM, CONTRACTOR CONTROLLED INSURANCE PROGRAM OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a "consolidated (wrap-up) insurance program" by applicable state statute or regulation: If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C C.I.P.) is attached to this policy, then the following changes apply: A. The following wording is added to the endorsement: With respect to a "consolidated (wrap-up) insurance program" project in which you are or were involved, this exclusion does not apply to those sums you become legally obligated to pay as damages because of: 1. "Bodily injury," "property damage," or "personal or advertising injury" that occurs during your ongoing operations at the project, or during such operations of anyone acting on your behalf; nor 2. "Bodily injury" or "property damage" included within the "products -completed operations hazard" that arises out of those portions of the project that are not "residential structures." B. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended to add the following subparagraph 4.b.(1)(c) to Condition 4. Other Insurance. [This insurance is excess over:] (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to you as a result of your being a participant in a "consolidated (wrap-up) insurance program," but only as G -18652-J (Ed. 07-12) Page 11 of 12 Copyright, CNA All Rights Reserved. CNA respects your involvement in that "consolidated (wrap-up) insurance program." C. SECTION V — DEFINITIONS is amended to add the following definition. "Consolidated (wrap-up) insurance program" means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I,P.) or Contractor Controlled Insurance Program (C CI P.). "Residential structure" means any structure where 30% or more of the square foot area is used or is intended to be used for human All other terms and conditions of the Policy remain unchanged G -18652-J (Ed. 07-12) residency including but not limited to single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments and also includes their common areas and/or appurtenant structures (including pools, hot tubs, detached garages, guest houses or any similar structures) When there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels, or motels. Residential structure also does not include hospitals or prisons This provision 26. does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. Material used with permission of ISO Properties, Inc G -18652-J (Ed 07-12) Page 12 of 12 Copyright, CNA All Rights Reserved. Policy #4032762755 CNA G -140331-D (Ed. 01/13) BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS — WITH PRODUCTS -COMPLETED OPERATIONS COVERAGE It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows: SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by "written contract" per Paragraph A. below.) Locations of Covered Operations (As per the "written contract," provided the location is within the "coverage territory" of this Coverage Part.) A. Section II - Who Is An Insured is amended to include as an additional insured' 1. Any person or organization whom you are required by "written contract" to add as an additional insured on this Coverage Part; and 2. The particular person or organization, if any, scheduled above. B. The insurance provided to the additional insured is limited as follows. 1. The 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: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified in the "written contract"; or b. "Your work" that is specified in the "written contract" but only for "bodily injury" or "property damage" included in the "products -completed operations hazard," and only if: (1) The "written contract" requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage 2. If the "written contract" specifically requires you to provide additional insurance coverage via the 10/01 edition of CG2010 (aka CG 20 10 10 01), or via the 10/01 edition of CG2037 (aka CG 20 37 10 01), or via the 11/85 edition of CG2010 (aka CG 20 10 11 85), then in paragraph 6.1. above, the words 'caused in whole or in part by' are replaced by the words 'arising out of'. 3. We will not provide the additional insured any broader coverage or any higher limit of insurance than. a. The maximum permitted by law; b. That required by the "written contract"; c. That described in 6.1. above; or d. That afforded to you under this policy, whichever is less. 4. Notwithstanding anything to the contrary in Condition 4. Other Insurance (Section IV), this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or G -140331-D (Ed. 01/13) Page 1 of 2 Copyright, CNA All Rights Reserved. CNA G -140331-D (Ed. 01/13) any other basis But if required by the "written contract" to be primary and non-contributory, this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. 5. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury" arising out of: a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; or b. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. C. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Sult condition is amended to add the following additional conditions applicable to the additional insured An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; (2) Except as provided in Paragraph B.4. of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or "suit'; and (4) Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the "written contract" requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit." D. Only for the purpose of the insurance provided by this endorsement, SECTION V — DEFINITIONS is amended to add the following definition: "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to. a. The "bodily injury" or "property damage"; or b. The offense that caused the "personal and advertising injury," for which the additional insured seeks coverage under this Coverage Part. (3) All other terms and conditions of the Policy remain unchanged Material used with permission of ISO Properties, Inc G -140331-D (Ed. 01/13) Page 2 of 2 Copyright, CNA All Rights Reserved. MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON ) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief Contractor Subscribed and sworn to before me on this day of , 201 Notary Public in and for the State of Washington residing at Lincoln Ave Grade Separation Art & El. Sidewalk 129 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 Lincoln Ave Grade Separation Art & El. Sidewalk 131 Lincoln Ave Grade Separation Art & El. Sidewalk 132 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360'902'5335 POBox 44540'Olympia, WAgD5O4'4540 Washington State Prevailing Wage The PREVAILING WAGES listed here inctude both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 03/03/2016 ccOuMiV-' ' ���;Classification �'~�'�^��, y�oC�� Yakima Asbestos AbatemenWorkers Journey Level $17.83 1 Yakima Boilermakers Journey Level $64.29 511 iL Yakima Brick Mason Journey Level $44.94 5A 1M Yakima Buildinci Service Employees Janitor $9.47 1 Yakima BuiIdin Service Employees Shampooer $11.14 1 Yakima Building Service Ernployees Waxer $9.47 1 Yakima Building Service Employees Window Cleaner $9.47 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $I9.72 1 Yakima Cement Masons Journey Level $39.60 78 iN Yakima Divers &Tenders Diver S107.22 5D 4C 8A Yakima Divers & Tenders Diver On Standby $64.42 5D 4[ Yakima Divers &Tendom Diver Tender $58.]] 5D 4C Yakima Divers & Tenders Surface RcvEtRnvOperator $58.]] 5D 4[ Yakima Divers & Tenders Surface Rcv a Rov Operator Tender $54.27 5A 4[ Yakima Dredge Workers Assistant Engineer $56.44 5D 3F Yakima Dredge Workers Assistant Mate (Deckhand) 556.00 5D lF Yakima Dredge Workers Boatmen $56.44 8} 3F Yakima Dredge Workers Engineer Welder $57.51 5D lF Yakima Dredge Workers Leverman, Hydraulic $58.67 5D }F Yakima DedgoVVotkam Mates $56.44 5D lF Yakima Dredge Workers Oiler $56.00 5D 3F Yakima DnxwaUApp|ioaVmr Journey Level $40.98 5D 4[ Yakima Drywall Tapers Journey Level $36.10 7E 1p Yakima Electricat Fixture Maintenance Workers Journey Level $43.32 1 Yakima Electricians - Inside Cable Splicer $59.51 5A iE Yakima Electricians 'Inside Journey Level 557.50 5A iE Yakima Electricians - Inside Welder $61.50 5A iE Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians ' Motor Shop Journey Level $14.69 1 Yakima Electricians 'PowadinoConstruction Cable Splicer $74.92 54 4D Yakima Electricians - Powerline Construction Certified Line Welder 565.71 5A 4D Yakima Electricians - Powerline Construction Groundperson $44.12 5A 4D Yakima Electricians - Powerline Construction Heavy Line Equipment Operator $65.71 5A 4D Yakima Electricians - Powerline Construction Journey Level Lineperson $65.71 5A 4D Yakima Electricians - Powerline Construction Line Equipment Operator $55.34 5A 4D Yakima Electricians - Powerline Construction Pole Sprayer $65.71 5A 4D Yakima Electricians - Powerline Construction Powderperson $49.16 5A 4D Yakima Electronic Technicians Journey Level $23.40 1 Yakima Elevator Constructors Mechanic $85.45 7D 4A Yakima Elevator Constructors Mechanic In Charge $92.35 7D 4A Yakima Fabricated Precast Concrete Products Craftsman - In -Factory Work Only $9.47 1 Yakima Fabricated Precast Concrete Products Journey Level - In -Factory Work Only $9.47 1 Yakima Fence Erectors Fence Erector $13.79 1 Yakima Flaqqers Journey Level $24.62 1 Yakima Glaziers Journey Level $22.43 61 1B Yakima Heat & Frost Insulators And Asbestos Journey Level $25.32 1 Workers Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima Hod Carriers & Mason Tenders Journey Levet $36.37 7A 31 Yakima Industrial Power Vacuum Cleaner Journey Level $9.47 1 Yakima Inland Boatmen Journey Level $9.47 1 Yakima Inspection/Cleaninq/Sealinq Of Sewer & Cleaner Operator, Foamer Operator $9.73 1 Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Sewer & Grout Truck Operator $11.48 1 Water Systems By Remote Control Yakima Inspection/Cleaninq/Sealinq Of Sewer & Head Operator $12.78 1 Water Systems By Remote Control Yakima Inspection/Cleaninq/Sealinq Of Sewer & Technician $9.47 1 Water Systems By Remote Control Yakima Inspection/Cleaning/Sealinq Of Sewer & Tv Truck Operator $10.53 1 Water Systems By Remote Control Yakima Insulation Applicators Journey Level $40.98 5D 4C Yakima Ironworkers Journeyman $56.20 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $35.34 7A 31 Yakima Laborers Airtrac Drill Operator $36.37 7A 31 Yakima Laborers Ballast Regular Machine $35.34 7A 31 Yakima Laborers Batch Weighman $33.18 7A 31 Yakima Laborers Brick Pavers $35.34 74 31 Yakima Laborers Brush Cutter $35.34 7,4 31 Yakima Laborers Brush Hog Feeder $35.34 7A 31 Yakima Laborers Burner $35.34 74 31 Yakima Laborers Caisson Worker $36.37 704 31 Yakima Laborers Carpenter Tender $35.34 7A 31 Yakima Laborers Cement Dumper -paving $35.94 7A 31 Yakima Laborers Cement Finisher Tender $35.34 7A 31 Yakima Laborers Change House Or Dry Shack $35.34 7A 31 Yakima Laborers Chipping Gun (under 30 Lbs.) $35.34 7A 31 Yakima Laborers Chipping Gun(30 Lbs. And Over) $35.94 7A 31 Yakima Laborers Choker Setter $35.34 7A 31 Yakima Laborers Chuck Tender $35.34 7A 31 Yakima Laborers Clary Power Spreader $35.94 7A 31 Yakima Laborers Clean-up Laborer $35.34 7A 31 Yakima Laborers Concrete Dumper/chute Operator $35.94 7A 31 Yakima Laborers Concrete Form Stripper $35.34 7A ' 31 Yakima Laborers Concrete Placement Crew $35.94 7A 31 Yakima Laborers Concrete Saw Operator/core Driller $35.94 7A 31 Yakima Laborers Crusher Feeder $33.18 7A 31 Yakima Laborers Curing Laborer $35.34 7A 31 Yakima Laborers Demolition: Wrecking Et Moving (incl. Charred Material) $35.34 7A 31 Yakima Laborers Ditch Digger $35.34 7A 31 Yakima Laborers Diver $36.37 7A 31 Yakima Laborers Drill Operator (hydraulic,diamond) $35.94 7A 31 Yakima Laborers Dry Stack Walls $35.34 7A 31 Yakima Laborers Dump Person $35.34 7A 31 Yakima Laborers Epoxy Technician $35.34 7A 31 Yakima Laborers Erosion Control Worker $35.34 7A 31 Yakima Laborers Faller Et Bucker Chain Saw $35.94 7A 31 Yakima ' Laborers Fine Graders $35.34 7A 31 Yakima Laborers Firewatch $33.18 7A 31 Yakima Laborers Form Setter $35.34 7A 31 Yakima Laborers Gabian Basket Builders $35.34 7A 31 Yakima Laborers General Laborer $35.34 7A 31 Yakima Laborers Grade Checker Et Transit Person $36.37 7A 31 Yakima Laborers Grinders $35.34 7A 31 Yakima Laborers Grout Machine Tender $35.34 7A 31 Yakima Laborers Groutmen (pressure)including Post Tension Beams $35.94 7A 31 Yakima Laborers Guage and Lock Tender $36.47 7A 31 IQ Yakima Laborers Guardrail Erector $35.34 7A 31 Yakima Laborers Hazardous Waste Worker (level A) $36.37 7A 31 Yakima Laborers Hazardous Waste Worker (levet B) $35.94 7A 31 Yakima Laborers Hazardous Waste Worker (level C) $35.34 7A 31 Yakima Laborers High Scaler $36.37 7A 31 Yakima Laborers Jackhammer $35.94 7A 31 Yakima Laborers Laserbeam Operator $35.94 7A 31 Yakima Laborers Maintenance Person $35.34 7A 31 Yakima Laborers Manhole Builder-mudman $35.94 7A 31 Yakima Laborers Material Yard Person $35.34 7A 31 Yakima Laborers Motorman -dinky Locomotive $35.94 7A 31 Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & $35.94 7A 31 Rock, Sandblast, Gunite, Shotcrete, Water Bla Yakima Laborers Pavement Breaker $35.94 7A 31 Yakima Laborers Pilot Car $33.18 7A 31 Yakima Laborers Pipe Layer(lead) $36.37 7A 31 Yakima Laborers Pipe Layer/tailor $35.94 7A 31 Yakima Laborers Pipe Pot Tender $35.94 7A 31 Yakima Laborers Pipe Reliner $35.94 7A 31 Yakima Laborers Pipe Wrapper $35.94 7A 31 Yakima Laborers Pot Tender $35.34 7A 31 Yakima Laborers Powderman $36.37 7A 31 Yakima Laborers Powderman's Helper $35.34 7A 31 Yakima Laborers Power Jacks $35.94 7A 31 Yakima Laborers Railroad Spike Puller - Power $35.94 7A 31 Yakima Laborers Raker - Asphalt $36.37 7A 31 Yakima Laborers Re-timberman $36.37 7A 31 Yakima Laborers Remote Equipment Operator $35.94 7A 31 Yakima Laborers Rigger/signal Person $35.94 7A 31 Yakima Laborers Rip Rap Person $35.34 7A 31 Yakima Laborers Rivet Buster $35.94 7A 31 Yakima Laborers Rodder $35.94 7A 31 Yakima Laborers Scaffold Erector $35.34 7A 31 Yakima Laborers Scale Person $35.34 7A 31 Yakima Laborers Sloper (over 20") $35.94 7A 31 Yakima Laborers Sloper Sprayer $35.34 7A 31 Yakima Laborers Spreader (concrete) $35.94 7A 31 Yakima Laborers Stake Hopper $35.34 7A 31 Yakima Laborers Stock Pifer $35.34 7A 31 Yakima Laborers Tamper B Similar Electric, Air Et Gas Operated Tools $35.94 7A 31 Yakima Laborers Tamper (multiple & Self-propelled) $35.94 7A 31 Yakima Laborers Timber Person - Sewer (tagger, Shorer Et Cribber) $35.94 7A 31 Yakima Laborers Toolroom Person (at Jobsite) $35.34 7A 31 Yakima Laborers Topper $35.34 7A 31 Yakima Laborers Track Laborer $35.34 7A 31 Yakima Laborers Track Liner (power) $35.94 7A 31 Yakima Laborers Traffic Control Laborer $35.18 7A 31 8R Yakima Laborers Traffic Control Supervisor $35.18 7A 31 8R Yakima Laborers Truck Spotter $35.34 7A 31 Yakima Laborers Tugger Operator $35.94 7A 31 Yakima Laborers Tunnel Work -Miner $36.47 7A 31 Yakima Laborers Vibrator $35.94 7A 31 Yakima Laborers Vinyl Seamer $35.34 7A 31 Yakima Laborers Watchman $30.28 7A 31 Yakima Laborers Welder $35.94 7A 31 Yakima Laborers Well Point Laborer $35.94 7A 31 Yakima Laborers Window Washer/cleaner $30.28 7A 31 Yakima Laborers - Underground Sewer & Water General Laborer Et Topman $35.34 7A 31 Yakima Laborers - Underground Sewer & Water Pipe Layer $35.94 7A 31 Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.47 1 Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 Yakima Landscape Construction Landscaping Or Planting Laborers $9.47 1 Yakima Lathers Journey Level $40.98 5D 4C Yakima Marble Setters Journey Level $44.94 5A 1M Yakima Metal Fabrication (In Shop) Fitter $12.00 1 Yakima Metal Fabrication (In Shop) Laborer $10.31 1 Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 Yakima Metal Fabrication (In Shop) Painter $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima Millwright Journey Level $26.05 1 Yakima Modular Buildings Journey Level $14.11 1 Yakima Painters Journey Level $30.72 6Z 1W Yakima Pile Driver Journey Level $54.27 5D 4C Yakima Plasterers Journey Level $51.68 ZQ 1R Yakima Playground & Park Equipment Installers Journey Level $9.47 1 Yakima Plumbers & Pipefitters Journey Level $78.33 6Z 1Q Yakima Power Equipment Operators Asphalt Plant Operators $56.94 7A 3C 8P Yakima Power Equipment Operators Assistant Engineer $53.57 7A 3C 8P Yakima Power Equipment Operators Barrier Machine (zipper) $56.44 7A 3C 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $56.44 7A 3C 8P Yakima Power Equipment Operators Bobcat $53.57 7A 3C 8P Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $53.57 7A 3C 8P Yakima Power Equipment Operators Brooms $53.57 7A 3C 8P Yakima Power Equipment Operators Bump Cutter $56.44 7A 3C 8P Yakima Power Equipment Operators Cableways $56.94 7A 3C 8P Yakima Power Equipment Operators Chipper $56.44 7A 3C 8P Yakima Power Equipment Operators Compressor $53.57 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $56.94 7A 3C 8P Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $53.57 7A 3C 8P Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $56.00 7A 3C 8P Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $56.44 7A 3C 8P Yakima Power Equipment Operators Conveyors $56.00 7A 3C 8P Yakima Power Equipment Operators Cranes Friction: 200 tons and over $58.67 7A 3C 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $56.44 7A 3C 8P Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including $57.51 7A 3C 8P Jib With Attachments) Yakima Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $58.10 7A 3C 8P Yakima Power Equipment Operators Cranes. 300 tons and over or 300' of boom including jib with attachments $58.67 7A 3C 8P Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $56.94 7A 3C 8P Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Under $53.57 7A 3C 8P Yakima Power Equipment Operators Cranes: Friction cranes through 199 tons $58.10 7A 3C 8P Yakima Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $56.00 7A 3C 8P Yakima Power Equipment Operators Crusher $56.44 7A 3C 8P Yakima Power Equipment Operators Deck Engineer/deck Winches (power) $56.44 7A 3C 8P Yakima Power Equipment Operators Derricks, On Building Work $56.94 7A 3C 8P Yakima Power Equipment Operators Dozers D-9 Et Under $56.00 7A 3C 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $56.00 7A 3C 8P Yakima Power Equipment Operators Drilling Machine $57.51 7A 3C 8P Yakima Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $53.57 7A 3C 8P Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco Et Similar Equipment $56.44 7A 3C 8P Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $56.00 7A 3C 8P Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $53.57 7A 3C 8P Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $56.44 7A 3C 8P Yakima Power Equipment Operators Gradechecker/stakeman $53.57 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch $56.44 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $56.94 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $56.44 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Locator $56.00 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Operator $56.44 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $56.00 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $53.57 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. Et Over $57.51 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $56.94 7A 3C 8P Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $56.44 7A 3C 8P Yakima Power Equipment Operators Loaders, Plant Feed $56.44 7A 3C 8P Yakima Power Equipment Operators Loaders: Elevating Type Belt $56.00 7A 3C 8P Yakima Power Equipment Operators Locomotives, All $56.44 7A 3C 8P Yakima Power Equipment Operators Material Transfer Device $56.44 7A 3C 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $57.51 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Graders $56.94 7A 3C 8P Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $56.94 7A 3C 8P Yakima Power Equipment Operators Oil Distributors, Blower Distribution a Mulch Seeding Operator $53.57 7A 3C 8P Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air,Tuggers,strato $56.00 , 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $56.44 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $57.51 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $56.94 7A 3C 8P Yakima Power Equipment Operators Pavement Breaker $53.57 7A 3C 8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $56.44 7A 3C 8P Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P Yakima Power Equipment Operators Posthole Digger, Mechanical $53.57 7A 3C 8P Yakima Power Equipment Operators Power Plant $53.57 7A 3C 8P Yakima Power Equipment Operators Pumps - Water $53.57 7A 3C 8P Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $53.57 7A 3C 8P Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $56.94 7A 3C 8P Yakima Power Equipment Operators Rigger And Bellman $53.57 7A 3C 8P Yakima Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $56.00 7A 3C 8P Yakima Power Equipment Operators Rollagon $56.94 7A 3C 8P Yakima Power Equipment Operators Roller, Other Than Plant Mix $53.57 7A 3C 8P Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $56.00 7A 3C 8P Yakima Power Equipment Operators Roto -mill, Roto -grinder $56.44 7A 3C 8P Yakima Power Equipment Operators Saws - Concrete $56.00 7A 3C 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $56.44 7A 3C 8P Yakima Power Equipment Operators Scrapers - Concrete Et Carry All $56.00 7A 3C 8P Yakima Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $56.94 7A 3C 8P Yakima Power Equipment Operators Service Engineers - Equipment $56.00 7A 3C 8P Yakima Power Equipment Operators Shotcrete/gunite Equipment $53.57 7A 3C 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $56 00 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $56.94 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $56.44 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $57.51 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $58.10 7A 3C 8P Yakima Power Equipment Operators Slipform Pavers $56.94 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider Et Screedman $56.94 7A 3C 8P Yakima Power Equipment Operators Subgrader Trimmer $56.44 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $56.00 7A 3C 8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $57.51 7A 3C 8P Yakima Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $58.10 7A 3C 8P Yakima Power Equipment Operators Tower Cranes: over 250' in height from base to boom $58.67 7A 3C 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $56.94 7A 3C 8P Yakima Power Equipment Operators Trenching Machines $56.00 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $56.44 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $56.00 7A 3C 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor $56.44 7A 3C 8P Yakima Power Equipment Operators Welder $56.94 7A 3C 8P Yakima Power Equipment Operators Wheel Tractors, Farmall Type $53.57 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $56.44 7A 3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Assistant Engineer $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Barrier Machine (zipper) $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Bobcat $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Brooms $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Bump Cutter $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cableways $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Chipper $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Compressor $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $56.94 7A ,3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Finish Machine -laser Screed $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. - $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Conveyors $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes Friction: 200 tons and over $58.67 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $57.51 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $58.10 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 300 tons and over or 300' of boom including jib with attachments $58.67 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $56.94 7A 3C 8P Underground,Sewer & Water Yakima Power Equipment Operators- Cranes: A-frame - 10 Tons And Under $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Friction cranes through 199 tons $58.10 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Crusher $56.44 7A. 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Deck Engineer/deck Winches (power) $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Derricks, On Building Work $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Dozers D-9 Et Under $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Drilling Machine $57.51 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Elevator And Man-lift: Permanent And Shaft Type $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco Et Similar Equipment $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Gradechecker/stakeman $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. It Over $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Locator $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Operator $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead 8 Yards. Et Over , $57.51 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders, Plant Feed $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Locomotives, All $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Material Transfer Device $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $57.51 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Motor Patrol Graders $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Oil Distributors, Blower Distribution & Mulch Seeding Operator $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $57.51 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Pavement Breaker $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $56.00 • 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Power Plant $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Pumps - Water $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Rigger And Bellman $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Rigger/Signal Person, Bellman (Certified) $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Rollagon $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi-lift Materials $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roto-milt, Roto-grinder $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Saws - Concrete $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers - Concrete a Carry All $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $56.94 7A . 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Service Engineers - Equipment $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shotcrete/gunite Equipment $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric $57.51 7A 3C 8P Underground Sewer & Water Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $58.10 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Slipform Pavers $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Spreader, Topsider Et Screedman $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Subgrader Trimmer $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Bucket Elevators $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $57.51 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane: over 175' through 250' in height, base to boom $58.10 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Cranes: over 250' in height from base to boom $58.67 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Trenching Machines $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Mount Portable Conveyor $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Welder $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Wheel Tractors, Farmall Type $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Line Clearance Tree Trimmers Journey Level In Charge $45.75 5A 4A Yakima Power Line Clearance Tree Trimmers Spray Person $43.38 5A 4A Yakima Power Line Clearance Tree Trimmers Tree Equipment Operator $45.75 5A 4A Yakima Power Line Clearance Tree Trimmers Tree Trimmer $40.84 5A 4A Yakima Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $30.74 5A 4A Yakima Refrigeration & Air Conditioning Journey Level $28.11 1 Mechanics Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Level $17.14 1 Yakima Residential Cement Masons Journey Level $11.86 1 Yakima Residential Drywall Applicators Journey Levet $18.00 1 Yakima Residential Drywall Tapers Journey Level $17.00 1 Yakima Residential Electricians Journey Level $21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 1B Yakima Residential Insulation Applicators Journey Level $14.38 1 Yakima Residential Laborers Journey Level $11.02 1 Yakima Residential Marble Setters Journey Level $29.00 1 Yakima Residential Painters Journey Level $16.32 1 Yakima Residential Plumbers & Pipefitters Journey Level $20.55 1 Yakima Residential Refrigeration &Air Journey Level $28.11 1 Conditioning Mechanics Yakima Residential Sheet Metal Workers Journey Level (Field or Shop) $40.05 5A 1X Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters (Fire Journey Level $9.47 1 Protection) Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Workers Journey Level $9.47 1 Yakima Residential Terrazzo/Tile Finishers Journey Level $17.00 1 Yakima Residential Tile Setters Journey Level $16.78 1 Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level (Field or Shop) $54.56 5A 1X Yakima Sign Makers & Installers (Electrical) Journey Level $14.65 1 Yakima Sign Makers & Installers (Non -Electrical) Journey Level $14.65 1 Yakima Soft Floor Layers Journey Level $23.11 5A 1N Yakima Solar Controls For Windows Journey Level $9.47 1 Yakima Sprinkler Fitters (Fire Protection) Journey Level $26.43 1 Yakima Stage Rigging Mechanics (Non Structural) Journey Level $13.23 1 Yakima Stone Masons Journey Level $44.94 5A 1M Yakima Street And Parking Lot Sweeper Workers Journey Level $9.47 1 Yakima Surveyors Assistant Construction Site Surveyor $56.00 7A 3C 8P Yakima Surveyors Chainman $55.47 7A 3C 8P Yakima Surveyors Construction Site Surveyor $56.94 7A 3C 8P Yakima Telecommunication Technicians Journey Level $20.00 1 Yakima Telephone Line Construction - Outside Cable Splicer $37.60 5A 2B Yakima Telephone Line Construction - Outside Hole Digger/Ground Person $20.79 5A 2B Yakima Telephone Line Construction - Outside Installer (Repairer) $36.02 5A 2B Yakima Telephone Line Construction - Outside Special Aparatus Installer I $37.60 5A 2B Yakima Telephone Line Construction - Outside Special Apparatus Installer II $36.82 5A 2B Yakima Telephone Line Construction - Outside Telephone Equipment Operator (Heavy) $37.60 5A 2B Yakima Telephone Line Construction - Outside Telephone Equipment Operator (Light) $34.94 5A 2B Yakima Telephone Line Construction - Outside Telephone Lineperson $34.93 5A 2B Yakima Telephone Line Construction - Outside Television Groundperson $19.73 5A 2B Yakima Telephone Line Construction - Outside Television Lineperson/Installer $26.31 5A 2B Yakima Telephone Line Construction - Outside Television System Technician $31.50 5A 2B Yakima Telephone Line Construction - Outside Television Technician $28.23 5A 2B Yakima Telephone Line Construction - Outside Tree Trimmer $34.93 5A 2B Yakima Terrazzo Workers Journey Level $38.14 5A 1M Yakima Tile Setters Journey Level $38.14 5A 1M Yakima Tile, Marble & Terrazzo Finishers Journey Level $30.90 5A 1M Yakima Traffic Control Stripers Journey Level $43.73 7A 1K Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck a Trailer(c.wa-760) $40.58 61 2G Yakima Truck Drivers Dump Truck(c.wa-760) $40.58 61 2G Yakima Truck Drivers Other Trucks(c.wa-760) $40.58 61 2G Yakima Truck Drivers Transit Mixer $38.96 1 Yakima Well Drillers & Irrigation Pump Installers Irrigation Pump Installer $25.44 1 Yakima Well Drillers & Irrigation Pump Installers Oiler $9.47 1 Yakima Well Drillers & Irrigation Pump Installers Well Driller $18.00 1 Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 ******************:****************************************************************************************** Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker 1 ALL HOURS WORKED IN EXCESS OF EiGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B All hours worked on Saturdays shall be paid at one and one-half tines the hourly rate of wage All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage D The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage G The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four -ten hour schedule, shall be paid at one and one-half rimes the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage N All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued 1 0 The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage P All hours worked on Saturdays (except makeup days rf circumstances warrant) and Sundays shall bc paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at double the hourly rate of wage. Q The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (I0) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage All hours worked m excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage R All hours worked 011 Sundays and holidays shall be paid at two times the hourly rate of wage S The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage U All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage All hours worked on Labor Day shall be paid at three times the hourly rate of wage ✓ All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage All hours worked on Thanksgiving Day and Christmas day shall bc paid at double the hourly rate of wage W All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y All hours worked outside the hours of 5 00 am and 5 00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall he paid at die straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek ) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay 2 Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued 2 ALL HOURS WORKED IN EXCESS OF EiGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAiD AT ONE AND ONE-HALF TiMES THE HOURLY RATE OF WAGE. B All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at two tines the hourly rate of wage. F The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G All hours worked on Sunday shall be paid at two times the hourly rate of wage All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage O All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3 ALL HOURS WORKED iN EXCESS OF EiGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6.00 pm Saturday to 6 00 am Monday and holidays shall be paid at double the straight time rate of pay Any shift starting between the hours of 6.00 pm and midnight shall receive an additional one dollar (51 00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more C Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage All work performed after 6 00 pm Saturday to 5 00 am Monday and Holidays shall be paid at double the hourly rate of wage After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more 3 Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued 3 D All hours worked between the hours of 6.00 pm and 6 00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage All other hours worked after 6 00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage E All hours worked Sundays and holidays shall be paid at double the hourly rate of wage Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate F All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked on Sunday shall be paid at two times the hourly rate of wage All hours worked on paid holidays shall be paid at two and one-half tunes the hourly rate of wage including holiday pay H All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1 /2) times the regular rate of pay All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage In the event the job is down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage 4 ALL HOURS WORKED IN EXCESS OF EIGI-IT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage B All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage C On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times die straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the fob is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may he worked at the straight time rate of pay All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay 4 Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued 4 D All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay Rates include all members of the assigned crew EXC EPTION On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates. The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) tines the hourly rate of wage The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-day, ten hour work week, and Saturday shall be paid at one and one half (11/2) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage F All hours worked between the hours of 6.00 pm and 6.00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at double the hourly rate of wage. G All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Holiday Codes 5 A. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7) B Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays. New Year's Day, Presidents' Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D Holidays New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8) H Holidays New Year's Day, Memorial Day, independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6) 5 5 J K. L. N P Q R S T Z. 6 A E. G H Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 Holiday Codes Continued Holidays New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) Holidays New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday atter Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9) Holidays New Year's Day, Martin Luther King Jr Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8) Holidays. New Year's Day, Presidents' Day, Memorial Day, independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9) Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9) if A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day (7 1/2) Paid Holidays New Year's Day, Presidents' Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7) Paid Holidays. New Year's Day, Washington's Birthday, Memorial Day, independence Day, Labor Day, Thanksgiving Day, The Friday Atter Thanksgiving Day, Christmas Day, And The Day Bcforc Or After Christmas (9) Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Paid Holidays. New Year's Day, Presidents' Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8) Paid Holidays. New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half -Day On Christmas Eve Day (9 1/2) Paid Holidays New Year's Day, Martin Luther King Jr Day, Presidents' Day, Memorial Day, independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (1 1) Paid Holidays New Year's Day, New Year's Eve Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Chnstnas, And A Floating Holiday (10) Paid Holidays New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7) 6 Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 Holiday Codes Continued 6 T Paid Holidays New Year's Day, Presidents' Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9) Z. Holidays New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7) If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday 7 A. Holidays: New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8) Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday if any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day B Holidays. New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday C Holidays. New Year's Day, Martin Luther King Jr. Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday D Paid Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays. President's Day Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday E. Holidays New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday F Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday G Holidays New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday H Holidays. New Year's Day, Martin Luther King Jr Day, independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday J Holidays New Year's Day, President's Day, independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday Holidays New Year's Day, independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday 7 Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 Holiday Codes Continued 7 K Holidays Ncw Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday L. Holidays New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday M Paid Holidays. New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday N Holidays Ncw Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday P Holidays Ncw Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Q Holidays Ncw Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day R. Paid Holidays. New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10) If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly S Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9) If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly T Paid Holidays New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day (10) If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly Any holiday which falls on a Saturday shall he observed as a holiday on the preceding Friday Note Codes 8 A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more. Over 50' To 100' -$2 00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$3 00 per Foot for Each Foot Over 100 Feet Over 150' To 220' -S4 00 per Foot for Each Foot Over 150 Feet Over 220' -$5 00 per Foot for Each Foot Over 220 Feet 8 Benefit Code Key — Effective 3/2/2016 thru 8/30/2016 Note Codes Continued 8 C In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' -$1 00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$1 50 per Foot for Each Foot Over 100 Feet Over 150' To 200' -$2 00 per Foot for Each Foot Over 150 Feet Over 200' -Divers May Name Their Own Price D Workers working with supplied air on hazmat projects receive an additional $1 00 per hour L. Workers on hazmat projects receive additional hourly premiums as follows -Level A. $0 75, Level B $0 50, And Level C $0.25 M Workers on hazmat projects receive additional hourly premiums as follows. Levels A & B Si 00, Levels C & D• $0.50. N Workers on hazmat projects receive additional hourly premiums as follows -Level A. SI 00, Level B $0.75, Level C S0.50, And Level D- $0.25 P Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1 00, And Class D Suit $0.50 Q The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho These classifications are only effective on or after August 31, 2012. S Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho This classification is only effective on or after August 31, 2012. T Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All tlaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho This classification is only effective on or after August 31, 2012 U Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2 00, Class B Suit: S 1.50, And Class C Suit. $1 00 Workers performing underground work receive an additional $0 40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0 50 per hour The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour 9 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39 12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1 Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12 If it is, go to question 2. 2 Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39 12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12 If yes, go to question 5 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39 12 If yes, go to question 6 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39 12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330 Supplemental to Wage Rates 1 03/02/2016 Edition, Published February 1s`, 2016 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39 12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1 L, 1P, and 2 and Concrete Inlets See Std. Plans 2. 3. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2 See Std. Plans Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets See Std. Plans. X X 4 Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5 X 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. X Supplemental to Wage Rates 03/02/2016 Edition, Published February 1st, 2016 2 ITEM DESCRIPTION YES NO 8 Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type 9 Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans Welding of aluminum shall be in accordance with Section 9-28 14(3). X 10 Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges X 11 Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes See Contact Plans for item description and shop drawings. 12 Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3) 13 Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling Concrete to conform to Section 9-19 1 of Std Spec. 14 Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs See Std Plans. 15 Precast Drywell Types 1, 2, and with cones and adjustment Sections See Std. Plans. X X X 16 Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections See Std Plans X Supplemental to Wage Rates 03/02/2016 Edition, Published February 1st, 2016 3 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X X X 18 Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans 20 Metal frames, vaned grates, and hoods for Combination Inlets See Std Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls See Contract Plans for size and construction requirements Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault - For use with underground utilities See Contract Plans for details. X 24 Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier Only new state approved barrier may be used as permanent barrier. X 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans Fabrication plant has annual approval for methods and materials to be used See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. X 26 Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used X Supplemental to Wage Rates 03/02/2016 Edition, Published February 1st, 2016 4 ITEM DESCRIPTION 27 Precast Railroad Crossings - Concrete Crossing Structure Slabs 28 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec Section 6-02 3(25)A 29 Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders See Std Spec Section 6-02.3(25)A 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders See Std. Spec. Section 6-02 3(25)A 31 Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders See Std. Spec. Section 6-02 3(25)A. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders See Std Spec Section 6-02 3(25)A 33. Monument Case and Cover See Std Plan. YES NO X X X X X Supplemental to Wage Rates 5 03/02/2016 Edition, Published February 1s`, 2016 ITEM DESCRIPTION YES NO 34 Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. 36 Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans Shop drawings for approval are to be provided prior to fabrication 38. Light Standard -Prestressed - Spun, prestressed, hollow concrete poles 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std Plans. See Specia Provisions for pre -approved drawings X X X 40 Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std Plans. See Special Provisions for pre -approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std Plans. X X Supplemental to Wage Rates 6 03/02/2016 Edition, Published February 1st, 2016 ITEM DESCRIPTION YES NO 42 Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed 43 Cutting & bending reinforcing steel 44 Guardrail components 45. Aggregates/Concrete mixes 46 Asphalt 47. Fiber fabrics 48. Electrical wiring/components 49. treated or untreated timber pile 50. Girder pads (elastomeric bearing) 51 Standard Dimension lumber 52. Irrigation components X X Custom Std Message Signing Message X X X Custom Standard End Sec_L Sec Covered by WAC 296-127-018 Covered by WAC 296-127-018 X X X X Supplemental to Wage Rates 7 03/02/2016 Edition, Published February 1st, 2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 53. Fencing materials X 54 Guide Posts X 55 Traffic Buttons 56. Epoxy X X 57. Cribbing X 58 Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62 Steel pile tips, custom X Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 8 03/02/2016 Edition, Published February 1s`, 2016 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential *'`* ALL ASSOCIATED RATES *** • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127 Supplemental to Wage Rates 9 03/02/2016 Edition, Published February 1st, 2016 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above -listed materials to a public works project site (i) At one or more point(s) directly upon the location where the material will be incorporated into the project, or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e g , excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 03/02/2016 Edition, Published February 1st, 2016 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section, nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located [Statutory Authority: Chapter 39 12 RCW, RCW 43 22 051 and 43 22 270 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39 04 and 39 12 RCW and RCW 43 22 270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92 ] Supplemental to Wage Rates 11 03/02/2016 Edition, Published February 1st, 2016 PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of. City of Yakima Lincoln Avenue Grade Separation Artwork & Elevated Sidewalk Project City of Yakima Project No. 1818 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. Lincoln Ave Grade Separation Art & El. Sidewalk 147 Lincoln Ave Grade Separation Art & El. Sidewalk 148 ITEM PROPOSAL BID SHEET LINCOLN AVENUE GRADE SEPARATION ARTWORK & ELEVATED SIDEWALK PROJECT City of Yakima Project No. 1818 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1-07.15 1 LS bb v�� OD 2 MOBILIZATION 1-09.7 1 LS ao_ 65000 {05 0.0 0 3 PROJECT TEMPORARY TRAFFIC CONTROL� 1-10.5 1 LS (�ti00• r (k000, 4 REMOVAL OF CEMENT CONC. SIDEWALK 2-02.5 10 SY lc(),,.:1' I ' 0O 5 REMOVAL OF CEMENT CONC. CURB 2 02.5 20 LF 3B , oo .a � o0 6 REMOVING MEDIAN BARRIER 2-02.5 750 LF oa 5 , a 3750 , 7 CRUSHED SURFACING BASE COURSE 4-04.5 650 TON o0 j .-2,c1?-50 op 8 SINGLE SLOPE CONCRETE BARRIER 6-02.5 614 LF ((y1 °: 60 (o(097.(a,-- 9 SINGLE SLOPE CONCRETE BARRIER TRANSISTION 6-02.5 2 EA (3 cm c 2,x400 , 4_ 10 STANDARD HAND RAIL PEDESTRIAN RAILING 6-06.5 714 LF 100 .t13. 1t9 -o/3.6!-3 11 CEMENT CONC. TRAFFIC CURB AND GUTTER 8-04.5 182 LF �p �7, O55jt,Ob O 12 CEMENT CONCRETE SIDEWALK - 4 INCH THICK 8-14.5 515 SY 5p 00 , o , 25756 • ' e 13 CEMENT CONC CURB RAMP TYPE PERPENDICULAR A 8-14.5 3 EA IWO.W- 3 U3r ,61' 14 PAINT LINE 8-22.5 1720 LF ob I , — I, up o0 PAINTED WIDE LANE LINE 8-22.5 860 LF 5� (� 6c,15 (Z c , - 1 16 PLASTIC BICYCLE LANE SYMBOL 8-22.5 3 EA t 500 . cA (5OO' , 17 REMOVING PAINT LINE 8-22.5 2580 LF 0.5 0 MI (7.:1 . - 18 ART STRUCTURES 8-31.5 1 LS 16 040 ,O9' (65ao01a0 Lincoln Ave Grade Separation Art & El. Sidewalk 149 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET LINCOLN AVENUE GRADE SEPARATION ARTWORK & ELEVATED SIDEWALK PROJECT City of Yakima Project No. 1818 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 19 ART GRAPHICS PANELS 8-31.5 1 LS 000 . o0 5 000 , 20 ART GLASS PANELS 8-31.5 1 LS / 07,000. `" 67.-n . 21 ART LIGHTING AND CONTROLS 8-31.5 1 LS 8 ()tin() , — p� CS (i �QO . �U' 22 BASE COVER PANEL 8-31.5 1 LS 4- CA �OQl7 .- 23 TOP CAP 8-31.5 1 LS a 4t 0307 Cf 000 .80 24 BIRD DETERRENT 8-31.5 1 LS L' oC TMQ 1 �� i00 25 REPAIR OR REPLACEMENT 8-31.5 1 EST $15,000.00 $15,000.00 1/0PROJECT TOTAL b6 I `�� • 1 1 1 1 1 1 1 • 1 1 Lincoln Ave Grade Separation Art & El. Sidewalk 151 BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, or cash in the amount of $ which amount is not less than five percent of the total bid. BID BOND Sign Here KNOW ALL MEN BY THESE PRESENTS: That we, Belsaas & Smith Construction, Inc. as principal, and Travelers Casualty and Surety Company of America , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Five percent of total amount bid Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal Lincoln Avenue Grade Separation, Artwork & Elevated Sidewalk Project, City of Yakima Project No 1818 for , according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 25th Belsaas & Traveleudlty nd SurePrinci al Company of America OIIII`► '► Lori McKimmy Sur e'y Attorney -in -Fact , 20 Received retum of deposit in the sum of $ Lincoln Ave Grade Separation Art & El. Sidewalk 153 • TRAVELERS) Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 226181 Certificate No. 006488343 KNOW ALL MEN BY THESE PRESENTS That Farmington Casualty Company, St Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company St Paul Mercury Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters. Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make. constitute and appoint Donna S Martinez, Kenneth J Frick, Alex 13 Hodge, Rodney C. Lewis. and Lori McKimmy of the City of Yakima , State of Washington , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 13th day of August 2015 State of Connecticut City of Hartford ss Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company s ��N�• � NSG ()/%O.' t oRPORA,k‘gsf�m SEAI.;oo"J I St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company By. •f„oje.,/ enior Vice President Robert L. Raney 13th August 2015 On this the day of , before me personally appeared Robert L. Raney. who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer In Witness Whereof, 1 hereunto set my hand and official seal My Commission expires the 30th day of June, 2016 58440-8-12 Printed in U S.A. �yt► wA C . `Marie C. Tetreault, Notary Public WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING. THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 4 This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect reading as follows. RESOLVED that the Chairman, the President any Vice Chairman any Executive Vice President, any Senior Vice President, any Vice President any, Second Vice President, the Treasurer any Assistant Treasurer the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company s name and seal with the Company's seal bonds rccognizances, contracts of indemnity and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vicc Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any hond recognizance contract of indemnity, or writing obligatory in the nature of a bond, recognizance or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President any Vice Chairman any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President the Treasurer any Assistant Treasurer, the Corporate Secretary, or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary' or (b) duly executed (under seal if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority: and it is FURTHER RESOLVED, that the signature of each of the following officers. President any Executive Vice President, any Senior Vice President, any Vicc President any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company niay be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate hearing such facsimile signature or facsimile seal shall he valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and hinding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters. Inc., St. Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company, St. Paul Mercury Insurance Company Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked IN TESTIMONY WHEREOF. I have hereunto set my hand and affixed the seals of said Companies this 25 t h day of F e b r u a r v , 201 6 Kevin E. Hughes, Assistant Sec tary To verify the authenticity of this Power of Attorney, call 1-S00-42 I-3880 or contact us at www.travelersbond.com Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached WARNING. THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER PROPOSAL Lincoln Avenue Grade Separation Artwork & Elevated Sidewalk Project City Project No. 1818 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto. CASH CASHIER'S CHECK CERTIFIED CHECK PROPOSAL BOND IN THE AMOUNT OF 0 DOLLARS 0 ($ ) PAYABLE TO THE CITY TREASURER © IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No (s) s- & OF AUTHORIZED OFFICIAL(s) /I—//3FNSDA/ 9-2s7 79'7' PHONE NUMBER FIRM NAME Acz.s,445-sgcrxt /j0/1/S772_(.1 C-7,t/WC (ADDRESS) ?O :Box 6Id-6 G 1-44Th/Sd v'6-, vU /t 9Z7'a6 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBERRZ'LSA-5/6,3301/ Note: (1) FEDERAL ID No. �%I /1/ Id tsl� I� I9Iyl WA STATE EMPLOYMENT SECURITY REFERENCE NO. 9‘o 7-005— 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. Lincoln Ave Grade Separation Art & El. Sidewalk 155 COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract ONLY it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E -Verify Declaration below. Failure to do so may be cause for rejection of bid. E -Verify Compliance Declaration The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. I agree to enroll in E -Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America I agree to use E -Verify for all newly hired employees during the length of the contract. 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E -Verify program at any time and that non-compliance could lead to suspension of this contract. Firm Name: ..7115/1/T, , Sn..crir ».../ L. Dated this 3^`{ ' day g# /y,,¢, .ew , 20/t . Signature Printed Name: Rw,nni Phone #t• Email Address ,-/„c,,-.7 _, ,�/s w,• s • c6� Lincoln Ave Grade Separation Art & El. Sidewalk 157 NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the aforesigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in 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: 1 -800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. Lincoln Ave Grade Separation Art & El. Sidewalk 159 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 " Lincoln Ave Grade Separation Art & El. Sidewalk 160 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. Lincoln Ave Grade Separation Art & El. Sidewalk 161 RESOLUTION NO. D e 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. �fQf ADOPTED BY THE CITY COUNCIL this T4Gfi day of 1983. Mayor ATTEST: ah -c-+,. - ) - City Clerk Lincoln Ave Grade Separation Art & El. Sidewalk 162 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. Lincoln Ave Grade Separation Art & El. Sidewalk 163 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• k. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid 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 Lincoln Ave Grade Separation Art & El. Sidewalk 164 BIDDER CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: 3ez 445 024-71/C9/44Zrecer_cz/N, L74L certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract OpQ)JcKer) ICk & rS) -j4.a . 5 IttiOCAZZ 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. Opp irk) ! -1-pckvAsiW) I J`o>n Workvj 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) Lincoln Ave Grade Separation Art & El. Sidewalk 165 SUBCONTRACTOR 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) Lincoln Ave Grade Separation Art & El. Sidewalk 167 Lincoln Ave Grade Separation Art & El. Sidewalk 168 MATERIALLY AND RESPONSIVENESS The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non- compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. 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 Lincoln Ave Grade Separation Art & El. Sidewalk 169 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 Lincoln Ave Grade Separation Art & El. Sidewalk 170 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents. A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check, cashier's check or cash The amount shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. BIDDER'S CERTIFICATION D. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. The following forms must be received prior to the Contract being executed: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her Surety Company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions. D. E -VERIFY COMPLIANCE DECLARATION Refer to Section 1-02 15 A signed E -Verify Compliance Declaration must be submitted or on file with the City. Lincoln Ave Grade Separation Art & El. Sidewalk 171 1 ,CalailslclIy demi s:W Insllo Ban 0 I.dwg. 06106:00 0545,98 PM (2 121 FROM ENDSEVES (PVC) 4 #4 BARS (2) #3 STIRRUPS 0 12" O.C. EACH END EXISTING ROADWAY 14" 2" 1/2" THICK x 3" WIDE MASTIC — BOTH SIDES 18" R (TYR) PORTLAND CEMENT CONCRETE (2) SCUPPERS FOR FORK LIFT HANDUNG 5'-0" MINIMUM LENGTH NOTES 1. MEDIAN BARRIER SHALL BE PINNED TO ROADWAY SURFACE WITH 2 #5 BARS 24" MINIMUM LENGTH. PINS MUST BE DRIVEN FLUSH WITH TOP OF MEDIAN BARRIER. VOIDS BETWEEN PIN & PVC SLEEVE SHALL BE FILLED WITH NON—SHRINK GROUT. 2. MASTIC TO BE PLACED 1/2" FROM THE OUTSIDE OF MEDIAN BARRIERS FOR THE ENTIRE LENGTH EXCEPT AT SCUPPERS. 3. MEDIAN BARRIER TERMINAL END SECTIONS SHALL HAVE A 2" BATTER AT THE EXPOSED ENDS & SIDES ONLY AND BE A MINIMUM OF 2' IN LENGTH. PRECAST MEDIAN BARRIER SECTION City of Yakima — Engineering Division APPROVED. 6.6.00 CITY OF YAKIMA - PROJECT DETAIL MEDIAN BARRIER DETAIL P1 THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. SIDEWALK JOINTING SEE PLANS S = 0.02 ft/ft • [COLD JOINT �0 5' CEMENT CONCRETE COMPACTED SUBGRADE 0 17' MIN. CSTC (COMPACTED DEPTH) 6" SIDEWALK SECTION SEE PLANS COLD JOINT S = 0.02 ft/ft 0.33' CEMENT CONCRETE COMPACTED SUBGRADE 0 17' MIN CSTC (COMPACTED DEPTH) 4" STANDARD SECTION 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 AT ALTERNATING 10' INTERVALS 3. "V" GROOVES SHALL BE PLACED AT 5' INTERVALS 4 ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 5. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. 6. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima Standard Detail CEMENT CONCRETE SIDEWALK NOT TO SCALE Revision 03-2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 RS' M I = = I N I E MN M E IIIIII 1 = INII 12'-0"MAX. 17 - 0' MAX. BETWEEN DUMMY JOINTS 1 - EXPANSION JOINT DUMMY JOINT (TYP.) PLAN 12' -O -MAX. 36' - 0' MINIMUM TO 120' - 0" MAXIMUM BETWEEN EXPANSION JOINTS EXPANSION JOINT EXPANSION JOINT - SEE DETAIL NOTES 1. Reinforcing steel dimensions and clearances are shown for stationary form construction. When slipform constnrction is used, increase reinforcing steel clearances to the outside surfaces of the barrier to 2 1/2- (in) and adjust the rebar dimensions as required. 2. When connecting between cast -in-place and pre- cast single -slope barrier, provide a Blockout, Rebar Grid, and added rebar, as shown in Standard Plan C-70.10. 3. The actual dimensions will vary as the grades change and the barrier transitions in height and width. The dimensions may be interpolated for intermediate barrier heights. 4. For barrier with a 2' - 10" reveal, see Sheet 2. For High -Performance Barrier with a 3' - 6" reveal, see Sheet 3. EXPANSION JOINT (TYP.) TYPICAL SECTION DUMMY JOINT DETAIL ELEVATION STEEL REINFORCEMENT SYMMETRICAL ABOUT PREMOLDED JOINT FILLER r 1 114" (IN) PVC CONDUIT (TYP.) (0#5 PVC CAP (TYP.) 1/2" (IN) MIN. EXPANSION GAP BETWEEN �1 BAR AND CAP NOTE: STEEL WELDED WARE REINFORCEMENT DEFORMED FOR CONCRETE MAY BE SUBSTITUTED FOR REINFORCING STEEL IN ACCORDANCE WITH STANDARD SPECIFICATION 6.10.3 3. 7 1' -0 REINFORCING STEEL BENDING DIAGRAM SEE STD. SPEC. 9.071(2) FOR BENDING DIAMETERS 9" Er #4 4 21 0 7 1/4- © 11- C) 15" r 4 ©#4 07#4 (SEE NOTE 3) 2 (3# 4 8 #0' " (IN) (TY - P.) O ENSURE NO CEMENT CONCRETE ENTERS THE PVC CONDUIT WHEN POURING V = EPDXY COATED EXPANSION JOINT DETAIL 1 1/4- (IN) PVC CONDUIT (TYP.) 3#5 (TYP.) 2%4 4 15" (IN) P.) 7 - 0" MIN. LAP SPLICE - STAGGER SPUCES 8 - 36" (IN) (TYP.) TOP OF BARRIER 42" HIGH 4 54" HIGH / PREPARED GRADED BASE HYPOTHETICAL GRADE SEPARATION BARRIER TRANSITION DETAIL SECTION CONNECTION BLOCKOUT (SEE NOTE 2) DIMENSION TABLE (SEE NOTE 3) BARRIER HEIGHT A B D E F HORIZONTAL BARS (QTY.) 8" 2'-0" 3 7 - 6" 1'-8" 8 4'- 0" 9 1/8" 7-21/4' 4 3'-0" 1'- 10' 10 10 1/4' 2-41/2' 5 3'-61/2' 2'-0' 12 ISOMETRIC VIEW ynr (1____C 12-- May 19018 30 AM SINGLE -SLOPE CONCRETE BARRIER (CAST -IN-PLACE) DUAL -FACED STANDARD PLAN C-80.10-01 SHEET 1 OF 3 SHEETS APPROVED FOR PUBLICATION 9. It Natoncb, Paw /J1/«'/{?/ a Joeu N1u 119. PM SIAM OE8ON ENOMEENAIM •Ti Wading*. 51.1. D.co.m,.+ of Trum.P.tIIon MO = - - - - - I M M i I I _ - - _ = E 0 0 U m TOP OF ROADWAY TOP OF ROADWAY 3/4" (IN) CHAMFER (TYP.) 112'CLR 3' CLR. 2'-O" SECTION 314' (IN) CHAMFER (TYP.) 3'-8'BARRIER SHOWN LEVEL fV SECTION 4' -0' BARRIER FOR USE WITH A GREATER THAN 5' (IN) TO 7" (IN) MAX. GRADE SEPARATION (SEE NOTE 3) TOP OF ROADWAY TOP OF ROADWAY GRADE SEPARATION 7' MAX. 314' (IN) CHAMFER (TYP.) I 8" 8' b TOP OF ROADWAY TOP OF ROADWAY 3' - 8" BARRIER FOR USE WITH A 0" (IN) TO 5" (IN) MAX. GRADE SEPARATION (SEE NOTE 3) 8' 10 114" 3/4" (IN) CHAMFER (TYP.) TOP OF ir ROADWAY GRADE SEPARATION 5' MAX. SECTION 4'- 8" BARRIER FOR USE WITH A GREATER THAN 7" (IN) TO 10" (IN) MAX. GRADE SEPARATION (SEE NOTE 3) STANDARD MOUNTING HEIGHT TOP OF ROADWAY art. E4 GRADE SEPARATION �/-U' OMayyI92OI48.30AM SINGLE -SLOPE CONCRETE BARRIER (CAST -IN-PLACE) DUAL -FACED STANDARD PLAN C-80.10-01 10" MAX. SHEET 2 OF 3 SHEETS J] APPROVED FOR PUBLICATION n 30P co roW¢Pasco .66/41,�.66/41,.66/41,g w IPM STATE MESION ENGINEER Washington Stan DpormasN of Transportation IMINI 1 1 I N 1 1111 11M11 ME 1 NE ' 11111 1111M 1 111111 N 314' (IN) CHAMFER (TYP.) TOP OF ROADWAY 4' - 0' BARRIER SHOWN LEVEL TOP OF ROADWAY 3/4' (IN) CHAMFER (TYP.) CI¢ TOP OF ROADWAY 2'-21/4" SECTION 4' - 0" BARRIER FOR USE WITH A 0" (IN) TO 3" (IN) MAX. GRADE SEPARATION (SEE NOTE 3) TOP OF ROADWAY GRADE SEPARATION 3' MAX. HIGH-PERFORMANCE BARRIER 34 (IN) CHAMFER (TYP.) TOP OF ROADWAY B' 10 1/4' z'-41/2 SECTION 4' - 6' BARRIER FOR USE WITH A GREATER THAN 3" (IN) TO 6" (IN) MAX. GRADE SEPARATION (SEE NOTE 3) TOP OF ROADWAY GRADE SEPARATION 6" MAX. Z_ M Ban", Ed d May 192 2 0146:30 AM SINGLE -SLOPE CONCRETE BARRIER (CAST -IN-PLACE) DUAL -FACED STANDARD PLAN C-80.10-01 SHEET 3 OF 3 SHEETS APPROVED FOR PUBUCATION Elakouch, Pasco /•/-}/ -- AjJ7//.�L[i/'JS lw 11 ZOM 1 14 PM STAIE 0E9R9 FNOpFFA Wmhinp on 5101. D.porSrrard of TnnaporMian M EN NM MN MN OM NM NE M ' - ' M M ' 1 NM NM I FACE OF CURB MATCH ROADWAY SLOPE 1/2" (IN) R. ROADWAY A DRAWN BY' FERN LIDDELL 1" (IN) R. VARIES 12" TO 24" FACE OF CURB VARIES 10" TO 22" r 1" (IN) R MATCH ROADWAY SLOPE 1/2" (IN) R. \ROADWAY 11 12" DUAL -FACED CEMENT CONCRETE TRAFFIC CURB AND GUTTER 12" (IN) R. 1" (IN) R 1/2" (IN) R. CEMENT CONCRETE OR ASPHALT CONCRETE SIDEWALK OR PATH 6 1/2 FACE OF CURB FACE OF CURB 1" (IN) R MATCH ROADWAY SLOPE 1/2" (IN) ROADWAY R. CEMENT CONCRETE TRAFFIC CURB AND GUTTER 3/8" (IN) PREMOLDED JOINT FILLER (WHEN ADJACENT TO CEMENT CONCRETE SIDEWALK) CEMENT CONCRETE PEDESTRIAN CURB FACE OF CURB ROADWAY VARIES 12' TO 24" VARIES 10" TO 22" SEE CONTRACT) 1" (IN R. o to FACE OF CURB 1" (IN) R. V ROADWAY 1 3f4" 1 3/4" DUAL -FACED CEMENT CONCRETE TRAFFIC CURB 1/2" (IN) R. VARIES FROM 6' (IN) TO 0' (IN) —/ 6" 6 1/2" 1" (IN) R. CEMENT CONCRETE CURB RAMP, LANDING, OR DRIVEWAY ENTRANCE 3/8" (IN) PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS, LANDINGS, AND DRIVEWAY ENTRANCES FACE OF CURB 6 1/2" CEMENT CONCRETE TRAFFIC CURB 1/2" (IN) R. VARIES FROM 6" (IN) TO 0" (IN) — MAINTAIN 1H 6V SLOPE ON SIDE OF CURB MATCH ROADWAY SLOPE 1/2" (IN) ROADWAY R. 6 FLUSH WITH GUTTER PAN AT CURB 12 RAMP ENTRANCE — 1/2" (IN) VERTICAL LIP AT DRIVEWAY ENTRANCE DEPRESSED CURB SECTION AT CURB RAMPS AND DRIVEWAY ENTRANCES 7 1/4' NOTE 1. See Standard Plan F-30.10 for Curb Expansion and Contraction Joint spacing and see Standard Specification Sections 8-04 and 9-04 for additional requirements. FACE OF CURB 1 12" (IN) R. ROADWAY MOUNTABLE CEMENT CONCRETE TRAFFIC CURB Barry, Ed '"� May 6 2014 3:31 PM CEMENT CONCRETE CURBS STANDARD PLAN F-10.12-03 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION is Pasco lto 1 lim 120I41'25 5 PM TWashington SNA. D.potn..nt d Tlnasp.A.6on IRATE 0E5.1 MOINEBI N I E l E 11M11 11111 = MN I EN EN - NM LANDING GRADE BREAK SEE CONTRACT PLANS - a' - (T MIN. CEMENT CONCRETE SIDEWALK - SEE NOTE 5 FLARE (TYP.) 370' EXPANSION JOINT (TYP.) - SEE STANDARD PUN F-30.10 GRADE BREAK CURB RAMP WIDTH 4' - P MIN. LANDING TO MATCH CURB RAMP WIDTH - SEE CONTRACT PLANS GRADE BREAK LANDING SEE CONTRACT PLANS - CURB RAMP P NEN CEMENT CONCRETE SIDEWALK - SEE NOTE 5 PROVIDE SMOOTH TRANSITION TO SIDEWALK WIDTH (TYP.) CURB, OR CURB AND GUTTER - SEE NOTE 4 FACE OF CURB MEASURED PARALLEL TO CURB (TYP.) SLOPE TREATMENT - SEE STANDARD PLAN F-30.10 CROSSWALK CURB RAMP WIDTH 4' - P MIN. LANDING TO MATCH CURB RAMP WIDTH - SEE CONTRACT PLANS GRADE BREAK SEE CONTRACT PLANS - 4' -PIAN. 3/0• EXPANSION JA(LA)-0EE STANDARDRD PLAN F-30.10 } TRANSITION TO SIDEWALK BUFFER, IF PRESENT, OR TO BACK OF CURB (TYP.) - SEE,CONTRACT PLANS NOTES 1. Provide a separate Curb Ramp for each marked or unmarked crosswalk. Curb Ramp location shall be placed within the width of the associated crosswalk or as shown in the Contract Plans. 2. Where "GRADE BREAK" is called out, the entre length of the grade break between the two adjacent surface planes shall be flush. 3. Do not place Gratings, Junction Boxes, Access Covers, or other appurte- nances in front of the Curb Ramp or on any part of the Curb Ramp or Landing. See the Contract Plans for the curb design specified. See Standard Plan F-10.12 for Curb, Curb and Gutter, Depressed Curb and Gutter, and Pedestrian Curb details. 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk details. See Contract Plans for width and placement of sidewalk. 6. The Bid Item "Cement Concrete Curb Ramp Type does not include the adfacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian Curb, or Sidewalk. 7 The Curb Ramp maximum running slope shall not require the ramp length to mxceed.15-feet to avoid chasing the elope indefinitely when connecting to steep grades. When applying the 15 -foot maximum length, the running slope of the Curb Ramp shall as flat as feasible. 8. Curb Ramp, Landing, and Flares shall receive broom finish. See Standard Specifications 8-14. SEE CONTRACT PLANS - 4'- O -MIN. 4. BUFFER WIDTH - MATCH TO CURB RAMP DEPTH (TYP.) DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-4&10 DEPRESSED CURB AND GUTTER - SEE NOTE 4 PLAN VIEW TYPE PERPENDICULAR A 4'-p MIN. CURB, OR CURB AND GUTTER - SEE NOTE 4 DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F -45.t0 15'-P MAX. FACE OF CURB LANDING SEE CONTRACT PLANS 2.0% MAX. SEE NOTE 7 GRADE BREAK 8.3% MAX. CURB RAMP SECTION O CROSSWALK CEMENT CONCRETE PEDESTRIAN CURB - SEE NOTE 4 DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F -4S.10 DEPRESSED CURB AND GUTTER PLAN VIEW TYPE PERPENDICULAR B (SHOWN WITH BUFFER) GRADE BREAK COUNTER SLOPE 5.556 MAX. TOP OF ROADWAY DEPRESSED CURB AND GUTTER - SEE STANDARD PLAN F-10.12 CEMENT CONCRETE PEDESTRIAN CURB - SEE NOTE 4 CEMENT CONCRETE CURB RAMP TYPE PERPENDICULAR IT PAY LIMIT - SEE NATE B'` ISOMETRIC VIEW TYPE PERPENDICULAR A PAY UMR LEGEND SLOPE IN EITHER DIRECTION DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-45.10 DEPRESSED CURB AND GUTTER - SEE NOTE 4 CEMENT CONCRETE CURB AND GUTTER - SEE NOTE 4 CURB RADIUS DETAIL Op ISOMETRIC VIEW TYPE PERPENDICULAR B PAY LIMB S•30•15 PERPENDICULAR CURB RAMP STANDARD PLAN F-40.15-02 SHEET 1 OF 1 SHEET MB= I■ I- M N N I-- ----= s M MN w 0 z >- T TRUNCATED DOME SPACING SEE NOTE 3 WALKWAY —s CURB RAMP LANDING — /t�..,� E /3'f igOrt`t x TRUNCATED DOME SECTION SEE STANDARD SPECIFICATIONS FOR COLOR OF SURFACE TRUNCATED DOME DETAILS CURB RAMP, LANDING, CUT - THROUGH OR WALKWAY MIN. MAX. A 1.60' 240' B 0 65" C 0.45" 0 90' D 1 40" E 0 2" 0 2" m OFFSET SEE NOTE 8 WIDTH F WALKOA AY i DETECTABLE WARNING SURFACE (DWS) — SEE NOTE 4 BACK OF CURB SINGLE DIRECTION CURB RAMP (GRADE BREAK BETWEEN CURB AND LANDING 5 5 FT FROM BACK OF CURB) (SEE NOTE 6) CURB RAMP LANDING DIRECTION OF TRAVEL WALKWAY BACK OF CURB SEE NOTE 2 SINGLE DIRECTION CURB RAMP (GRADE BREAK BETWEEN CURB AND LANDING > 5 FT FROM BACK OF CURB) (SEE NOTE 6) CURB RAMP WALKWAY LANDING — BACK OF CURB — SEE NOTE 2 WIDTH OF= LANDING PARALLEL CURB RAMP (SEE NOTE 6) WALKWAY LANDING DETECTABLE WARNING SURFACE (DWS) — SEE NOTE 3 BACK OF CURB — SEE NOTE 2 CURB AND GUTTER - 2'-D"MIN. — o- TYP OF ALL APPLICATIONS MATCH TO WIDTH OF CURB RAMP LANDING, CUT -THROUGH OR WALKWAY DETECTABLE WARNING SURFACE DETAIL WALKWAY CURB RAMP WIDTH OF — WALKWAY DETECTABLE WARNING SURFACE (DWS) — SEE NOTE 3 BACK OF CURB — SEE NOTE 2 N_ DETECTABLE WARNING I 'SURFACE(DWS)— SEE NOTE 3 I WIDTH OF CURB RAMP r PERPENDICULAR CURB RAMP (SEE NOTE 6) DETECTABLE WARNING SURFACE (DWS) — SEE NOTES 4 8 7 CURB RAMP WALKWAY DETECTABLE WARNING SURFACE (DWS) — SEE NOTE 3 WIDTH OF CURB RAMP, LANDING, OR WALKWAY ■ 10 WIDTH OF CUT -THROUGH 1—(TYP (TYP ) DETECTABLE WARNING SURFACE (TYP.) — SEE NOTE 3 iuul�Ii �l�ltl�l�lt RAIL PATH OR WALKWAY PEDESTRIAN RAILROAD CROSSING DETECTABLE WARNING SURFACE (TYP) — SEE NOTE 3 BACK OF CURB — SEE NOTE 2 ISLAND CUT -THROUGH NOTES 1 The Detectable Waming Surface (DWS) shall extend the full width of the curb ramp (exclusive of flares) or the landing. 2. The Detectable Waming Surface shall be placed at the back of curb, and need not follow the radius. 3. The rows of truncated domes shall be aligned to be perpendicular to the grade break at the back of curb. 4. The rows of truncated domes shall be aligned to be parallel to the direction of travel. 5. If curb and gutter are not present, such as a shared -use path connection, the Detectable Warning Surface shall be placed at the pavement edge. 6. See Standard Plans for sidewalk and curb ramp details. 7 If a curb ramp is required, the location of the Detectable Warning Surface must be at the bottom of the ramp and within the required distance from the rail. 8. When the grade break between the curb ramp and the landing is less than or equal to 5 ft. from the back of curb at all points, place the Detectable Warning Surface on the bottom of the curb ramp. WIDTH OF CUT -THROUGH (TYP ) 2' - 0" MIN. BACK OF CURB — SEE NOTE 2 2'-0"MIN MEDIAN CUT -THROUGH BACK OF CURB — SEE NOTE 2 WIDTH OF SHARED - WALKWAY (TYP.) USE PATH OR WIDTH OF CUT -THROUGH (TYP) ROUNDABOUT SPLITTER ISLAND PAVEMENT EDGE DETECTABLE WARNING SURFACE (DWS) — SEE NOTES 485 PLACEMENT GUIDELINES SHARED -USE PATH OR WALKWAY SHOULDER SHARED -USE PATH CONNECTION G•i?. 2or2 DETECTABLE WARNING SURFACE STANDARD PLAN F-45.10-01 SHEET 1 OF 1 SHEET APRO�(FOQPUBLICATIONSU i STATE Slag DAT WeShinpton stale Dopers/nom M Transportation = N M M MN MI E MN N OM ' - ' = OM LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 SO LENGTH B (FEET) 155 200 250 305 350 425 495 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK, FLAT BED, ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL 88 IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) 1OROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENT ASSUMED) ENO ROAD WORK G20 -2A OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA - 5EE NOTE 8 100 z 0 MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) 25 30 35 POSTED 4D SPEED 45 50 MPH) 55 80 85 70 1D 100 150 205 270 450 500 550 - - • 11 115 165 225 204 405 550 805 660 - - 12 125 180 245 320 540 800 880 720 780 840 CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 50170 40 80 36 f 45 30 50 25 r 90 20 40 WORK AREA% SIGN SPACING = X (1) RURAL HIGHWAYS 60 / 85 MPH 500 t RURAL ROADS 45 / 55 MPH 500 t RURAL ROADS 8 URBAN ARTERIALS 35 / 40 MPH 350 t RURAL ROADS, URBAN ARTERIALS, RESIDENTIAL & BUSINESS DISTRICTS 26 / 30 MPH 200 t (2) URBAN STREETS 25 MPH OR LESS 100 t (2) ALL SIGNS ARE BUCK ON ORANGE UNLESS DESIGNATED OTHERWISE 1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2)11.118 SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. W4 -2L COMPLIANCE DATE 1223/13 L W10 -5R W201 .[M 0 ® 0 0 5 0 0 0 0 0 0 0 0 0 0 J TEMPORARY LANE - 12' MIN. LATERAL BUFFER - 4' WORK AREA EXISTING SHOULDER EXISTING LANE EXISTING LANE EXISTING SHOULDER SECTION OA LEGEND b 0 0 0 6S --e-1 PCMSI A SIGN LOCATION CHANNEIJ2ING DEVICES PROTECTIVE VEHICLE - RECOMMENDED PORTABLE CI 4NGEABLE MESSAGE 5106 ARROW PANEL EXISTING EDGE STRIPE EXISTING LANE STRIPE TEMPORARY TRAFFIC CONTROL DEVICE NOTES 1 A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle m5H be used. When no TMA is used, the Protective Vehicle shell be strategically located to shield workers, with no specific Rog -Ahead Stopping Distance. 2. Extend device taper (L)3) across shoulder - recommended. 3. Portable Changeable Message Sign (PCMS) - recommended. 4. Traffic Safety Drums for all tapers on high speed roadway - recommended. 5. Transverse Devices in closed lane every 1000' t - recommended. 6. Channeling Device spacing for the downstream taper option shall be 20 O.C. 7 Use advanced notice for any overwidth loads prior to lane closure for alleviative routes if applicable - recommended. 8. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M5506. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES 1EXPIRES AUGUST 9. 20011 SINGLE LANE CLOSURE WITH ENCROACHMENT STANDARD PLAN K-24.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 02-15-07 MATE MI u. 1300.11 DATE xr .mem.= SI . ww,ee...f Trtraperlollo. EXPIRES AUGUST 9, 20091 M I I MN E I IIIIIII I MI M 1 = = = I = DRAWN BY: ELENA BRUNSTEIN LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 80 LENGTH B (FEET) 165 200 250 305 350 425 485 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK, FLAT BED, ETC. MINIMUM WEIGHT 15000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) 10 ROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENTASSUMED) MINIMUM TAPER LENGTH a L (FEET) LANE WIDTH (FEE1) 25 30 POSTED 35 SPEED 40 45 MPH) 50 55 60 10 - - - 270 450 500 550 - 11 - - - 284 485 550 605 660 12 - - - 320 540 800 860 720 SIGN SPACING = X (1) POSTED SPEED RURAL HIGHWAYS 80 165 MPH 800 x RURAL ROADS 45/55 MPH 500* RURAL ROADS & URBAN ARTERIALS 35140 MPH 350' * RURAL ROADS, URBAN ARTERIALS, 25190 MPH RESIDENTLN, d BUSINESS DISTRICTS 200' x Q) URBAN STREETS 25 MPH OR LESS 100' ±(2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THUS SIGN SPACING MAY BE REDUCED 114 URBAN AREAS TO FIT ROADWAY CONDITIONS. CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 60 / 70 40 80 40/45 30 60 LEGEND 11 A10 IPCMsf SIGN LOCATION CHANNELQNG DEVICES PROTECTIVE VEHICLE - RECOMMENDED PORTABLE CHANGEABLE MESSAGE SIGN ARROW PANEL G20 -2A OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA - SEE NOTE 7 RECOMMEND CLOSING ADJACENT LANE TO MAINTAIN BUFFER SPACE - SEE STANDARD PLAN K-24.20 FOR ALTERNATE ENCROACHMENT PCMS SAMPLE MESSAGE 2 2 LANES CLOSED ONE MILE AHEAD 1.8 SEC 15 SEC FIELD LOCATE IN ADVANCE OF LANE CLOSURE SIGNING NOTES 1. A Protective Vehicle is recommended regardless if Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used. the Protective Vehicle shall be strategically located to shield workers, with no speclfic Roll -Ahead distance. 2. Devices shall not encroach Into adjacent lanes. 3. Extend device taper (L!3) across shoulder — recommended. 4. Portable Changeable Message Sign (PCMS) — recommended. 5. Use Transverse Devices in dosed lane every 1000' t — recommended. 6. Traffic Safety Drums for all tapers on high speed roadway - recommended. 7 Channelizulg Device spacing for the downstream taper option shall be 20' O.C. 8. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. W4 -2L - COMPUANCE DATE 12/29/19 W205O1 w2o-1 FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES DOUBLE LANE CLOSURE ON MULTILANE ROADWAY STANDARD PLAN K-24`40-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 10-12-07 e A1E000xInk amCc R wxe Walhhler.n slure rhspodatent ofT,asPulmbn I r N M E i I-- I N=== I M MO E M LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 3D 35 40 45 55 55 60 LENGTH a (FEET) 155 200 250 305 380 425 405 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK, FIAT BED, ETC. MINIMUM WEIGHT 16,000 LBS (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE .MTH MANU. FACTURER RECOMMENDATION) 1OROLLAHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENT ASSUMED) ENO ROAD WORK 020-2A OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA - SEE NOTE 7 MINIMUM TAPER LENGTH c L (FEET) LANE WIDTH (FEET) 25 POSTED 30 135 SPEED 40 45 (MPF) 50 55 160 10 10s 100 205 270 450 500 550 - 11 115 165 225 204 405 550 605 660 12 125 160 245 320 540 600 660 720 CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER N TANGENT (MPH) (FEET) (FEET) 50 ! 70 40 SO 35!45 30 60 25 ! 30 20 40 100' SIGN SPACING o X (1) RURAL HIGHWAYS SO 165 MPH 500' t RURAL ROADS 45155 MPH 5077 5 RURAL ROADS S URBAN ARTERIALS 35140 MPH 3577 t RURAL ROADS, URBAN ARTERIALS, 25! 30 MPH RESIDENTIAL S BUSINESS DISTRICTS 200' t (2) URBAN STREETS 25 MPH OR LESS 100' 5 (241 ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE 1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED N URBAN AREAS TO FIT ROADWAY CONDITIONS. W4 2L - COMPLIANCE PATE 12/23/13 W20-65 W20-1 X N t1 f 0 Ver S, E NOTE 5 ♦ 0 ii.. a a 0 ORK AREA / s7 I 0 m 0 0 0 ////// ^_ m„ 0 0 o o m m o o n 0 ® m ten_-. z iV / - — / SEE STANDARD PLAN K-24.20 FOR ALTERNATE ENCROACHMENT LEGEND p a o a 4 1PCMSI SIGN LOCATION CHANNELIZING DEVICES PROTECTIVE VEHICLE - RECOMMENDED PORTABLE CHANGEABLE MESSAGE SIGN ARROW PANEL PCMS SAMPLE MESSAGE 2 LANE CLOSED ONE MILE MEAD 1.5 SEC 1.5 SEC FIELD LOCATE 1 MILE; N ADVANCE OF LANE CLOSURE 01 a 04 NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA Is used. the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Devices shall not encroach Into adjacent lanes. 3. Extend device taper (U3) across shoulder - recommended. 4. Portable Changeable Message Sign (PCMS) -- recommended. 5. Use Transverse Devices In closed tans every 1000' - recommended. 6. Traffic Safety Drums for all tapers on high speed roadway - recommended. 7. Channe(2ing Device spacing for the downstream taper option shall be 2(T O.C. 8. For s(gns size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9. 20071 es SINGLE LANE CLOSURE ON MULTILANE ROADWAY STANDARD PLAN K-24.60-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 02-15-07 =RE maw MOWER nuF T Washington Magi Dopata.e of Transhothstion 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF YAKIMA LINCOLN AVENUE GRADE SEPARATION ARTWORK & ELEVATED SIDEWALK CITY PROJECT #1818 VICINITY MAP PROJECT LOCATION SHEET INDEX PAGE DESCRIPTION STATION RANGE 1 PLAN & PROFILE 66+00 TO 70+50 2 PLAN & PROFILE 70+50 TO 75+00 3 SOUTH WALL REFLECTIVE VIEW START TO 69+30 4 SOUTH WALL REFLECTIVE VIEW 69+30 TO 72+10 5 SOUTH WALL REFLECTIVE VIEW 72+10 TO END 6 DETAIL & SECTIONS 7 RAILING DETAILS 8 SECTION VIEW ART1 ART COVER SHEET ART2 ART GLASS PANEL LAYOUT ART3 ART FRUIT LABEL PANEL LAYOUT ART4 FRUIT LABEL PANEL GRAPHICS ART5 ART FRUIT LABEL PANEL DETAILS ART6 ART GLAZING AND OTHER DETAILS ART7 ART CAP DETAILS ART8 ART STUD LOCATION ELEVATIONS ARTS ART STUD LOCATION SECTIONS ARTS1 STRUCT NOTES, INSP SCHED, ETC ARTS2 ART STRUCTURAL SUPPORT FRAME PLAN & ELEVATION ARTS3 ART STRUCTURAL DETAILS ARTS4 ART STRUCTURAL DETAILS ARTE1 ART ELECTRICAL. ARTE2 ART ELECTRICAL Know what's below. Call before you dig. FEBRUARY 2016 8 L DUNE 67+00 OONCRLFE LDnN,G DuGn ROW UNE (T)13) Ulf /- EASEMENT UNE (TYP) PROPERTY/EASEMENT UNE (TYP) 68+00 69+00 1 1 REMOVE MEDIAN BARRIER a. ILINCOLN AVENUE v, � SS sF EASEMENT UNE (TVP) S (ONE— roenign 0 4 0 0 0 FO FO WAY WEST) BNSF MAINLINE 70+00 MEDIAN BARD ii 1080 1060 1040 • 2 -0.67% 140.00' VC PN STA = 66+79.33 PVI ELEV = 1072.15 A.D. _ -733921511 K = 19.10145326 - ELI 1070.1 2 PROFILE GRADE ELEVA TED WALKVM Y LOW PONT ELEV = 1046.48 LOW PO/NT STA = 70+79 P A STA = 70+79 Q -)QS 315.00' VC (O• ir 66+00 67+00 68+00 69+00 70+00 3 N N W Z 5 1080 CO a0 m CO > w City of Yakima Project No. 1818 1060 1040 Plan & Profile to Sta. 70+50 2-3-2016 1 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t°P tato City Of Yakima j��tEngineering Division • ��••• 129 North Second Street Yakima, Washington FRONT STREET EASEMENT • UNE ROW 11\ • iti __ • ---' -1--1 Q 1+00 I I 72+00 73+00 74+00 75+00 L—L/NF 76+00 W ► i 1 I I i I 1 REMOVE MEDIAN BARRIER LINCOLN AVENUE REMOVE MEDIAN BARRIER 11 I • II 13I8 it Lincoln Avenue Grade Separation Elevated Sidewalk City of Yakima Project No. 1818 ROW 8+al_ Ce NEW RO (T)P) �1 j �` NT ! LINE EA EN /PROPS UN(TYP) EASEMENT UNE g EASEMENT UNE ® I EASEM NT U 5 ® (n N II LL I 1080 1080 VC 1LEV PW PN aK STA = 74+40.73 = ELEV = 1069.12 • Q =196100 9438 w LOW PO/NT ELEV = 1046.48 1.61;r �,sER s& j 1111114:0 2-'6-4(.0 �` Project Eng. RT Drawing Scales Horizontal = 1"=40' Vertical = 1"=10' I PVI STA 70+79 ?� PNELEV A.D. = = = 1040,18 16.00 � M p co ti; di A• = 19.6879W.g 315.00' VC PROFILE GRADE ``•. Q — �wa> S reser 40 � 1060 O z /ANAL 1060 Plan & Profile Sta. 70+50 to Sta. 75+00 .:::x;` +}i':::ii7': 'i` is Si'�; : : . r: h i' i ...? '.1.. 3 20 0 20 40 :i :iii?ii':?� : ;:� � �',iiii:i`57 S;i``�eE�rEii:• `i:�:?E�`i�``:7;� iE :,; ;: 2 0 Lu /e scale HORIZONTAL feet 5 0 5 10 1040 scale VERTICAL feet 1040 o N� o N1k 03 ;'. g o h� g n_, og b o hh NQ o0 cp 1 71+00 72+00 73+00 74+00 75+00 7 23.2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • / 0 I 684-00 69+00 y N 7179'1 " E I I I 1 o L -UNE N + ' WWW o to h NGS y FACE OF WALL FACE OF CAP NI AND WALL BARRIER 141, O �— - --T ° 9 0 � 0 -CO- CO- -CO--CO FACE OF EXIS77NG LOADINGco / I BUILDING DOCK (PLATFORM) N ////////////////////////////////////.11 PLAN SCALE: 1"=10'-0" LINCOLN AVE ELEVATED SIDEWALK M N 4,3 No C do Q I J M M O -.1 41 of 3n h C, -0.67% $ _4 -BOOR 3 ^ e o + LVC = 140' el yxi mo - �� PROFILE GRADE VC 1 Q W !, ^ co J h o WW aQ �o �0 2ti mW I 8Q IQ (i) /r_EL 1071.11 4 All I I I I I I I I� � vii \� r-, co II NM IIIII h 146 "i ELEVATED WALKWAY h fri -z-'s,v 1;1 ,ty, M14. �! PROFILE GRADE LINE W It i" LINCOLN AVE 2 s"" 4 ELEVATION o SCALE: 1"=10'-0" �S'4NAL ENG LINCOLN AVE SOUTH WALL REFLEC77W VIEW • $ i City Of Yakima 611�L! Engineering Division 129 North Second Street Yakima, Washington 67+00 Lincoln Avenue Grade Separation Elevated Sidewalk City of Yakima Project No 1818 Project Eng. RT Drawing Scales Horizontal =1 "= 10' Vertical = 1"=10' South Wall Refl. View From Start to Sta. 69+30 • 11) 144 co FIBER OP71C CABLE BOX BEAM N 183059W L -UNE 70+00 L -LINE STA 70+03.94 = BASE -UNE STA 14+90.76 N 183059W 71+00 72+00 30'-0" 32.-6" L -UNE • :• • ...... • • •• • .. .... .. . • ... ' . ' ......... • . STA 69+4Z50 41111111111111111111h. € ACCESS ROAD ACCESS ROAD EL 1068.52 STA 69+69.50 ........ ..... .................. ....... -r\I-.CONC PEDESTAL BNSF BRIDGE 11111111111111111111111111 "..:::::::::::::::::::: ::::• 111111 III III 6"-0". PLAN ................. • •I• FACE OF CAP 19'-10 1/2" 19'-10 1/2" AND WALL SCALE: 1=10.-0" LINCOLN AVE ELEVATED SIDEWALK .111111111IC € FRONT STREET 1FRONT ST . ....... . •••• . ...................... TOP OF PAVEMENT RAILING (TYP.) 11111111111 111111111111111101011011 . . . -8.00,r LVC = 315' +8.00% ELEVATED WALKWAY ELEVATION SCALE: 1"•=10'-0" LINCOLN AVE. SOUTH WALL REFLEC77VE NEW PROFILE QRADE - VC2 11.( •-• 1-4 4.1 Q.. Q. PROFILE GRADE LINE AT WALL FACE LINCOLN A VE ELEVATED WALKWAY City of Yakima Project No. 1818 a) -Et-) 0 co 0, 0 co Horizontal = 1"=10' a) South Wall Refl CS) 0) to Sta. 72+10 4 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • OD CO CD CO 0 0 73+00 74+00 _ L UNE T1 1. WALL CAP UCHT POLE, FACE OF WALL PLAN SCALE: 1"=1 0' -0" LINCOLN AVE. ELEVATED SIDEWALK 6 2 8 BP -RAILING, TYP TOP OF WALL CAP BARRIER .111 1 75+0 +8.00% • LVC = 122.00' PROFILE GRADE - VC3 +1.61% 111111 111911311n 11111111111111111111111 III 111111111111111111111111 ELEVATED SIDEWALK PROFILE GRADE UNE LINCOLN AVE ELEVATION SCALE: 1 "=10'-0" LINCOLN AVE SOUTH WALL REFLECTIVE NEW O N co '5 . corn; } 'L N dc Oar C £; 4-0C = E U W X City of Yakima Project No. 1818 1- ct w ali O South Wall Refl. View 5 8 I 50'-0" - SINGLE SLOPE CONCRETE BARRIER 7RANS/770N 4 >, =14 1 2 #4 10 SPA 0 1'-6"=15'-0" 12 SPA 0 1'-6"=18'-0" 11 SPA 0 ABT 1'-6"=17'-0" L L DETAIL - ELEVATED WALKWAY TRANSITION WEST END SHOWN, EAST END SIMILAR L 8 i 4 3 STIRRUP 112 CLR 8" 4 11 21 SEE DETAIL A ON SHEET 7 FOR PEDESTRIAN POST ANCHORAGE VARIES 10 1/4" TO 1'-2 3/8" C)SECTION SEE SHEETS 3 & 5 FOR LIMITS SEE SECTION "C" THIS SHEET FOR BACKFILL AND SIDEWALK DETA/LS PAVEMENT 4 #4 STIRRUP B" 4 21 PAVEMENT VAR/ES '1 r-2 3/8" TO 1'-4 1/2" 2" CLR C)SECTION SEE SHEETS 3 & 5 FOR LIM/TS SEE SECTION "C" TH/S SHEET FOR BACKFILL AND SIDEWALK DETA/LS FOR PEDESTRIAN RAIL 4" CEMENT POST ANCHORAGE CONCRETE SIDEWALK W O_ .I CSBC PLACE 1/2" PREMOLDED JO/NT FILLER OMIT DUMMY JOINT TH/S FACE, TW SEE PEDESTR/AN RAILING DETA/LS PLACE DUMMY JOINTS ®8'-0 TYP 14 CAST -IN-PLACE BARRIER SHALL BE DETA/LED ACCORDING TO WSDOT STD PLAN C-80.10 00. SEE NOTE 1 z VARIES 1'-4 1/2" TO 2'-O" SEE SHEETS (3 7HRU 6) FOR UM/7S OF BARRIER, TRANS/TION BARRIER, AND PEDESTR/AN RAIL/NG SEE SHEETS 3 - 5 FOR UM/TS PAVEMENT 2 114 OSECTION PAVEMENT SECTION TYPICAL THROUGHOUT TRANSITION PIGMENT SEAL 1 - CC th UJ U d CL Detail - Sections 6 8 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • TRAFFIC BARRIER END POST 6'-8"• BALUSTER, TYP (1"0 STD PIPE) 2 1/2-e S7D. PIPE RA/UNG 7 1/2" 10 SPA ® 6 1/2" = 5'-5" 7 1/2 RAIL, TVP (2 1/2"0 STD PIPE) POST ti POST, TIP (2 1/2"0 S7D PIPE) d b u ELEVATION BALUSTER NORMAL TO GRADE. TOP & BOTTOM RA/LS PARALLEL TO GRADE * END PANEL DIMENSION MAY BE LESS THAN 6'-8" TO FIT WITHIN LENGTH OF WALL RAILING & BALUSTER 2 e S7D. RAILING SPLICE EXTRUSION. DRILL 3/8"e HOLE FOR 3/8"4, DRIVE PIN AT LOCA770N SHOWN. 30' 8" MIN. 6 MAX. 3/8"0 DRIVE P/NS * 16" MIN. 3 8 MAX. re SID. PIPE BALUSTER B SECTION OP77ON 11 • LOCATE ON OPPOSITE SIDE OF TRAFFIC. DRIVE P/NS SHALL BE DRIVEN FLUSH WITH THE OUTSIDE FACE OF THE RAILING. u a O Fk RAILING & BALUSTER 2 1/2"e STD. PIPE RAILING 3/8"0 DRAIN HOLE LOCATE ALONG TOP OF CURB, TYP SEE STD. PLAN C-8010.00 POST & WALL 1/2" AT TYP RAIL SPLICE POST 5 1/4" 1 1/2" 7", TYP 3 1/2" € DRIVE PINS EXPANDED POLYSTYRENE IN BOTTOM OF POST TOP OF CONCRETE SURFACE € 3/8"0 3 DRIVE PINS TYP 6" MIM MAX. 3/16 1 "e STD. PIPE BALUSTER ALUM. BAR 3/16" x 1 x 0'-1 3/8" (2 REQ'D. PER PIPE RAILING SPLICE) 0 SECTION OP770N ,/'2 • LOCATE ON OPPOSITE SIDE OF TRAFFIC. DRIVE PINS SHALL BE DRIVEN FLUSH W1TH 7HE OUTS/DE FACE OF THE RAILING. 16 GA GALV STEEL SLEEVE. FILL WITH EPDXY RESIN OSECTION ALSO APPLICABLE TO FENCE POST ON WALL CAP 4 41 INTERMEDIA7E BALUSTERS EXPANDED INTO RAIL FOR 77GHT FIT ]YP END NBALUSTER NOTES: 0 BREAK EDGE 1/16" X 45: TYP 0 J us 3/16V ODETAIL TYP TOP & BOT RAIL 1. SHOP DRAWINGS OF RA/UNG SHALL BE SUBMITTED FOR APPROVAL SHOWING COMPLETE DIMENSIONS AND DETAILS OF FABRICA770N AND INCLUDING AN ERECTION DIAGRAM. MATERIAL BEING USED SHALL BE SPECIFIED IN THE SHOP DRAWINGS. 2. PIPE RAILING, AND PIPE RAILING SPLICES, MAY BE HEATED TO NOT MORE 7HAA 400' FOR A PER/OD NOT TO EXCEED 30 MINUTES TO FAC/UTA7E FORM/NG OR BENDING HORIZONTAL CURVATURE. 3. CUTTING SHALL BE DONE BY SAWING OR M/LUNG AND ALL CUTS SHALL BE TRUE AND SMOOTH. FLAME CUTTING WILL NOT BE PERMITTED. 4. WELDING OF ALUM/NUM SHALL CONFORM TO STD SPEC SEC770N 9-28.14(3). 5. AFTER FABRICATION, POSTS SHALL BE HEAT TREATED IN ACCORDANCE W1771 SECTION 6.5 OF THE AASHTO STANDARD SPECIFICATIONS FOR STRUCTURAL SUPPORTS FOR HIGHWAY SIGNS, LUMINAIRES AND TRAFFIC SIGNALS DATED 2001 AND INTERIMS THROUGH 2003. 6. ALL ALUM/NUM PARTS SHALL BE GIVEN A CLEAR ANODIC COATING OF AT LEAST 0.0006 INCHES THICK AND SEALED TO MEET THE REQUIREMENTS OF ASTM B 580 WIN A UNIFORM FINISH. 7. PIPE RA/UNG, PIPE BALUSTERS, PIPE RAILING SPICES, SHALL BE ADEQUATELY WRAPPED TO INSURE SURFACE PROTEC770N DURING HANDUNG AND TRANSPORTA770N TO THE JOB SI7E Q Q PART MATERIAL SPECIFICATION ALUMINUM PIPES ASTM B 221-6005-T5 SCHEDULE 40 (STD PIPE) ASTM B 241 OR 8 429 6061-T6 BAR ASTM B 221 -6005 -TS DRIVE PINS ASTM A 276 TYPE 302 STAINLESS STEEL as 5 Eo c CD Oa) c • UW` 0 o o 0 S 0 Z E H W a> 0 IL N rn m 0 O a) 0 0) Ct 7 8 I 0 • ROW OR FACE OF BUILDING ^'80' 2% WALL, (TYP) \ 5' 12' L -LINE 11' 6.4' 13.1' 1' BIKE LANE LANE 18' LANE LANE 30' 5' SIDE NALK PROFILE GRADE & PIVOT PONT *2.0% 2% STRUCTURAL FILL 0.25' PLANING BOTTOM SEAL ROW OR FACE OF BUILDING 0000000 LEGEND EXIS77NG 6" HMA CL. 1/2 PG 64-28 (COMPACTED DEPTH) EX/SANG 6" CSBC CEMENT CONCRETE TRAFFIC CURB AND GUTTER (SEE WSDOT STANDARD PLAN F-10.12-02) EXISTING CEMENT CONCRETE BARRIER 4" CEMENT CONCRETE SIDEWALK (SEE C.O. Y. STANDARD DETA/L R12) 2" MINIMUM CSTC (COMPACTED DEPTH) SINGLE SLOPE CONCRETE BARRIER (SEE STRUCTURAL DWGS) C O .N co '5 2 >" C ri c o O N S2 N 2 .m � .5)ZE • C Y U WV 1 c 0 ca co 0_ Q) C/) a) CO ('5 Q) c w > Q 0 U J ca a) -o C/) a) (a > a) W Co c W U a> CL Horizontal = NTS I— = > Section View O O -I- V-- CO CO CO CO to Sta. 74+14 8 8 ALUMINUM PANELS ON WEST FACADE OF ART STRUCTURE IN GROUND ART ELECTRICAL CONDOR EXISTING BNSF TRACKS ± 60'-0' MOTION SENSOR ON POLE, PER ART -E1 (CONFIRM LOCATION IN FIELD) OOVERALL PLAN 1 NTS i O 000 EXISTING MECHANICAL EQUIPMENT 0 E ART ELECT. CABINET & PAD UNCOLN AVE. (BELOW GRADE) ART STRUCTURE ON 4' SUSPENDED CONCRETE STRUT GLASS PANELS ON EAST FACADE OF ART STRUCTURE IN GROUND ART JUNCTION BOX ELECTRICAL SERVICE CABINET TRAFFIC BARRIER CONC. WALL IN GROUND CONDUFT THROUGH BRIDGE SIDE WALL IN GROUND ART JUNCTION BOX IN GROUND ART ELECTRICAL CONDUIT UNDER FRONT ST ART GENERAL NOTES: ART CONTRACTOR TO PROVIDE ITEMS (IN THIS CONTRACT): 1) ART STRUCTURE ATTACHED TO 4' SUSPENDED CONCRETE STRUT INCLUDING ALL ASSOCIATED COMPONENTS, ART GLAZING, ART FRUIT LABEL PANELS, TOPCAP, BIRD WIRE SYSTEM, ETC. 2) ART LIGHTING AND CONTROL SYSTEM INCLUDING INTERNAL LIGHT FIXTURES, TIMERS, POLE W/MOTION SENSOR, AND ALL ASSOCIATED ELECTRICAL EQUIPMENT AND CONNECTIONS, WIRING, CONDUIT, JUNCTION BOXES, ART ELECTRICAL CABINET, CONTROLS, ETC. GENERAL CONTRACTOR PROVIDED AND INSTALLED PREVIOUSLY IN "YAKIMA RAILROAD GRADE SEPARATIONS PHASE 2- LINCOLN AVENUE" PROJECT 1) 4' SUSPENDED CONCRETE STRUT WITH EMBEDDED CONNECTIONS 2) CONDUIT TO ARTWORK. ART SHEET INDEX. ART 1 ART 2 ART 3 ART 4 ART 5 ART 6 ART 7 ART 8 ART 9 ART S-1 ART S-2 ART S-3 ART S-4 ART E-1 ART E-2 ART COVER SHEET ART GLASS PANEL LAYOUT ART FRUIT LABEL PANEL LAYOUT FRUIT LABEL PANEL GRAPHICS ART FRUIT LABEL PANEL DETAILS ART GLAZING AND OTHER DETAILS ART CAP DETAILS ART STUD LOCATION ELEVATIONS ART STUD LOCATION SECTIONS STRUCTURAL NOTES, INSPECTION SCHEDULE, ABBREVIATIONS, AND DRAWING LIST ART STRUCTURAL SUPPORT FRAME PLAN AND ELEVATION ART STRUCTURAL DETAILS ART STRUCTURAL DETAILS ART ELECTRICAL ART ELECTRICAL ART COVER SHEET DRAWING SC 0 SHEE ART -1 0 J 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 B 3 J E L J L* 3 F* A L K C D F J* K J L H L A C O G J L C F B E J D* O F C G O A B O G 3 F J K ART GLASS COLOR LOCATION DIAGRAM (EAST ELEVATION) O(-,T SCALE. 1/2" = ART GLASS PANEL COLOR SCHEDULE QTY LETTER DESCRIPTION MANUFACTURER GLASS NUMBER 3 A OFF WHITE 7740731 / 1 3 B PALE 30319 CHARTREUSE 77407/ 1 4 C CHARTREUSE 1091 11699 5 D LEMON YELLOW 3031 4 E GOLDEN YELLOW 30319 77407/ 1 5 F LIGHT APRICOT 30311 77407/ 1 4 G DARK APRICOT 3031 /1 77407 1 3 H LIGHT PINK 77407 / 3 5 1 DARK PINK 3031 / 3381 7 J LIGHT RED 3031 /1 77407 3 5 K MEDIUM RED 3031 / 3381 8 L DARK RED 3031 / 3381 56 TOTAL PANELS 5 • IMAGE PANELS (SEE NOTE 2) LIQM 1 ART GLASS PANELS ARE 25 3'4' X 43 N' X 0.41' LAMINATED PANELS. 2. (5) PANELS INDICATED WITH ASTERISK (*) ARE COLORED AS INDICATED AND THEN OVERLAID WITH GRAPHIC IMAGERY DIGITALLY PRINTED IN PERMENANT ALL -BLACK ENAMEL BY ART GLASS MANUFACTURER. 3. ART GLASS PANELS SHALL BE PROVIDED BY - PETER KAUFMANN, PETERS STUDIO, LLC 3618 SE 69TH AVE., PORTLAND, OR 97206, 503-781-7223. 4. ALL ART GLASS PANELS SHALL BE LABELED WITH SECURE BUT REMOVABLE LEIILR CORRESPONDING TO THIS SCHEDULE UPON ARRNAL AT SITE. 5. ART GLASS PANELS SHALL BE PURCHASED, SHIPPED AND INSTALLED BY ART CONTRACTOR. 6. DIGITAL FILES FOR IMAGERY TO BE PROVIDED BY ARTISTS (HADDAD 1 DRUGAN) TO GLASS MANUFACTURER. ART GLASS PANEL LAYOUT l DRAWING SCALE A`.i SHOWN AS SHOWN U u G O = ShEEi ART -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 O SUN TIE -IT -ON APPLE KING CONGDON O AUTUMN GLOW TULIP CLASEN SNOBOY JACK RABBIT FARM BELLE SWAN TELL SUNDQUIST SUNDQUIST INDEPENDENT RED CROW GILBERT ORCHARDS TRADE -WIN SPINNER MOON APPLES GOOD YAK CONGDON RED CROW MOON APPLES APPLE KING TIE -IT -ON MOON APPLES GOOD SWAN INDEPENDENT SPINNER SNOBOY TULIP TRADE -WIN AUTUMN GLOW SWAN GILBERT ORCHARDS JACK RABBIT CLASEN YAK TULIP TIE -IT -ON FARM BELLE TRADE -WIN SUN TELL AUTUMN GLOW APPLE KING SNOBOY SUNDQUIST CLASEN SPINNER RED CROW INDEPENDENT CONGDON ALUMINUM FRUIT LABEL PANEL GRAPHIC LOCATION DIAGRAM (WEST ELEVATION) O SCALE. 1/2" = 1'-0" AL FRUIT LABEL PANEL SCHEDULE QTY GRAPHIC DESCRIPTION 3 APPLE KING 3 AUTUMN GLOW 3 CLASEN 3 CONGDON 2 FARM BELLE 2 GILBERT ORCHARDS 2 GOOD 3 INDEPENDENT 2 JACK RABBIT 3 MOON APPLES 3 RED CROW 3 SNOBOY 3 SPINNER 2 SUN 3 SUNDQUIST 3 SWAN 2 TELL 3 TIE—IT—ON 3 TRADE—WIN 3 TULIP 2 YAK 56 TOTAL PANELS NOTES. 1 SEE ART -4 FOR ACTUAL GRAPHIC IMAGES. DIGITAL FILES FOR IMAGERY TO BE PROVIDED BY ARTISTS (HADDAD I DRUGAN) TO ART CONTRACTOR FOR USE IN LASER CUTTING AL PLATE. ART FRUIT LABEL PANEL LAYOUT U O s co Q W E Q SHEET ART -3 OF l ( `";) APPLE KIfl APPLE KING �ilh�rt Ilrrharils i4tglite rye► GILBERT ORCHARDS RED CROW SWJ N (114 SWAN YAK OFRUIT LABEL ART PANEL INVENTORY SHEET SCALE: NTS AUTUMN GLOW I I I I GO ; . GOOD L SNOBOY TELL Ati TELL ALUMINUM PANEL GRAPHIC CUT-OUT OF ALUMINUM PANEL ACRYLIC PANEL (ON BACK) MOUNTING HOLE CLASEN CLASEN opspENDENT I INDEPENDENT SPINNER I � I I I SPINNER TI EIT(JN %Ale. TIE -IT -ON CONGDON CONGDON JACK RABBIT JACK RABBIT SUN TRADE - WIN j �► TRADE -WIN FARM BELLE MOON MOON APPLES */* SIN MS SUNDQUIST -1-"T ove NOTES. HOLES AND "FRUIT LABEL GRAPHIC" CUT-OUT LOCATIONS AND SIZE FOR FRUIT LABEL ART PANEL ATTACHMENT ARE INCLUDED IN ARTIST PROVIDED GRAPHIC FILES. TULIP FRUIT LABEL PANEL GRAPHICS DRAWING SCALE AS SHOWN AS SHOWN 0 3 zs Q 000 :J C SH EEi ART -4 — o� 11" X X 11�" X 11i" 46 1/2" 11i" XX 1" 28 7/16" 13 7/32" 13 7/32' i 11(L Ai* — OALUMINUM PANEL (FRONT/EXTERIOR) SCALE: 3" = 1'-0" AL STUD LOCATIONS Ct 1/8" THICKNESS X 46 )¢'W X 28 746"H AL PANEL "FRUIT LABEL' GRAPHIC CUT-OUT IN AL PANEL (SEE ART -4 FOR ALL DESIGNS) (12) 3/8" 0 HOLES IN AL PANELS FOR ATTACHMENT TO FRAME. HOLES ARE INCLUDED ON FRUIT LABEL GRAPHIC DIGITAL FILES FOR LASER CUTTING —t AL STUD LOCATIONS 14" O2 ALUMINUM PANEL (BACK/INTERIOR) SCALE. 3" = 1-0" (8) 1/8" AL THREADED STUDS WELDED TO BACK OF AL PANEL. AL NUTS HOLD ACRYUC PANEL TO AL STUDS ON PANEL, PAINT STUDS & NUTS WHITE TO MATCH BACK OF AL PANEL AFTER PANEL ASSEMBLY IS COMPLETE GRAPHIC CUT-OUT IN AL PANEL (SEE ART -4 FOR ALL DESIGNS) BACK OF AL PANEL PAINTED W/ WHITE ENAMEL (DO NOT ALLOW EDGES OF CUT-OUT TO BE PAINTED WHITE) ACRYUC FROSTED PANEL ACRYLTTE 'POP TOUCH", COLORLESS OA000, 0.118", MATTE SIDE AGAINST AL PANEL (8) )(6 HOLES IN ACRYLIC FROSTED PANEL, 1' IN FROM SIDES TO ALIGN WITH ATTACHMENT STUDS ON BACK OF AL PANEL ACRYLIC PANEL SEE DETAIL 4/ART-5 XTURE I AO Y"-20 SS ACORN NUT & BLACK NEOPRENE WASHER N— GAP FOR AIR FLOW (BOTH SIDES) BIRD DETERRENT, SEE ART -7 TOP CAP, SEE ART -7 GAP FOR AIR FLOW (BOTH SIDES) BUG SCREEN )18' GAP BETWEEN AL PANELS AL GRAPHIC PANEL NEOPRENE STRIP Y"-20 THREADED SS STUD WELDED TO FRAME & CUT TO LENGTH TO ALLOW ACORN NUT TO FIT TIGHT AGAINST PANEL OALUMINUM PANEL ATTACHMENT TO FRAME SCALE. 6" = 1'-0" NOTES. 1 FRUIT LABEL GRAPHICS & ATTACHMENT HOLES LASER -CUT PER ARTIST -SUPPLIED DIGITAL FILES. 2. FINAL FINISH OF FRONT SIDE OF PANELS. 180 -GRIT RANDOM ORBIT SANDING & ANODIZED BLACK. 3. FINAL FINISH OF BACK SIDE OF PANELS: PAINTED W/WHITE ENAMEL PAINT AROUND CUT-OUT GRAPHIC SO THAT PAINT COMES TO EDGE OF CUT-OUT BUT DOES NOT BLEED ONTO CUT EDGES. 4. FINAL FINISH OF CUT EDGES OF PANELS: ANODIZED BLACK. SUGGESTED ORDER OF ALUMINUM PANEL PREPARATION: 1 LASER -CUT ALUMINUM PANEL W/ IMAGE GRAPHIC AND MOUNTING HOLES. 2. SAND FRONT OF ALUMINUM PANEL W/ 180 -GRIT RANDOM ORBIT 3. WELD THREADED AL RODS TO BACK OF PANEL 4. ANODIZE PANEL BLACK. 5. PAINT BACK (INTERIOR) OF PANEL W/ WHITE ENAMEL. 6. ATTACH ACRYLIC PANEL TO BACK OF ALUMINUM PANEL. 7 PAINT THREADED RODS & NUTS FOR ACRYLIC PANEL ATTACHMENT W/WHITE ENAMEL. ACRYLIC PANEL NEOPRENE WASHER AL NUT 1/8" X 1/2' THREADED AL STUD WELDED TO BACK OF AL PANEL LED LIGHT FI (21 - ACRYLIC PANEL ATTACHMENT SCALE. 6" = 1'-0" AL FRUIT GRAPHIC PANEL i ART FRUIT LABEL PANEL DETAILS • DRAWING SCALE AS SHOWN O SHEET ART -5 of O e/ GLASS PANEL (TYP.) S.S. ACORN NUT & NEOPRENE WASHER - ATTACH WITH SEMI-PERMENANT THREAD LOCK MUWON (TYP OF 4 PER GLASS PANEL) PER BIRD DETERRENT MANUFACTURER 11k 46 1/2' • 31/32' ) BIRD DETERRENT, SEE ART -7 TOP CAP, SEE ART -7 E O ompo/ 1 11 Y'-20 TYPE 316 SS THREADED STUD WELDED TO STEEL FRAME 36' X36' ST. STEEL STOP, ALL (4) SIDES WELDED TO FRAME )¢' NEOPRENE GLASS STOP BETWEEN STUDS EDGE OF 25 3;' X 43 3;' GLASS PANEL STEEL FRAME (MUWONS NOT SHOWN) CUT -AWAY SECTION VIEW SHOWN HERE L 43 3/4' 25 3/4" J i•i M .., ,.,� x ., .:ten;" .:.d• • 24 3/8' OFRAME & GLASS LAYOUT SCALE: 3" = 1'-0" 46 1/2' 47' 0.C. )f6" MAX GAP, TYP GAP PER STRUCTURAL FILL GAP W/ BLACK ELASTOMERIC CAULK 11 7/32' 24 3/8' 11 7/32' • OAL MULLIONS FOR GLASS ATTACHMENT 2 SCALE. 3" = 1-0" 2" 31/32' 2' 1I Y4" S.S. ACORN NUT r ■ �� BLACK NEOPRENE WASHER 0.41" -THICK LAMINATED ART GLASS TAPE 1/8" THICK 1/8' X 2" AL MUWON, ANODIZED BLACK 1/2' NEOPRENE GLASS STOP BETWEEN STUDS 1/2° MIN GLASS/MULLION OVERLAP 2' O3 GLASS ATTACHMENT DETAIL SCALE. 1'-0" = 6' 1/4' S.S. THREADED STUD WELDED TO STEEL FRAME CUT TO LENGTH TO ALLOW ACORN NUT TO FLT TIGHT AGAINST MUWON 5/8' X 5/8" S.S. STOP, ALL (4) SIDES WELD 2° X 2' STEEL ANGLE FRAME, SEE STRUCTURAL ART GLASS PANEL 41„,w. \i ImL_- 1" 2' 36' LASER CUT HOLE, TYP 1/8' THICK ALUMINUM FINISHED W/180 -GRIT RANDOM ORBIT SANDING & ANNODIZED BLACK, TYP LIGHT FIXTURE, TYP SEE ART E-1 & E-2 LIGHT FIXTURE ADJUSTABLE MOUNTING BRACKET (ADJUST ANGLE WITH ARTIST OVERSIGHT) SS BUG SCREEN ADHERED CONTINUOUSLY TO ANGLES, FIT TIGHT AROUND CONDUIT AL PANEL W/ FRUIT LABEL GRAPHIC CUTOUT GAP FOR AIR FLOW STEEL CHANNEL POST (BEHIND) AL PANEL COVER, 1/8' X 46 1/2°W X 3'H, ANODIZED BLACK Y4' S.S. ACORN NUT W/ NEOPRENE WASHER ON 1/4' S.S. THREADED ROD WELDED TO STEEL FRAME 1/4' GAP FOR MOISTURE DRAINAGE & AIRFLOW BASEPLATE & ANCHOR, PER STRUCTURAL GROUT- PER STRUCTURAL / CONC. STRUT WITH EMBEDDED ANCHOR RODS EXISTING VI) BOTTOM DETAIL SCALE: 6"=1'-0" ART GLAZING AND OTHER DETAILS 0 0 0 0 x O 0 x 0 / 0 0 E 0 0 SHEET ART -6 OF l OTOP CAP LAYOUT SCALE. NTS TOP CAP (TYP) INTERIOR EDGE CAP (TYP), SEE 4/ART-7 EXTERIOR EDGE CAP (TYP), SEE 3/ART-7 STEEL FRAME, PAINTED S.S. BIRD WIRE POST W/ BLACK GLUE -ON BASE BIRD DETERRENT WIRE, TENSIONED, NYLON COATED EPDXY AL CAP UPTURN TO FRAME S.S. ACORN NUT W/ NEOPRENE WASHER, TYP SS CYLINDRICAL SPACER SHEET AL CAP W/ Xi' DRIP EDGE, ANNODIZED BLACK STEEL FRAME, PAINTED ®INTERIOR EDGE CAP ELEVATION SCALE. 6" = 1'-0" 2' 8' 3• 3.1• OTOP CAP SECTION SCALE. 6" = 1'-0" BIRD DETERRENT POST, INSTALLED IN CAP WITH GLUE -ON BASE, TALLEST POST NOT TO EXCEED 5' HIGH S.S. ACORN NUT W/ NEOPRENE WASHER AND SEALANT S.S. WASHER ON UNDERSIDE S.S. CYLINDRICAL SPACER, 2' LONG OVER 1/4' S.S. THREADED STUD WELDED TO FRAME CUT STUD 1 LENGTH TO ALLOW TIGHT FIT OF CAP 10 GAUGE SHEET AL CAP W/ )¢' DRIP EDGE AT 45, SANDED TO MATCH AL FRUIT LABEL PANELS & ANODIZED BLACK SS BUG SCREEN ADHERED CONTINUOUSLY TO STL ANGLES AL FRUIT LABEL PANEL ART GLASS BIRD DETERRENT WIRE W/SPRING BIRD DETERRENT S.S. POST W/GLUE-ON BASE Y4' S.S. SCREW SHEET AL CAP W/ 1i' DRIP EDGE OEXTERIOR EDGE CAP ELEVATION SCALE. 6" = DRAWING SCALE z O z O EFJ l U l0 0 SHEET ART -7 of J 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TOP OF BASEPLATE (WP ) EAST FACADE (ART GLASS PANELS) OSTRUCTURE ELEVATION- TYPICAL STUD LOCATIONS SCALE: 3" = 1'-0" 1312. 2" 2" 1) 2" 7," 7" 28 /2" (1P) 1'- 1'- 2" 7S XE fl 46 1/2" (TYP) 1' Ili" STRUCTURAL STEEL CHANNEL, TYP 1/4" S.S. STUDS FOR GLAZING MULLIONS -Jr INEIMSII • • • STUDS FOR ELECTRICAL INSTALLATION (TYPICAL FOR EACH BIN - SEE ELECTRICAL) STRUCTURAL STEEL ANGLE, TYP WEST FACADE (AL FRUIT LABEL PANELS) 1" ART STUD LOCATION ELEVATIONS 3 0 0 a AS SHOWN 0 U 3 O U 0 SHEET ART -8 = OF 2i• 1' 1" 1' 1i" 1' 1fg" q. 2i" 2" STUDS FOR TOP CAP % % 11 1 11i" 11" 11/1" % 11i" jI I, „ ,,, STRUCTURAL STEEL CHANNEL, TYP � 1/4” S.S. STUDS FOR GLAZING MULLIONS • I 11 7/: 11 7/: \ ii• STRUCTURAL STEEL ANGLE, TYP STUDS FOR ELECTRICAL INSTALLATION (TYPICAL FOR EACH BIN - SEE ELECTRICAL) I • \ I • i i i c L• Ifi 1/4" S.S. STUD FOR BASE COVER TOP OF BASEPLATE (WP ) EAST FACADE (ART GLASS PANELS) OSTRUCTURE ELEVATION- TYPICAL STUD LOCATIONS SCALE: 3" = 1'-0" 1312. 2" 2" 1) 2" 7," 7" 28 /2" (1P) 1'- 1'- 2" 7S XE fl 46 1/2" (TYP) 1' Ili" STRUCTURAL STEEL CHANNEL, TYP 1/4" S.S. STUDS FOR GLAZING MULLIONS -Jr INEIMSII • • • STUDS FOR ELECTRICAL INSTALLATION (TYPICAL FOR EACH BIN - SEE ELECTRICAL) STRUCTURAL STEEL ANGLE, TYP WEST FACADE (AL FRUIT LABEL PANELS) 1" ART STUD LOCATION ELEVATIONS 3 0 0 a AS SHOWN 0 U 3 O U 0 SHEET ART -8 = OF Y"-20 THREADED SS ROD STEEL CHANNEL, SEE STRUCTURAL Y'-20 THREADED SS ROD, TYP EAST FACADE (ART GLASS UNITS) • STEEL ANGLE HORIZONTAL FRAME MEMBER (TYP), SEE STRUCTURAL 1 J�• X Y'-20 THREADED SS RODS WELDED TO INSIDE OF CHANNEL OF EACH 'BIN' Y•-20 THREADED SS ROD, TYP WEST FACADE (AL FRUIT LABEL PANELS) HOLES FOR LED FIXTURE MOUNTING BRACKET (TYP.) HOLES FOR LED FIXTURE MOUNTING BRACKET (TYP.) OSTRUCTURE SECTION -TYPICAL STUD LOCATIONS SCALE. 3" = 1'-0" STEEL ANGLE HORIZONTAL FRAME MEMBER (TYP), SEE STRUCTURAL LIGHT FIXTURE STEEL CHANNEL, SEE STRUCTURAL (ART GLASS PANELS) EAST FACADE HOLES IN STEEL ANGLE FOR BRACKET ATTACHMENT, TYP LOCATE AND SIZE HOLES IN ANGLES PER BRACKET HOLES LIGHT F1XTURE MOUNTING BRACKET WITH PRE -DRILLED HOLES (BY 'LED POWER') 0 - 6" - 1 ART -9 WEST FACADE (AL FRUIT LABEL PANELS) STRUCTURE HORIZONTAL SECTION- TYPICAL DRILLED HOLE LOCATIONS SCALE. 3" = 1-0" 45' OLED FIXTURE MOUNTING DETAIL SCALE: 3" = 1-0" LED FIXTURE LED FIXTURE MOUNTING BRACKET STEEL ANGLE, SEE STRUCTURAL BOLT AND LOCKING NUT FOR BRACKET ATTACHMENT TO STEEL FRAME ART STUD LOCATION SECTIONS DRAWING SCALE HORIZ = AS SHOWN VERT = AS SHOWN 3 0 O U U 0 SHEET ART -9 OF / E ccr cn `o x 0 CO o � I � m x o l i i 0 M • N CO N O v M o .. o oro i= LT7 O. ▪ X O _ STRUCTURAL NOTES DESIGN LOADS All design and construction shall conform to the requirements of the International Building Code, 2012 Edition. SEISMIC LOADS Earthquake and wind loads are resisted by cantilevered columns. Earthquake design is based on the equivalent lateral force procedure in ASCE 7-10 Section 128 with the following factors Site Class D ftsk Category II Seismic Design Category C Ss = 0.720 g Si = 0.368 g T = 0.35 seconds Spa = 0.480 g Sol = 0252 g I E = 1.0 R = 125 Cs = 0.384 v = Seismic surface load = 9 psf WIND LOADS Wind load is determined using Chapter 29 of ASCE 7-10 in accordance with IBC Section 1609 with the following factors Exposure Category C Risk Category II Vss = 100 mph Ka = t0 w = Wind load = 39 to 57 psf (Ultimate) GENERAL NOTES SUBMITTALS Shop drawings shall be submitted to the Artist and Engineer prior to any fabrication or construction for all structural items. .INSPECTION; Special inspection per IBC Chapter 17 shall be performed by an approved testing agency as outlined in the Special Inspection Schedule and as indicated in the project specifications. SPECIAL CONDITIONS' Contractor shall verify at levels, dimensions, and existing conditions in the field before proceeding. Contractor shall notify the Artist and Engineer of any discrepancies or field changes prior to installation or fabrication. In case of discrepancies between the existing conditions and the drawings, the Contractor shall obtain direction from the Artist before proceeding. Dimensions noted as plus or minus (±) indicate unverified dimensions and are approximate Notify Artist and Engineer immediately of conflicts or excessive variations from indicated dimensions. Noted dimensions take precedence over scaled dimensions—DO NOT SCALE DRAWINGS. Dimensions of existing conditions may be based on record drawings and are to be field—verified. Contractor shall be responsible for all safety precautions and the methods, techniques, sequences or procedures required to perform the work STRUCTURAL STEEL REFERENCE SPECIFICATIONS Structural Steel High Strength Bolts AISC Specification for Structural Steel Buildings Specification for Structural Joints using ASTM A 325 or ASTM A 490 Bolts Welding AWS D1.1 , typical Welder Certification Washington Association of Building Officials (WABO) STEEL MATERIALS Connection material, channels, angles, base plates, and misc. steel Structural Bolts Welding Electrodes Nuts for existing Anchor Rods Adhesive for infill of oversize holes in base plates ASTM A 36, unless noted otherwise ASTM A 325 70 ksi, low hydrogen, typical Galvanized ASTM A 563 Heavy Hex Sikadur 32 Himord mixed as grout Structural steel design, fabrication and erection shall conform to the requirements of Chapter 22 of the International Building Code. All members are to be erected with natural mill camber or induced camber up, unless otherwise noted on the plans. Substitution of member sizes or steel grade will not be allowed without prior approval of the Artist and Engineer. Bolted connections are to be of high strength ASTM A 325 as shown, unless noted otherwise. Alternative connections to those shown on these drawings will require prior approval of the Artist The Contractor shall be responsible for all erection aids and joint preparations that include, but are not limited to, erection angles, lift holes and other aids, welding procedures, required root openings, root face dimensions, groove angles, backing bars, copes, surface roughness values, and unequal parts. GALVANIZING Structural steel and connections, including plates and other steel items embedded in concrete, which are exposed to weather and not to be painted shall be hot—dipped galvanized after fabrication in compliance with ASTM A 123. All field welds on galvanized material shall be coated with brush applied zinc—rich paint complying with the specifications. WELDING All welding shall be in conformance with AISC and AWS Standards, and shall be performed by WABO—certified welders using 70 ksi electrodes and low hydrogen processes. Only welds that are prequalified, as defined by AWS, or qualified by testing shall be used. Shop drawings shall show all welding with AWS A24 symbols. Welds shown on the drawings are minimum sizes. Increase weld size to AWS minimum sizes based on thickness. Minimum weld size shall be 3/16—inch, unless noted otherwise. The welds shown are for the final connections. Field weld symbols are shown where field welds are required by the structural design. Where field weld is not indicated, the Contractor is responsible for determining if a weld should be shop— or field—welded in order to facilitate the structural steel erection. NONSHRINK GROUT. Base plate grout shall be nonshnnk type with minimum f'c = 8,000 psi. All other nonshrink grout shall have minimum fc = 5,000 psi. SPECIAL INSPECTION SCHEDULE ESTABLISHED FEB 2012 IBC SECTION 109 & CHAPTER 17 ITEM PSPECTpN PERao c INSPECTION caro 1ETNrs COMMENTS Structural steel Fabrication & erection x Ref. note 3 F9ph strength bolting x Single pass flet welds <_ 5/16' x Ref. note 4 Parual/mm*e penetration weld X Ref. note 5 INSPECTION SCHEDULE NOTES t The items checked with an 'X' shall be inspected in accordance with IBC Chapter 17 by a certified special inspector from an established testing agency. For material sampling and testing requirements, refer to prqect specifications, the structural notes and the notes below. The testing agency shall send copies of alt structural testing and inspection reports directly to the Artist, Engineer, Contractor and Building Official. My materials which fail to meet the prqect specifications shall immediately be brought to the attention of the Artist and Engineer. Special inspection testing requirements apply equally to all bidder designed components. Inspection and testing requirements for systems designed by others shall be defined by the registered design professional responsible for their design, except that the inspection requirements shall not be less than specified in this schedule 2 Continuous special inspection means that the special inspector is on the site at all times observing the work requiring special inspection (IBC 1702). Periodic special inspection means that the special inspector is on site at time intervals necessary to confirm that all work requiring special inspection is in compliance. 3. Inspection of structural steel shall be in accordance with IBC Section 1704.3. The steel frame shall be inspected for compliance with approved construction documents including bracing, stiffening, member locations and proper application of joint details at each connection. 4. All welds shall be visually inspected. 5. All complete penetration welds shall be tested ultrasonically or by using another approved method. STRUCTURAL DRAWING SYMBOLS GRID BUBBLE STANDARD SEC110N CUTS A 52.1 STEEL IN CROSS SECTION DRAWING LIST ART—S1 ART—S2 ART—S3 ART—S4 Structural Notes, Abbreviations and Drawing List Art Structural Support Frame and Elevation Art Structural Details Art Structural Details ( a) ate) L 0 0 0 a) is 0) v) a) 0 Z m 0 i 0) J 0) ro D c c to u) c 0 a) 0 i 0 1 .r 3 � SHEET ART -S1 t OF J E/S4 A/S4 O C O O ® O © 0 J © L A 47" 1 (TYP) A / F/S3 ^\/i k / o /\ N u. J/S3"' 0 0 0 0 1 \_ 1 / \ / 1 / \ / \ D/S4 \ `o' c)`�' \} A/ /� ^ /2" CLEAR (NTS) _� (2) L 2x2x1/4 (TYP) \ / /' i All \ n I % A A► //\ / / \ E/S3 A/S3 r—\ '' —\ `o k j I ALATERAL CONNECTOR EX STRUT 4'x4' REINF CONCRETE (BY OTHERS) ELEVATION 1/2"=1'-O" H O 6" O 3'-11" 3'-11" O Q 3'-11" 3'-11" O 3'-11" O 3'-11" O 3'-11" O 3-11° 0 0 3'-11" 3'-11" O 0 3-11" O 3'-11" 6° VW 54 WIP1r4 4224 mac' 4444 iTIVr ♦oNo ei 2224 awnz 4424 'w-44-4 4424 arc 4424 weir€ 4ti44 a -03c 42tLt W ® to o w -44-c 4I@. 3-6 , 44 4'x4' REINF CONCRETE STRUT SEE S-49 48' - 0" CLEAR ROADWAY NOTE: SURVEY OF AS -BUILT ANCHOR BOLTS IS AVAILABLE FROM THE ARTIST. \ PLAN 1/2"=1'-O" M ART STRUCTURAL SUPPORT FRAME PLAN AND ELEVATION 0 1 g O SHEET ART -S2 OFA 16pm CAD User , N m II ®1 C S3 CL 2'-0" +/- 2'-0" +/- 0 1/2" 6" 0 1/4" . 6" GALVANIZED NUT TO MATCH EXISTING 1/2x12x1'-O 3/4"0 ASTM ANCHOR USE 1/2x16x1' EX ANCHOR RODS EMBED PL 1/2"W/ (8) F1554 GRADE 36 RODS (AT END CONDITIONS 0" EMBED PL) "' EPDXY GROUT TO FILL SPACE BTWN ANCOR ROD & OVERSIZE HOLE GALVANIZED PL WASHER 5/16° X 2 1/2" X 1" NON -SHRINK GROUT AI 2 1/2" 1 1/2"0 OVERSIZE HOLE FOR TOLERANCE C6 PER C6 PER ELEVATION 1 1/2"0 OVERSIZE HOLE c o 1 ELEVATION -- i I I o 1 V ", v=� Amawism 1 1 I Y FOR TOLERANCE erzL 2a l 1 1/4" PL 1 1/4° PL EXISTING PRECAST BOX 1 1 /2" 1 1 2" TYP TYP STRUT BY OTHERS _,_H,___ BASE CONNECTION DETAIL 1 1/2"=1-o° A SECTION AT BASE 1 1/2°=1'-0° B PLAN AT BASE 1 1/2"=1'-0" C PLAN AT BASE 1 1/2"=1'-0" D • m D/S3 ®S CL LATERAL CONNECTOR WHERE INDICATED ON ELEVATION 1 SS WELDED THREADED OF ID ARTOR PANELSCHMENT C6 PER ELEV (2) L 2x2. BOT ANGLE COPED TO FIT INSIDE C6. TOP ANGLE STOPS AT C6 FLANGE cD _ / C6 PER ELEV H/S3 _` C6 PER ELEV SS WELDED THREADED STUD 1� - -�� , �; Ili ` 0 0 �� o �` 11 (2) L 2x2 t 0 t TYP _ _ u 1 �`■�_ CJL TYPE STAINLESS (2) L 2x2 , ' CONNECTOR OCCURS WHERE SHOWN ON ELEVATION SEE H/S-4 FOR DETAIL 1/4 LATERAL CONNECTOR WHERE INDICATED ON ELEVA110N STEEL WELDED THREADED STUD. SIZE, LENGTH AND LOCATION PER ARTISTA LATERAL CONNECTOR PER H/S4 DRAWINGS.� — BASE CONNECTION DETAIL 1 1/2°=1'-0° E TYPICAL CONNECTION DETAIL 3"=1'-0" F TYPICAL CONNECTION SECTION 3"=1'-0" G TYPICAL CONNECTION PLAN 3"=1'-0" H 43D C6 PER ELEV N K S3 CD SS WELDED THREADED OFUARTOPANELSR CHMENT C6 PER ELEV (2) L 2x2. BOT COPED TO FIT INSIDE TOP ANGLE STOPS C6 FLANGE ' ANGLE C6. AT ■ - ;` It I TYP CJL TYPE STAINLESS STEEL WELDED THREADED STUD. SIZE, LENGTH AND LOCATION PER ARTIST (2) L 2x2 1/4 V TYP END CONNECTION DETAIL L 3"=1'-O" J END CONNECTION PLAN 3"=1'-0" K L M1 ART STRUCTURAL DETAILS • J 0 l A 3 R SHEET ART -S3 ��OF� 1 1 1 1 1 1 1 1 1 1 1 14pm CAD User. johnh i N� m �1 C/S4" CL L2x2 PER ELEV ' 1 C6 PER ELEV UD „s,MOPP '1 (2) L2X2 PER ELEV 7 1 C6 PER ELEV m eo (2) L2x2 PER ELEV LATERAL CONNECTOR PER H/S4 / O G/S4 / // - _ jr - t. — 0 ` 0 EACH SIDE , 'co H/S4 C6 PER ELEV LATERAL CONNECTOR PER H/S4 HVn__ C6 PER ELEV 1° 2° jr _ if - .,------- // 1/4 N L2x2 PER ELEV COPE TO FIT \ • __ I I LATERAL CONNECTOR PER H/S4 AT SECTION B ONLY V � TOP CONNECTION DETAIL 3°=V-0° A TOP CONNECTION SECTION 3°=I'-0° B1 B TOP CONNECTION PLAN Y=I'-o° C TOP CONNECTION DETAIL 3°=1'-0° D .1 ,\ m G/S4 0 0 C6 PER ELEV 7 \ (2) L2x2 PER PLAN w41 r.. i C6 PER ELEV A —{'— EACH SIDE C6 PER ELEV 111°�� JL. �, SPACER W/ 1/2°4 BOLTS 1/4 lik TYP L2x2PER ELEV COPE TO FIT TOP CONNECTION DETAIL 3°=1'-0° E F TOP CONNECTION PLAN 3°=I' -o° G TOP CONNECTION PLAN 3°=1'-0° H J K L M ART STRUCTURAL DETAILS J LLI i 3 1 o c' 8 b SHEET ART -S4 -OF 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 c = s Of COCD Of CD — o_ x LHLH > E O RAILROAD TRACKS OPEN TO LINCOLN AVE (BELOW) / BNSF KAt S TRAFFIC FLOW — 3/4" GRS & GND (BY AC BEAM ± 60' 0' O PLAN SCALE: NTS (E) POST O 000 MECHANICAL EQUIPMENT (BY GC) PROVIDE 6"06"X10' TREATED POST WITH BANNER "R -GAGE" #0240RA-F1F2 SENSOR ART ELECT CONTROL PANEL & PAD (BY AC) \i ART STRUCTURE ON 4' SUSPENDED CONCRETE STRUT (SEE E2) OPEN TO LINCOLN AVE. (BELOW) TRAFFIC BARRIER CONC. WALL TRAFFIC FLOW ART ELECT CONDUIT (BY AC) 1" GRS, 3#10 & GND 120/240V, 1PH ELECT SERVICE CABINET (8Y GC) UTILIZE 20 AMP, 2 -POLE CIRCUIT BREAKER ART ELECT CONDUIT (BY GC) 1" GRS, 8#10 & #12 GND IN GROUND ART JUNCTION BOX, Ir P (BY GC) AC = ART CONTRACTOR (THIS CONTRACT) GC = GENERAL CONTRACTOR (PREVIOUS CONTRACTS BY OTHERS) ,T1 TIMER WITH TIMED OVERRIDE INPUT CHANNEL 1 OF TIMER FOLLOWS ASTRONOMIC PROGRAM (DUSK TO DAWN.) CHANNEL 2 CLOSES ONLY WHEN IT RECEIVES MOMENTARY SIGNAL ON THE OVERRIDE CONTACTS HHHH ACT SERIES CYCLE TIMERS THESE TIMERS OPEN AND CLOSE CONTACTS ON A REPEATING PATTERN OF (VARIABLE) SECONDS WHENEVER POWER IS APPLIED ONE DIAL SETS THE ON TIME AND ONE DIAL SETS THE OFF TIME LENGTH TIMER TAKES MOMENTARY CONTACT INPUT AND CLOSES A CHANNEL FOR A PROGRAMMABLE i - 225 MINUTES MOTION SENSOR DELIVERS A MOMENTARY CONTACT CLOSURE TO THE TIMER AND SEE SEQUENCE OF OPERATION ACT SERIES CYCLE TIMER O ON OFF ACT SERIES CYCLE TIMER O O ON OFF ACT SERIES CYCLE TIMER O O ON OFF 1 ACT SERIES CYCLE TIMER O ON OFF ACT SERIES CYCLE TIMER O O ON OFF i ACT SERIES CYCLE TIMER O O ON OFF TO ZONE LEADS FOR LIGHTING GROUPS 1-6 CART LIGHTING CONTROL DIAGRAM SCALE: NTS C 0 0 © C4) 0 © ®1 ,,1 III I !II OO,I'I, 11111 ®, © 01 Ot G2, oI I I 0 0 © © '0 © Q 4I ©I © C © Chi I ! I I ' I I II II I olll 111 0 1 111 0f o'I1 11111 1 I 1 1 1 I olHF o II 1111 0II o III Ili III 00 II 11 II of o 0 III 0 H of 1 11 WIRING DIAGRAM -ELEVATION 1 0 0 DETAIL NOTES 1D INSTALL POST AND 2' DIAMETER 36" DEEP CONCRETE BASE JUST SOUTH OF (E) POST EXTEND CONDUIT FROM (E) POST LOCATION TO NEW POST & PROVIDE JUNCTION BOX AT BASE OF POST AND RIGID 3/4" CONDUIT UP POST PROVIDE MOUNTING BRACKET AS REQUIRED TO MOUNT SENSOR TO FACE OF POLE. SET CONTROLS ON SENSOR TO BEST SENSE TRAIN ON TRACKS COORDINATE WITH SENSOR MANUFACTURER FINAL LOCATION 00 POLE AND MOTION SENSOR TO BE CONFIRMED WITH THE CITY, ENGINEER, AND ARTIST IN THE FIELD DPROVIDE POWER SUPPLY AND SIGNAL WIRING AS NECESSARY TO ELECTRICAL CONTROL PANEL. SEQUENCE OF OPERATION SCALE: 1/4' • 1'-0' ALL LIGHTING GROUPS SHALL BE DE -ENERGIZED DURING DAYLIGHT HOURS. DURING NON -DAYLIGHT HOURS, ALL LIGHTING GROUPS SHALL BE ENERGIZED EXCEPT AS FOLLOWS; DURING NON -DAYLIGHT HOURS, A TRAIN PASSING BY THE MOTION SENSOR SHALL TRIGGER THE FOLLOWING SEQUENCE, 1 LIGHTING GROUP 6 SHALL BE DE -ENERGIZED FOR A DURATION OF 44 SECONDS THEN SHALL BE RE -ENERGIZED. 2 AFTER 4 SECONDS, LIGHTING GROUP 5 SHALL BE DE -ENERGIZED FOR A DURATION OF 36 SECONDS THEN SHALL BE RE -ENERGIZED. 3. AFTER 8 SECONDS, LIGHTING GROUP 4 SHALL BE DE -ENERGIZED FOR A DURATION OF 28 SECONDS THEN SHALL BE RE -ENERGIZED. 4 AFTER 12 SECONDS, LIGHTING GROUP 3 SHALL BE DE -ENERGIZED FOR A DURATION OF 20 SECONDS THEN SHALL BE RE -ENERGIZED 5 AFTER 16 SECONDS. LIGHTING GROUP 2 SHALL BE DE -ENERGIZED FOR A DURATION OF 12 SECONDS THEN SHALL BE RE -ENERGIZED 6 AFTER 20 SECONDS, LIGHTING GROUP 1 SHALL 6E DE -ENERGIZED FOR A DURATION OF 4 SECONDS THEN SHALL BE RE -ENERGIZED WHEN THE SYSTEM IS READY FOR TESTING THE ART CONTRACTOR SHALL NOTIFY THE ARTIST AND SCHEDULE AN ON-SITE TESTING SESSION DURING NON -DAYLIGHT HOURS. THE ART CONTRACTOR SHALL ALLOW FOR UP TO (4) HOURS FOR THIS SESSION AND SHALL PROVIDE PERSONNEL FOR TESTING AND TO ADJUST INITIAL TIMER SETTINGS AS DIRECTED BY THE ARTIST STAINLESS STEEL WEATHERPROOF ENCLOSURE MIN 36" DAYLIGHT SENSOR SENSOR POWER SUPPLY F 120V RECPT. 1 1 CIRCICT RATED CIRCUIT BREAKER DISCONNECT L (GROUND PER CODE) 48" MIN. PROVIDE CLIMATE CONTROL PACKAGE TO MAINTAIN 75' MAX TEMPERATURE INSIDE CONTROL PANEL SUGGESTED ARRANGEMENT MIN. 8" LIGHT WITH SWITCH TORK 2 CHANNEL TIMER WIREWAYS AS REQUIRED 15 AMP FUSES AND FUSE HOLDERS FOR LIGHTING CIRCUITS GENERAL ELECTRIC 30A RATED, 6 -POLE LIGHTING CONTACTOR TORK ACT SERIES CYCLE TIMERS (TYPICAL OF 6) PROVIDE BACKPLANE OUL 508 LISTED CONTROL PANEL ELEVATION (ART LIGHTING CONTROL PANEL) SCALE: 1' ee ART ELECTRICAL -4 0 0 SHEET ART -E1 OF J 1 1 1 1 1 1 1 1 1 1 1 1 rn LAD Use r sally. Plot date ori 08, 1016-00 31 5 a RailArt I7' 1 1 1 1 WEATHERPROOF CAST FS/FD BOX. SIZE PER CODE AND KEEP DEPTH MINIMUM ATTACHED TO ART FRAME BY ADHESIVE DO NOT DRILL INTO ART FRAME (TYPICAL) WELD THREADED STUDS TO ART FRAME (TYPICAL) LED DRIVER IN NEMA 3R ENCLOSURE (TYPICAL) LED FIXTURE (TYPICAL) DO NOT DRILL INTO FRAME. WELD THREADED STUDS TO ART FRAME. ART FRAME LED DRIVER WITH NEMA 3R ENCLOSURE GLAND SEAL FITTING (TYPICAL) CORD TO FIXTURE (TYPICAL) THREADED WEATHERPROOF FITTING (TYPICAL) 2.5" x 2.5" WIREWAY, NEMA 3R ENTIRE LENGTH OF FRAMES TIGHT 90' ELBOW (TYPICAL) 3/4' LIQUID -TIGHT REX CONDUIT TO CIRCUITS 4/5/6 ON SOUTH SIDE (NORTH SIDE OF FRAMING CIRCUITS 1 /2/3) CY 7 REMOVE (E) CONDUIT ON BEAM AND REDIRECT TO WIREWAY SHOWN CSECTION SCALE: 1' 6" OFFSET BEND AS NECESSARY (TYPICAL) STRUT ART ELECTRICAL • l 0 l SHEET ART -E2 OF AMENDMENT TO CITY CONTRACT NO. 2016-060 RESOLUTION NO. R-2010-077 CONTRACT BETWEEN BELSAAS & SMITH CONSTRUCTION INC. AND THE CITY OF YAKIMA THIS AMENDMENT, made and entered into this ;J day of(1(V , 2016, by and between the City of Yakima (hereinafter called the City) and Belsaas & Smith Construction, Inc., a Washington Corporation (hereinafter called the Contractor), shall amend City Contract No. 2016-060, entered into on March 23, 2016, and is attached hereto as Exhibit "1" and fully incorporated herein. RECITALS WHEREAS, the original Contract, City Contract No. 2016-060, was entered into on March 23, 2016, to complete the Lincoln Avenue Grade Separation Artwork and Elevated Sidewalk Project; and, WHEREAS, the original Contract called for full payment upon completion of all construction and work necessary to complete the Contract; and, WHEREAS, after the Contract was entered into, the Contractor became aware that the materials that were necessary from overseas would not be shipped without pre -payment; and, WHEREAS, this was unknown at the time the original Contract was entered into; and, WHEREAS, the Light Baskets necessary must be prepared and shipped from overseas to complete the work; and, WHEREAS, the Contractor requested that a portion of the payment for the work be provided pursuant to the payment requirements of Atomic Fabrications, LLC; and, WHEREAS, RCW 42.24.080 allows for and outlines the requirements for advance payments; Now, therefore, THE CONTRACT, SECTION I SHALL BE AMENDED TO READ AS FOLLOWS: The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $669,490.00 for Lincoln Avenue Grade Separation Artwork & Elevated Sidewalk Project, City Project No. 1818, all in accordance with, and as described in the attached plans and specifications and the 2014 Standard Specifications for Road, Bridge and Municipal Construction which are by this reference incorporated herein and made a part hereof;and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Sixty (60) working days. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11th 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 City 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, and except that payment for the Light Baskets and Finish in the total amount of $118,000.00, shall be paid as follows, and as further outlined in Exhibit "B" attached hereto: $39,333.35 shall be paid upon written notice that the Light Baskets and Finish work has been ordered. $39,333.35 shall be paid upon written notice that the Light Baskets and materials have arrived onsite. $39,333.30 shall be paid upon completion of the work as outlined herein and the original Contract; And except that payment for the glass studio work in the total amount of $59,042.00 shall be paid as follows, and further supported by Exhibit "C" attached hereto: $19,680.66 shall be paid immediately to start the development of the artist's design. $19,680.66 shall be paid upon notice that the glass has been shipped from Glasmalerei Peters Studios. $19,680.68 shall be paid upon notice that the glass has been delivered to the Contractor. SECTION VI. SHALL BE ADDED TO THE CONTRACT AS FOLLOWS: VI. In the event the work that was paid for in advance does not meet the terms and conditions of the Contract in any way, or is otherwise not acceptable pursuant to the Standards Specifications or otherwise, Contractor shall return the advanced payments to the City within five (5) business days of Notice. The return of the advance funds shall not be contingent on any claim Contractor may have against the City or any third party. Nothing in this Amendment shall change any other portion of the March 23, 2016, Contract. Except as expressly amended herein, all other terms and conditions of Contract 2016-060 between the City and Contractor shall remain in full force and effect. CITY OF YAKIMA BELSAAS-SMITH CONSTRUCTION, LLC 711,4ev' Jeff Cu erh t�iterim City Manager Date: ATTEST: David R6binson, Treasurer Date: 1-/Z-6/Ib Address: P tic cZ(, ritco(ipy,( ) Sonya CIarTee, City Clerk a`,_ 0 CITY CONTRACT N0: ^ / % RESOLUTION N0: Project: (Name) (Address) To (Contractor) City of Yakima Lincoln Avenue Grade Separation Artwork rBelsaas & Smith 7 104 East 4th Ave, Suite 209 Ellensburg, WA. 98926 L_ J Change Order Change Order Number 1 Change Order Date May 30, 2017 Contract Number 1818 Contract Date March 23, 2016 You are directed to make the following changes in this Contract: • Provide Labor, Material and Equipment to install 4 50 AMP plugs, 2 located in Alley of the Historic District, 2 located on a post West of the jail • Provide electrical permit • Install 16 x12 pad locking J -Box • Wire from existing service's to feed new outlets • All new wire as required • All labor, equipment, traffic control, and materials are included Total this change order Lump Sum of $8,022 38 Add 10 working days to project. See attached for pricing break down This is to be considered as much a part of the contract documents as if it was included in the original contract. Not valid until signed by both the Approving Authority and Contractor Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was Net change by previous Change Orders The Contract Sum prior to this Change Order The Contract Sum will be: cildncreased ❑ The New Contract Sum including this Change The Contract Time will be: it Increased The New Contract Time will be 70 ., .. ... Decreased ❑ Unchanged by this Change Order Order will be 0 Decreased 0 Unchanged by 10 $ 669,490.00 $ 0.00 $ 669,490.00 $ 8,022.38 . $ 677,512.38 working days working days Contractor jByB App • val Reco • end - . Appro . al • ea, ' rrle 1 ded By k Pub. Works Dir �=�._�-:. Construction Supervisor Title s k a e-1\- Date 5—' 3i , f 7 Date . 0 /1- I q 44 F By --i .A Chief Engineer Appr. -d 1' City Manager Date '. -' OI - (� 11 Date (2--Z- Ci Date /Zo/17 Based on DOT Form 570-001 EF Revised 9/99 Original to 0 Contractor Copies to 0 Region 0 Construction Administrator ❑ OSC Accounting 0 City Engineering CITY CONTRACT NO: a9/6 '10O/j4/f RESOLUTION NO: 2-rlp14 4'77 BELSASCO33OH P.O. BOX 926 / 103 EAST 4T" AVE, SUITE 209 ELLENSBURG, WA 98926 509-925-9747 FAX: 509-962-3031 Pbosman@belsmith.com April 21, 2017 Re: Knobel's Electric, Inc Per the description below, we are pleased to offer the following change order proposal #2 (COP#2). Knobel's Electric, Inc - Provided Labor, Material and Equipment to install 4 50 AMP plugs, 2 located on a post west of the jail and 2 located in the Alley of the Historic District. Total cost of proposal: $7,414.40 + WSST 8.2% ($607.98) = $8,022.38 Sincerely, Pam Bosman Belsaas & Smith Construction BELSAAS & SMITH CONSTRUCTION SHEET 2 of 2 C.O.P. #2 CHANGE ORDER PROPOSAL BREAKDOWN SHEET EQUIP COST SUB COST MATERIAL COST LABOR COST TOTALS FROM PREVIOUS PAGE 0 6,620.00 0 0.00 OVERHEAD & PROFIT OVER HEAD & PROFIT 12% 0.00 794.40 0 0.00 SUB TOTAL 0 7,414.40 0 0.00 SUB TOTAL 0 7,414.40 0 0.00 LABOR 0.00 MATERIAL 0.00 EQUIPMENT 0.00 SUBCONTRACTORS 7 414.40 SUB TOTAL SUB TOTAL 7,414.40 SALES TAX 8.20% SALES TAX 607.98 GRAND TOTAL TOTAL $ 8,022.38 TIME EXTENTION REQUIRED: NOTICE TO PROCEED REQUIRED BY: 0 WE RESERVE OUR RIGHTS UNDER THE CONTRACT TO ACCESS THIS CHANGE CUMULATIVELY AS IT AFFECTS TIME AND AMOUNT. BELSAAS & SMITH CONSTRUCTION SHEET 1 of 2 C.O.P. #2 CHANGE ORDER PROPOSAL BREAKDOWN SHEET # DESCRIPTION QUAN. UNIT UNIT COSTS EQUIP COST SUB COST MATERIAL COST LABOR COST Mat. EQUIP LABOR Knobels - 2 50 AMP Plugs - West of Jail 1 LS 0.00 4,462.00 0 0.00 Knobels - 2 50 AMP Plugs - Alley 1 LS 0.00 2,158.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 0.00 0 0.00 * TOTALS 0 6,620.00 0 0.00 KNOBEL'S ELECTRIC, INC. 801 TENNANT LANE YAKIMA, WA 98901 PHONE (509) 452-9157 FAX (509) 453-1460 QUOTATION TO: CITY OF YAKIMA DATE: APRIL 19, 2016 ATTN: BOB RE: TWO 50 AMP PLUGS ON A POST WEST OF THE JAIL E-MAIL: Bob.Desgrosellier@vakimawa.Rov Gentlemen: We herewith submit our quotation on the above named job. The proposal as shown in this quotation is taken from the plans and specifications of the above named job as of the date of issue. If addenda have been made to the specifications which is directed to and affects the proposal made below, the quotation will make note as to covering same. This quotation is subject to strikes, accidents or causes beyond our control, and to terms and condition of a performance contract. LABOR, MATERIAL AND EQUIPMENT TO PROVIDE ELECTRICAL WORK AS FOLLOWS: • PROVIDE ELECTRICAL PERMIT • INSTALL 16X12 PAD LOCKING J -BOX • INSTALL TWO (2) 50 BOLT -IN BREAKERS • INSTALL TWO (2) 50 AMP TWIST LOCK 3POLE 4WIRE RECPT • INSTALL 6X6 POST FOR J -BOX TO MOUNT ON • WIRING FROM EXISTING SERVICE TO FEED NEW OUTLETS (325' AWAY, #6 WIRE FOR VOLTAGE DROP PULLED THRU EXISTING CONDUITS) LUMP SUM - $4,462.00 NOTE: OUR PRICE DOES NOT INCLUDE SALES TAX. SINCERELY, STEVE SODERSTROM ESTIMATOR AN EQUAL OPPORTUNITY EMPLOYER Quotation is for acceptance within days from above date. KNOBEL'S ELECTRIC, INC. 801 TENNANT LANE YAKIMA, WA 98901 PHONE (509) 452-9157 FAX (509) 453-1460 QUOTATION TO: CITY OF YAKIMA DATE: APRIL 19, 2016 ATTN: BOB RE: TWO 50 AMP PLUGS IN THE ALLEY OF THE HISTORIC DISTRICT E-MAIL: Bob.Desgrosellier@vakimawa.gov Gentlemen: We herewith submit our quotation on the above named job. The proposal as shown in this quotation is taken from the plans and specifications of the above named job as of the date of issue. If addenda have been made to the specifications which is directed to and affects the proposal made below, the quotation will make note as to covering same. This quotation is subject to strikes, accidents or causes beyond our control, and to terms and condition of a performance contract. LABOR, MATERIAL AND EQUIPMENT TO PROVIDE ELECTRICAL WORK AS FOLLOWS: • PROVIDE ELECTRICAL PERMIT • INSTALL 16X12 PAD LOCKING J -BOX • INSTALL TWO (2) 50 AMP TWIST LOCK 3POLE 4WIRE RECPT • WIRING FROM EXISTING SERVICE TO FEED NEW OUTLETS LUMP SUM • $2,158.00 NOTE. OUR PRICE DOES NOT INCLUDE SALES TAX. SINCERELY, STEVE SODERSTROM ESTIMATOR AN EQUAL OPPORTUNITY EMPLOYER Quotation is for acceptance within days from above date.