Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutR-2019-001 Hathaway Street Water and Sewer Improvements Agreement with P.O.W.RESOLUTION NO. R-2019-001
A RESOLUTION authorizing a contract with P. 0 W Contracting for Water and Sewer
Improvements along Hathaway Street.
WHEREAS, the City of Yakima maintains the Domestic Water System and Wastewater
Collections System in accordance with applicable Federal, State and Local regulations, and
WHEREAS, the City of Yakima Water and Wastewater Divisions have identified pipeline
segments that require rehabilitation or replacement, and
WHEREAS, this and future projects will stabilize current conditions of the city's water and
wastewater pipe systems and reduce leakage of domestic water, and infiltration of groundwater
into the wastewater collections system, which will reduce repairs, treatment costs, improve
reliability of both systems, and limit the need for upgrades to the Wastewater Treatment Plant,
and
WHEREAS, by resolution R-2018-066 and R-2018-018, the City entered into agreements
with HLA Engineering and Surveying, Inc (HLA) to prepare the plans and contract documents for
the rehabilitation of City of Yakima water and sanitary sewer main lines in various locations in city,
and
WHEREAS, the City of Yakima Water/Irrigation Division and Wastewater Division requires
construction services for the rehabilitation of the deficient system pipes and facilities, and
WHEREAS, The City of Yakima used the procedure established by the State of
Washington for competitively bidding projects, and
WHEREAS, P 0 W Contracting submitted the low bid and has the ability to perform the
contact specified work, and
WHEREAS, the City Council finds that it is in the best interest of the City of Yakima and
its residents to enter into a contract with P 0 W Contracting to perform the work detailed in the
contract documents for the installation of 3,200 LF 12-inch ductile iron water main, 2,080 LF 8-
inch sewer main, 1,250 LF 4-inch sewer pipe, reconstruction of existing roadway and other related
work, now, therefore
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA:
The City Manager is hereby authorized to execute the attached contract with P 0 W
Contracting, in the amount of $1,106,021 39, for installation of 3,200 LF 12-inch ductile iron water
main, 2,080 LF 8-inch sewer main, 1,250 LF 4-inch sewer pipe, reconstruction of existing roadway
and other related work on Hathaway Street between N 6' Ave and N 16" Ave
ADOPTED BY THE CITY COUNCIL this 8th day of January, 2019
ATTEST
Sonya Claar Tee, City Clerk
t
•
�' +
CITY OF YAKIMA
HATHAWAY STREET WATER AND SEWER
IMPROVEMENTS
CITY OF YAKIMA WATER PROJECT NO. AC-2463
CITY OF YAKIMA SEWER PROJECT NO. SC-2486
HLA PROJECT NOS. 18041 AND 18091
Construction Contract Specifications & Bid Documents
Water & Irrigation Division
2301 Fruitvale Boulevard
Yakima, WA 98902
Phone (509) 575-6020
Fax (509) 575-6238
NOVEMBER 2018
Wastewater Division
2220 East Viola Avenue
Yakima, WA 98901
Phone (509) 575-6078
4.4 H A
Engineering and Land Surveying, Inc.
"ORIGINAL - CITY OF YAKIMA"
ADDENDUM NO. 2
To the Contract Provisions for
CITY OF YAKIMA, WASHINGTON
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
HLA Project No 18041 and 18091
City Project No AC-2463 and SC-2486
BID OPENING: NOVEMBER 30, 2018 11:00 A.M.
To the attention of all bidders for the above project:
The following additions, revisions, and/or modifications are made to the Contract Documents, Plans, and
Specifications for this project:
ITEM 1 — CONTRACT DOCUMENTS — SECTION 3 — BID PACKAGE, UNIT PRICE BID PROPOSAL,
Page 3-5
Delete page 3-5 of the UNIT PRICE BID PROPOSAL and replace with page 3-5R (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
1W//8
Stephen S Hazzar E Date
HLA Engineering and Land Surveying, Inc
2803 River Road
Yakima, WA 98902
Phone (509) 966-7000
G:\PROJ ECTS\2018\18041 E\Addendum #2.doc
ADDENDUM NO. 2
ITEM
NO.
ITEM DESCRIPTION
PAYMT
SPEC
UNIT
QUANTITY
UNIT PRICE
AMOUNT
DOLLARS-CTS
DOLLARS-CTS
SCHEDULE B — SEWER IMPROVEMENTS
1
Minor Change
1-04 4(1)
FA
EST
X
$15,000 00
=
$15,000.00
2
Mobilization
1-097
LS
---
X
---
=
3
Project Temporary Traffic Control
1-10.5
LS
---
X
---
=
4
Removal of Structures and Obstructions
2-02.5
LS
---
X
---
=
5
Manhole 48 In. Diam. Type 1
7-05 5
EA
6
X
=
6
Abandon Existing Manhole
7-05 5
n EA
4
X
=
7
Shoring or Extra Excavation
7-08 5
LF
- 3,040
X
=
8
Select Backfill, as Directed
7-08 5
CY
450
X
=
9
PVC Sanitary Sewer Pipe 4 In Diam
7-17.5
LF
" 960
X
=
10
PVC Sanitary Sewer Pipe 8 In Diam
7-17 5
LF
1,230
X
=
11
C900 PVC Sanitary Sewer Pipe 8 In
Diam
7-17.5
LF
850
X
=
12
Abandon Existing Sewer Pipe
7-17 5
LF
650
X
=
13-
Remove Existing Sewer Pipe
7-17.5
LF
190
X
=
14
Reconnect Side Sewer Service
7-18 5
FA
EST
X
$100,000 00
=
$100,000 00
15
Landscape Restoration
8-02.5
FA
EST
X
$1,500.00
=
$1,500 00
SCHEDULE B SUBTOTAL
8.2% STATE SALES TAX
SCHEDULE B TOTAL
ITEM
NO.
ITEM DESCRIPTION
PAYMT
SPEC
UNIT
QUANTITY
UNIT PRICE
AMOUNT
DOLLARS-CTS
DOLLARS-CTS
SCHEDULE C — ROADWAY IMPROVEMENTS
16
Minor Change
1-04 4(1)
FA
EST
X
$10,000.00
=
$10,000 00
17
Mobilization
1-097
LS
---
X
---
=
18
Project Temporary Traffic Control
1-10.5
LS
---
X
---
=
19
Unclassified Excavation Incl. Haul
2-03.5
CY
1,380
X
=
20
Crushed Surfacing Base Course
4-04 5
TON
2,650
X
=
21
Crushed Surfacing Top Course
4-04.5
TON
170
X
=
22
HMA CI 1/2-Inch PG 64-28
5-04.5
TON
930
X
=
23
Adjust Manhole
7-05 5
EA
7
X
=
24
Cement Conc. Traffic Curb and Gutter
8-04.5
LF
25
X
=
25
Cement Conc Sidewalk 4-Inch Thick
8-14.5
SY
10
X
=
26
Cement Conc. Sidewalk 6-Inch Thick
8-14 5
SY
15
X
=
SCHEDULE C TOTAL
SCHEDULES A + B + C TOTAL
G:\PROJECTS\2018\18041 E\Addendum #2 - Unit Price Bid Proposal.docx 3-5R
ADDENDUM NO. 2
ADDENDUM NO. 1
To the Contract Provisions for
CITY OF YAKIMA, WASHINGTON
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
HLA Project No 18041 and 18091
City Project No AC-2463 and SC-2486
BID OPENING: NOVEMBER 30, 2018 11:00 A.M.
To the attention of all bidders for the above project:
The following additions, revisions, and/or modifications are made to the Contract Documents, Plans, and
Specifications for this project:
ITEM 1 — Technical Specifications — Section 6 — 7-15 SERVICE CONNECTIONS, 7-15.5 Payment,
Page 6-64
Replace the words "with lid" with "with City supplied lid"
ITEM 2 — Contract Plans — SHEET 15 — PROJECT DETAILS
Remove "at contractors' expense" from the note in Detail W14 that begins with "City of Yakima
standard meter
11
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
Stephen S Hazzard, PE
HLA Engineering and Land Surveying, Inc.
2803 River Road
Yakima, WA 98902
Phone (509) 966-7000
7//#
Date
G \PROJECTS\2018\18041 E\4ddendum #1.doc
ADDENDUM NO. 1
CITY OF YAKIMA, WASHINGTON
CONTRACT DOCUMENTS
FOR
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
CITY OF YAKIMA WATER PROJECT NO. AC-2463
CITY OF YAKIMA SEWER PROJECT NO. SC-2486
HLA PROJECT NOS. 18041 AND 18091
OWNER: ENGINEER:
City of Yakima
129 North Second Street
Yakima, WA 98901
HLA Engineering and Land Surveying, Inc. (HLA)
2803 River Road
Yakima, WA 98902
NOVEMBER 2018
CITY OF YAKIMA
YAKIMA COUNTY, WASHINGTON
CONTRACT DOCUMENTS
FOR
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
CITY OF YAKIMA WATER PROJECT NO AC-2463
CITY OF YAKIMA SEWER PROJECT NO. SC-2486
HLA PROJECT NOS. 18041 AND 18091
TABLE OF CONTENTS
PAGE NO.
SECTION 1 - ADVERTISEMENT FOR BIDS ......... . 1-1
ADVERTISEMENT FOR BIDS . 1-2
SECTION 2 - INFORMATION FOR BIDDERS 2-1
INFORMATION FOR BIDDERS 2-2
SECTION 3 - BID PACKAGE 3-1
BIDDERS CHECKLIST... 3-2
BID PROPOSAL .... 3-3
UNIT PRICE BID PROPOSAL. 3-4
BID PROPOSAL SIGNATURE PAGE . 3-6
BID DEPOSIT ..... .. 3-7
BID BOND 3-7
NON -COLLUSION AFFIDAVIT ..... 3-8
CITY OF YAKIMA NONDISCRIMINATION PROVISION ..... .. .... 3-9
CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY ... 3-10
CITY OF YAKIMA RESOLUTION NO. D-4816 .3-11
CITY OF YAKIMA AFFIRMATIVE ACTION PLAN . .3-12
CITY OF YAKIMA BIDDER'S CERTIFICATION . .3-14
CITY OF YAKIMA COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT ..... 3-17
SURETY . 3-18
SUBCONTRACTOR LIST ........ 3-19
CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES... 3-20
BIDDER'S RESPONSIBILITY STATEMENT .. 3-21
SECTION 4 - CONTRACT AND RELATED MATERIALS 4-1
CONTRACT 4-2
CERTIFICATIONS .... .4-4
CONTRACT BOND 4-5
SCHEDULE OF WORKING HOURS .. 4-7
CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION 4-8
SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS ... 5-1
PREVAILING WAGE RATES 5-2
DLI (YAKIMA COUNTY) EFFECTIVE 11/26/2018 5-3
BENEFIT CODE KEY EFFECTIVE 08/31/2018.. 5-3
DLI SUPPLEMENTAL TO WAGE RATES EFFECTIVE 08/31/2018 . 5-3
SECTION 6 - TECHNICAL SPECIFICATIONS .... 6-1
TABLE OF CONTENTS .6-2
SPECIAL PROVISIONS .6-3
APPENDIX A -
APPENDIX B -
APPENDIX C
AMENDMENTS TO THE 2018 WASHINGTON STATE DEPARTMENT OF
TRANSPORTATION STANDARD SPECIFICATIONS
CONSTRUCTION STAKING REQUEST FORM
- WSDOT STANDARD PLANS
SECTION 1 - ADVERTISEMENT FOR BIDS
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.docx 1-1
ADVERTISEMENT FOR BIDS
THE City of Yakima invites separate sealed BIDS for the construction of the
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
City of Yakima Water Proiect No. AC-2463
City of Yakima Sewer Proiect No. SC-2486
HLA Project Nos. 18041 and 18091
including the following approximate major quantities of work.
SCHEDULE A —WATER IMPROVEMENTS
Installation of approximately 3,150 LF ductile iron water main, 2 EA 16-inch butterfly valves, 9 EA
12-inch butterfly valves, 5 EA 8-inch gate valves, 3 EA fire hydrant assemblies, 43 EA service
connections, 80 LF 30-inch culvert pipe, and other related work.
SCHEDULE B — SEWER IMPROVEMENTS
Installation of approximately 2,050 LF 8-inch sewer main, 1,250 LF 4-inch sewer pipe, 6 EA
manholes, reconnection of existing services to new sewer, and other related work.
SCHEDULE C — ROADWAY IMPROVEMENTS
Reconstruction of roadway including 930 TONS HMA, 2,650 TONS crushed surfacing base course,
1,380 CY unclassified excavation, utility adjustments, and other related work.
This contract has seventy (70) working days to complete the work.
Bids will be received by the City Clerk at City Hall, 129 North Second Street, Yakima, Washington 98901,
until 11.00 a m., November 30, 2018, and then shortly thereafter will be publicly opened and read aloud at
the City Council Chambers located at 129 North Second Street.
Electronic copies of the CONTRACT DOCUMENTS may be obtained at no cost at the following website:
https.//www.hlacivil.com/bid/ Physical copies may be obtained at the office of HLA Engineering and Land
Surveying, Inc. (HLA), 2803 River Road, Yakima, Washington 98902, (509-966-7000) upon payment of
$70 00 for each set, non-refundable. Planholder list and addenda will be available on the website Bidders
are encouraged to register as planholders on the website, whom will be added to the Planholder list and
will receive automatic addenda notification. Project questions should be directed to Mike Shane (City
Water) at 509-576-6480 or Dana Kallevig (City Sewer) at 509-249-6813, or Stephen Hazzard (HLA) at 509-
966-7000.
Each bid or proposal must be accompanied by bond or a certified check, payable to the order of the
Treasurer of the City of Yakima for the sum of not less than 5% of said bid or proposal and none will be
considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the
successful bidder shall fail or refuse to enter into a Contract with the City for the making and construction
of the aforesaid improvement. All bids or proposals must be in writing on the form bound in the
Specifications, sealed and filed with the Clerk on or before the day and hour above mentioned.
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 2000d-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 shall affirmatively insure that
in any contract entered into pursuant to this advertisement, disadvantaged business enterprises shall be
afforded full opportunity to submit bids in response to this invitation and shall not be discriminated against
on the grounds of race, color or national origin in consideration for an award.
Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract
Documents must be paid on this project, and that the Contractor must ensure that employees and
applicants for employment are not discriminated against because of their race, color, religion, sex, or
national origin.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec2018.docx 1-2
The City of Yakima reserves the right to reject any and all bids and to waive technicalities or irregularities,
and after careful consideration of all bids and factors involved, make the award to best serve the interests
of the City of Yakima.
Dated this 14th day of November 2018
Publish: November 14, 2018
G.\PROJECTS\2018\18041E\SPEC\18041 Spec 201B.docx 1-3
SECTION 2 - INFORMATION FOR BIDDERS
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.docx 2-1
INFORMATION FOR BIDDERS
BIDS will be received by the City of Yakima (herein called the "OWNER"), at City Hall, 129 North Second
Street, Yakima, Washington 98901, until 11 00 a m., November 30, 2018, and then at the City Council
Chambers publicly opened and read aloud.
Each BID must be submitted in a sealed envelope, addressed to the City Clerk at 129 North Second Street,
Yakima, Washington 98901. Each sealed envelope containing a BID must be plainly marked on the outside
as BID for HATHAWAY STREET WATER AND SEWER IMPROVEMENTS, and the envelope should bear
on the outside the BIDDER'S NAME, address, and license number if applicable, and the name of the project
for which the BID is submitted If forwarded by mail, the sealed envelope containing the BID must be
enclosed in another envelope addressed to the OWNER at City Hall, 129 North Second Street, Yakima,
Washington 98901.
All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink
or typewritten, and the BID form must be fully completed and executed when submitted Only one copy of
the BID form is required
The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID may be
withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof.
Any BID received after the time and date specified shall not be considered No BIDDER may withdraw a
BID within 60 days after the actual date of the opening thereof. Should there be reasons why the Contract
cannot be awarded within the specified period, the time may be extended by mutual agreement between
the OWNER and the BIDDER.
BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID SCHEDULE by
examination of the site and a review of the Drawings and Specifications including ADDENDA. After BIDS
have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the
quantities of WORK or of the nature of the WORK to be done
The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT.
Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect
the risks or obligations assumed by the CONTRACTOR nor relieve the CONTRACTOR from fulfilling any
of the conditions of the Contract.
Each BID must be accompanied by a BID BOND payable to the OWNER for five percent of the total amount
of the BID. When the Agreement is executed, the bonds of the unsuccessful BIDDERS will be returned.
The BID BOND of the successful BIDDER will be retained until the CONTRACT BOND has been executed
and approved, after which it will be returned A certified check may be used in lieu of a BID BOND
A CONTRACT BOND in the amount of 100 percent of the CONTRACT PRICE, with a corporate Surety
approved by the OWNER, will be required for the faithful performance of the Contract.
Attorneys -in -fact who sign BID BONDS or CONTRACT BONDS must file with each BOND a certified and
effective dated copy of their Power of Attorney.
The party to whom the Contract is awarded will be required to execute the Agreement and obtain the
CONTRACT BOND within ten (10) working days from the date when NOTICE OF AWARD is delivered to
the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND
forms In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER
in default, in which case the BID BOND accompanying the proposal shall become the property of the
OWNER.
The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER
to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this
purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence
submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly
qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein.
G \PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.docx 2-2
A conditional or qualified BID will not be accepted.
Award will be made to the lowest responsive, responsible BIDDER or all bids will be rejected.
All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over
construction of the PROJECT shall apply to the Contract throughout.
Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the
CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no
way relieve any BIDDER from any obligation in respect to its BID.
Further, the BIDDER agrees to abide by the requirement under Executive Order No 11246, as amended,
including specifically the provisions of the equal opportunity clause set forth in these Contract Documents.
The low BIDDER shall supply the names and addresses of major material SUPPLIERS and
SUBCONTRACTORS when required to do so by the OWNER.
Contract time for this project is anticipated to begin by 02/04/2019.
The ENGINEER is HLA Engineering and Land Surveying, Inc (HLA), represented by
Stephen S. Hazzard, PE The ENGINEER'S address is 2803 River Road, Yakima, Washington 98902,
phone (509) 966-7000, FAX. (509) 965-3800.
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 201 8.docx 2-3
SECTION 3 - BID PACKAGE
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.docx 3-1
BIDDER'S CHECKLIST
All forms listed below must be fully executed and submitted with the Bid
a) BID PROPOSAL
b) UNIT PRICE BID PROPOSAL
c) BID PROPOSAL SIGNATURE PAGE
d) BID DEPOSIT or BID BOND
BID DEPOSIT - Sign the Bid Deposit in the space provided if the bid is accompanied by a
certified check or cashier's check in the amount of not less than 5% of the total amount bid
OR
BID BOND - This form is to be executed by the bidder and Surety Company The amount of
this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on
a percentage basis. Provide Power of Attorney for Surety's agent.
e) NON -COLLUSION AFFIDAVIT - Must be subscribed and sworn to before a Notary Public.
f) CITY OF YAKIMA BIDDER'S CERTIFICATION
g) CITY OF YAKIMA COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT
h) SURETY
The following forms must be fully executed and submitted with the Bid, or within 24 hours after the published
Bid submittal time.
1) SUBCONTRACTOR LIST
2) CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES
3) BIDDER'S RESPONSIBILITY STATEMENT - Provide supporting documentation as required.
The following forms are to be executed and/or submitted for approval to the Engineer after the Contract is
awarded.
1) CONTRACT - To be executed by the successful bidder and the City of Yakima.
2) CERTIFICATIONS
3) CONTRACT BOND - To be executed by the successful bidder and his Surety Company. Provide
Power of Attorney.
4) SCHEDULE OF WORKING HOURS
5) CERTIFICATE OF PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE must be provided
by the successful bidder in accordance with the provisions of the Standard Specifications and
Technical Specifications.
6) STATEMENT OF INTENT TO PAY PREVAILING WAGES to be completed by successful bidder
and by any and all subcontractors.
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.docx 3-2
A Proposal of
BID PROPOSAL
P9 w )"Y4-irk (hereinafter called "BIDDER"),
organized and existing under the lawof the State of Washington doing business as
e8 n(f14(. (at..i 1. To the City of Yakima, Washington, (hereinafter called "OWNER")
In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the
construction of the HATHAWAY STREET WATER AND SEWER IMPROVEMENTS, City of Yakima Water
Project No AC-2463, City of Yakima Sewer Project No. SC-2486, HLA Project Nos. 18041 and 18091, in
strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices
stated below.
By submission of this BID, each BIDDER certifies, in the case of a joint BID each party thereto certifies as
to its own organization, that this BID has been arrived at independently, without consultation,
communication, or agreement as to any matter relating to this BID with any other BIDDER or with any
competitor.
BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after NOTICE
TO PROCEED and to fully complete the PROJECT within seventy (70) working days of such NOTICE TO
PROCEED.
BIDDER further agrees to pay as liquidated damages the sum specified for each working day thereafter as
provided in Section 1-08 9 of the Standard Specifications.
BIDDER acknowledges receipt of the following ADDENDA:
Addenda will be posted on the Engineer's website. https.//www.hlacivil.com/bid/. Bidders are encouraged
to register as planholders on the website, whom will be added to the Planholder list and will receive
automatic addenda notification
BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit
prices or lump sum amounts'
1 Insert "a corporation," "a partnership," or "an individual" as applicable.
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.docx 3-3
UNIT PRICE BID PROPOSAL
(NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any
changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section
1-02.5.)
CITY OF YAKIMA
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
CITY OF YAKIMA WATER PROJECT NO. AC-2463
CITY OF YAKIMA SEWER PROJECT NO. SC-2486
HLA PROJECT NOS 18041 AND 18091
ITEM
NO.
ITEM DESCRIPTION
PAYMT
SPEC
UNIT
QUANTITY
UNIT PRICE
AMOUNT
DOLLARS-CTS
DOLLARS-CTS
SCHEDULE A - WATER MAIN IMPROVEMENTS
1
Minor Change
1-04 4(1)
FA
EST
X
$15,000.00
=
$15,000.00
2
Mobilization
1-09.7
LS
--
X
--
=
2,Cfa oc
3
Project Temporary Traffic Control
1-10.5
LS
--
X
--
=
`
6j DOD --
4
Removal of Structures and Obstructions
2-02.5
LS
--
X
--
=
.5 J OD 17 -^
5
Corrugated Polyethylene Culv Pipe 30 In.
Diam.��
7-02.5
LF
80
X
=
5-,%G
6
Headwall for Culvert Pipe
7-02.5
EA
2
X
--DO '-
=
17 00 D
7
Shoring or Extra Excavation
7-08.5
LF
3,145
X
/
7-
=
J2/ LW--
8
Select Backfill, as Directed
7-08.5
CY
300
X
22--
_
4 it, cV —
9
D.I Pipe for Water Main 16 In. Diam.
7-09.5
LF
75
X
gs _
=
3-'CJ''
10
D.I Pipe for Water Main 12 In. Diam.
7-09.5
LF
2,700
X
Sr
=
14g 50 p-
11
D I Pipe for Water Main 8 In. Diam.
7-09.5
LF
320
X
6-6—
=
17 &Uo'-
12
D I Pipe for Water Main 6 In. Diam.
7-09.5
LF
50
X
cc "
=
2, J '7� Q
13
Butterfly Valve 16 In.
7-12.5
EA
2
X
2 gn >J '
=
- (O 00---
14
Butterfly Valve 12 In.
7-12.5
EA
9
X
2000—
=
/8, Dpp -
15
Gate Valve 8 In.
7-12.5
EA
5
X
%
/00 -
=
4,�Uo—
16
Abandon Water Valve
7-12.5
EA
7
X
9 Q —
=
$ ov
17
Hydrant Assembly
7-14.5
EA
3
X
35bo'
=
! ©So o-
18
Hydrant Guard Post
7-14.5
EA
4
X
I77 _
_
706-
19
Service Connection 1-1/2 In. Diam.
7-15.5
EA
2
X
67 0
=
1300
20
Service Connection 1 In. Diam.
7-15.5
EA
4
X
,-Q D -
=
2 pt7v "
21
Service Connection 3/4 In. Diam
7-15.5
EA
37
X
46-0--
=
'6 44-1,
22
Landscape Restoration
8-02.5
FA
EST
X
$1,500.00
=
$1,500.00
SCHEDULE A SUBTOTAL
g6i q4-'>`
8.2% STATE SALES TAX
31,i "91b 4
SCHEDULE A TOTAL
iI?i' 1 131
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.docx
3-4
1
1
ITEM
ITEM DESCRIPTION
PAYMT
UNIT
UNIT PRICE
AMOUNT
NO.
SPEC
QUANTITY
DOLLARS-CTS ;
DOLLARS-CTS
SCHEDULE B - SEWER IMPROVEMENTS
1
Minor Change
1-04.4(1) .
FA
EST
X
315,000.00
.-
$15,000.00
2
Mobilization
1-09.7
LS
=�
X
-
:_
L6 OOp' •
3 =
_Protect Tem poraryTraffic Control
110.5
LS
-
X
=
4
Removal of Structures and Obstructions
2-02.5
LS
;=.
X
.;::
=
4j i _ .1
5
Manhole 48 In. Diam. Type 1
7-05.5
EA
6
X
` 3Sl,p~.
1
-/ Obb -
6
Abandon Existing Manhole
7-05.5
EA
..4._____
X ,•
l51)12-- :
==
i
(9/Deg ,
7
Shoring or Extra Excavation
7-08.5
LF
3,040
X 1
41"
_-
jg 2-#0 -
8
Select Backfill, as Directed
7-08.5
CY
450
X 1
2-i. "
_
7
9
; PVC Sanitary Sewer Pipe 4 In. Diam.
7-17.5
LF
�880.
X;
__
10
PVC Sanity Sewer Pi 8 In, Diam,
ry- i
7-17.5
LF
1,230
X ,
I L
_
'j��' 35d
11
C900 PVC Sanitary Sewer Pipe 8 In,
Diam.
7-17.5
LF
850
6
X
7K-- ,
'-
1
/ 2/ 75D ,
12 .
Abandon Existing Sewer Pipe
7-17.5
LF
650
X
1
-y
Remove Existing Sewer Pipe
7-17.5
LF
190
X'
i " �lJ
_
4- 7SD-v
14 ;
Reconnect Side Sewer Service
7-18.5
FA
EST
X;
$100,000.00
-•
$100,000.00 d
15
Landscape Restoration
8-02.5
FA
EST
X ,
_ $1,500.00
__
$1,500.00
SCHEDULE B SUBTOTAL
0- '�
8.2% STATE SALES TAX34
SCHEDULE B TOTAL
.9-51 3 0.
ITEM ;
NO.
ITEM DESCRIPTION
PAYMT
SPEC
UNIT
QUANTITY
UNIT PRICE
AMOUNT
DOLLARS-CTS ;
DOLLARS-CTS
SCHEDULE C - ROADWAY IMPROVEMENTS
16 ,
Minor Change_ _ _
1-04.4(1)
FA
EST
X
$10,000.00
=
$10,000.00
17
Mobilization -
1-09.7
LS
X
---.
=-
2-0 000.E
18
Project Temporary Traffic Control
1-10.5
LS
-
X '
-
=
lir.1�i Da-
19
Unclassified Excavation Incl. Haul
2-03.5
CY
1,380
X
Q -.
=' _
/-J 4op7'
20
Crushed Surfacing Base Course
4-04 5
TON
2,650
X
2- -
=
_
Z
21
Crushed Surfacing Top Course
404.5
TON
170
X
2-2-3
7No -
22
HMA Cl. 1/2-Inch PG 64-28
5-04.5
. TON
930
X :
676 -
=
4 -7° '',
23
Adjust Manhole
7-05.5
EA
7
X
35p"
=
9- sO -'
24
Cement Conc. Traffic Curb and Gutter
8-04.5
LF
25
X
6'j -
_
16 -S
25
Cement Conc. Sidewalk 4-Inch Thick
8-14.5
SY
10
X
g.p'
_
/
COD- v
26
Cement Conc. Sidewalk 6-Inch Thick
8-14.5
SY
15
X
$i) `
_
12_-VV -. ;
SCHEDULE C TOTAL
2.24. 715
IJ i* ) 02-)
SCHEDULES A + B + C TOTAL
G:\PROJECTS12018\18041EiAddendum#2. Unit Price Bid Proposel.docx 3-6R
ADDENDUM NO. 2 /0
61,
(7/(/
BID PROPOSAL SIGNATURE PAGE
CITY OF YAKIMA
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
CITY OF YAKIMA WATER PROJECT NO AC-2463
CITY OF YAKIMA SEWER PROJECT NO SC-2486
HLA PROJECT NOS 18041 AND 18091
BIDDER ..,(CONTRACTOR))
BY
AUTHORIZED OFFICIAL'S SIGNATURE
Ir‘.CA(.44 klkSwotr-L
J (Please print or type name)
Address.
PO i3 o X, 14 7 72—
f(.o 04— 'a,3 V 7 -
l
DATE
TITLE
Phone.
o
, 2018
Seev/ .
Fax: f 542-"S5D8'
E-mail address. 4 0\Aico LI-rzk1Jh t,q ,
CONTRACTOR LICENSE NUMBER P©Ato -- a3--/P-4
CONTRACTOR DUNS NUMBER d I (0 3 g3 ie3 l
CONTRACTOR UBI NUMBER
Got g37 lo. et
CONTRACTOR FEDERAL TAX I.D NUMBER 11 ')$-b '31
CONTRACTOR EMPLOYMENT SECURITY DEPARTMENT NUMBER 02_ 3�2-3 Oo-j
CONTRACTOR INDUSTRIAL INSURANCE ACCOUNT NUMBER 61
The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of
all persons interested in this Proposal as principals are as follows
pa (v Pt v 'G� )(Arcs
�NL�1 i'TIvIScoB✓l C YV JCL G
PROJECT MANAGER fta)rovx dptive-,5 CELL PHONE. 69y "3 Ce&, 6 D✓rt
NOTES
1) If the bidder is a co -partnership, so state, giving firm name under which business
transacted If the bidder is a corporation, this proposal must be executed by its duly
authorized officials
(2) Bidders shall acknowledge receipt of all addenda, if any, in the space provided on the first
page of this proposal.
G•\PROJECTS\2018\18041E\SPEC \18041 Spec2018.docx 3-6
PIPE OF WASHINGTON INC
Page 1 of 2
STATE OF WASHINGTON
Department of Labor & Industries
Certificate of Workers' Compensation Coverage
November 30, 201 8
WA UBI No.
L&I Account ID
Legal Business Name
Doing Business As
Workers' Comp Premium Status:
Estimated Workers Reported
(See Description Below)
Account Representative
Licensed Contractor?
License No.
License Expiration
601 837 639
945,922-00
PIPE OF WASHINGTON INC
tPOW CONTRACTING
Account is current.
Quarter 3 of Year 2018 "31 to 50
Workers"
Employer Services Help Line, (360)
902-4817
(es
POWCO"037R4
-I 01/04/2020
What does "Estimated Workers
Reported" mean?
Estimated workers reported represents the
number of full time position requiring at least
480 hours of work per calendar quarter. A single
480 hour position may be filled by one person,
or several part time workers.
Industrial Insurance Information
Employers report and pay premiums each
quarter based on hours of employee work
already performed, and are liable for premiums
found later to be due. Industrial insurance
accounts have no policy periods, cancellation
dates, limitations of coverage or waiver of
https.//secure lm wa.gov/verify/Details/liabilityCertificate aspx?UBI=601837639&LIC=P 11/30/2018
PIPE OF WASHINGTON INC Page 2 of 2
subrogation (See RCW 51.12.050 and
51 .1 6.1 90).
https.//secure lni wa.gov/verify/Details/liabilityCertificate aspx?UBI=601837639&LIC=P 11/30/2018
1OW CONTRACTING
Home Espanol Contact
Search L&I
Page 1 of 3
SEARGH;u
1
1
1
1
1
1
1
1
1
1
Safety & Health Claims & Insurance
Washington State Department of
Labor & Industries
A-Z Index Help
Ma L&I
Workplace Rights Trades & Licensing
POW CONTRACTING '
Owner or tradesperson
Principals
AINSWORTH, LARRY DALE, PRESIDENT
AINSWORTH, SHELLEY
ALISON, SECRETARY
JOHNSON, JANET LOUISE, VICE
PRESIDENT
(End 12/18/2017)
Doing business as
POW CONTRACTING
WA UBI No
601 837 639
Parent company
PIPE OF WASHINGTON INC
PO BOX 4772
PASCO, WA 99301-4772
509542-8507
FRANKLIN County
Business type
Corporation
Governing persons
LARRY
DALE JR
AINSWORTH
JANET L JOHNSON,
T RAY JOHNSON;
SHELLEY ALISON AINSWORTH,
License
Verify the contractor's active registration / license / certification (depending on trade) and any past violations.
Construction Contractor
License specialties
GENERAL
License no
POWCO**037R4
Effective — expiration
12/24/1997701/04/2020
Bond
Old Republic Surety Co
Bond account no
YLI2424351
Active.
.`Meets current requirements.
$12,000.00
Received by L&I Effective date
12/28/2016 12/24/2016
Expiration date
Until Canceled
Bond history
Insurance
Phoenix Insurance Company, The
Policy no
CO9J250597PHX17
$1,000,000.00
Received by L&I Effective date
Help us improve
kttp s //secure.lni wa.gov/verify/Detail aspx?UBI=601837639&LIC=POWCO**037R4&SAW= 11/30/2018
POW CONTRACTING Page 2 of 3
09/24/2018
10/01/2017
Expiration date
10/01/2019
Insurance history
Savings
No savings accounts during the previous 8 year period.
Lawsuits against the bond or savings
Cause no
18-2-02463-39
Complaint filed by
PASO ROBLES TANK INC
Complaint date
09/12/2018
Cause no
11-6-cv031-341 r
Complaint filed by
CONSOLIDATED SUPPLY CO
Complaint date
08/03/2016
Open
Complaint against bond(s) or savings
YLI2424351
Complaint amount
$0.00
Open
Complaint against bond(s) or savings
21084074
Complaint amount
$0.00
L&I Tax debts
No L&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts
may be recorded by other agencies.
License Violations
No license violations during the previous 6 year period.
Workers' comp
Do you know if the business has employees? If so, verify the business is up-to-date on workers' comp premiums
L&I Account ID
945,922-00
.Account is current.
Doing business as
POW CONTRACTING
Estimated workers reported
Quarter 3 of Year 2018 "31 to 50 Workers"
L&I account contact
TO / KRISTINE HATHAWAY (360)902-4811 - Email HATK235@Ini.wa.gov
Public Works Strikes and Debarments
Verify the contractor is eligible to perform work on public works projects
Contractor Strikes
No strikes have been issued against this contractor.
Contractors not allowed to bid
No debarments have been issued against this contractor
Workplace safety and health
Check for any past safety and health violations found on jobsites this business was responsible for
Inspection results date
11/17/2017
Inspection no
317946711
Location
City Hall, 111 S 1st St,
Dayton, WA 99328
Inspection results date
06/30/2016
Inspection no
Violations
No violations
Help us improve
https //secure lni wa.gov/verify/Detail aspx?UBI=601837639&LIC=POWCO**037R4&SAW= 11/30/2018
'OW CONTRACTING
317941035
Location
Allyn St and Columbia st.
Goldendale, WA 98620
Inspection results date
III
02/23/2016 Violations
Inspection no
317938813
Location
i 111 E. Westshore Dr. NE.
Moses Lake, WA 98837
1 Inspection results date
08/18/2014 No violations
Inspection no
III 317405157
Location
Cornor of East Broadway
Moses Lake, WA 98837
Inspection results date
I 05M2/2014 No violations
Inspection no
317298719
I Location
S. 1st Street and Arlington
Yakima, WA 98902
Inspection results date
10/23/2013 Violations
Inspection no I
316871862
Location
1840 Division St S.
Moses Lake, WA 98837
I
Inspection results date
06/13/2013 Violations
Inspection no
316788660
Location
Locust Ln
Moses Lake, WA 98837
©Washington State Dept of Labor 8 Industries Use of this site is subject to the laws of the state of Washington.
1
Page 3 of 3
ov kttP wa.gov/verify/Detail P s.//secure lni wa. /verif /Detail as x?UBI=601837639&LIC=POWCO**037R4&SAW= 11/30/2018
Help us improve
View Details - Entity Overview I System for Award Management Page 1 of 1
/NAM'
SYSTEM FOR AWARD b4LNAGE t ENT
A NEW WAY TO SIGN IN - If you already have > Log In
a SAM account, use your SAM email for login.gov
Login.gov FAQs
© ALERT - There may be a delay In data updates between the Small Business Admmtsti atiot (SBA) and SAN) If you nice any issues with your entity's SBA status or trouble on the
SBA Supplemental page. please contact the Federal Service Desk
mALERT - June 11. 201S Entities registering in SAM must submit a notarized letter appointing thew authorized Entity Administrator Read our updated FAQs to learn more about
changes to the notarized letter review process and other system improvements
Entity Dashboard
• Entity Overview
• Entity Registration
• Core Data
• Assertions
• Reps & Certs
• POCs
• Exclusions
• Active Exclusions
• Inactive Exclusions
• Excluded Family
Members
Pipe of Washington. Inc.
DUNS: 0t6393614 CAGE Code• 11.P62
Status. Active
Expiration Date o4i 2 3/2019
Purpose of Registration All :Wards
Entity Overview
Entity Registration Summary
Name: Pipe of Washington, Inc
Doing Business Ai: POW Contracting
Business Type: Business or Organization
Last Updated By: Shelley Ainsworth
Registration Status: Active
Activation Date: 04/23/2018
Expiration Date: 04/23/2019
i Exclusion Summary
RETL'RNTO SEARCH I Active Exclusion Records? No
IBM-P-20IS t icr;-1216
WWWS
i tor, E Columbia St Ste B4
Paseo WA. 9q$u1-43.q5
UNITED STATES
Search Records Disclaimers F'PIIS.go\
Data Access Accessibility GSA.gov/IAE
Cheek States Privac\- Policy GSA.gov
About 11SA.go
Help
•I'hixi>sli S Genecil Sono", Admrosto3tton Federal Govern meet eomputercvsn•m that is"FOR OFFICIAL USE ONLY Tins system is «object to moo tonng Indnndo to found
perforrnmg unauthonsed aoiinties are whje..i to digcrplinmv neh0n Including criminal prosocuoon
https //www sam gov/SAM/pages/public/entitySearch/entitySearchEntity0verview jsf 11/30/2018
Debarred Contractors List
Page 1 of 1
Home Espanol Contact
Safety & Health Claims & Insurance
Washington State Department of
Labor & Industries
Debarred Contractors List
Search L&I
A-Z Index Help
My ll:i
Workplace Rights Trades & Licensing
A debarred contractor may not bid on, or have a bid considered on, any public works contract. You can search and
filter this list using the options presented below
Company Name:
WA UBI Number:
License Number.
Principal
RCW:
From :1MM/D D/YYYY
All
1601 837 639
(
Penalty Due.
All v
Wage Due.
All v
14pply Filter4Reset1
To:IMM/DD/YYYY
Download all debarment data°
Show 25 v per page
Showing 0 records
FirstPreviou s NextLast
Company Name UBI License Principals Status RCW Debar Begins Debar Ends Penalty Due Wages Due
There are no records that match your search criteria.
Show 25 v per page
t-Showing 0 records
FirstPreviousNextLast
0 Washington State Dept of Labor & Industries Use of this site is subject to the laws of the state of Washington
Help us improve
https //secure.lni wa.gov/debarandstrike/ContractorDebarList.aspx 11/30/2018
Washington State Department of Transportation Diversity Management and Compliance Page 1 of 1
Search Parameters
Certifications
UBI #
Search Results
Show directory information and instructions
Edit Parameters 1
Clear Parameters
Airport Concessionaire Disadvantaged Business Enterprise
(ACDBE)
Combination Business Enterprise (CBE)
Disadvantage Business Enterprise - Alaska (Alaska DBE)
Disadvantaged Business Enterprise (DBE)
Minority Business Enterprise (MBE)
Minority/Women Business Enterprise (MWBE)
Small Business Enterprise (SBE)
Socially and Economically Disadvantaged Business Enterprise
(SEDBE)
Women Business Enterprise (WBE)
`601837639
Search Again
0 firms with 0 certifications found
Click the certification type for contact information and certification details
Your search parameters did not return any matches. Modify the information in the fields
above and click Search Again.
https //omwbe diversitycompliance com/FrontEnd/SearchCertifiedDirectory asp?XID=32 11/30/2018
BID DEPOSIT
CITY OF YAKIMA
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
CITY OF YAKIMA WATER PROJECT NO. AC-2463
CITY OF YAKIMA SEWER PROJECT NO. SC-2486
HLA PROJECT NOS. 18041 AND 18091
Herewith find deposit in the form of a certified check or cashier's check in the amount of
$ which amount is not Tess than five percent (5%) of
our total bid for this project.
Sign Here
OR
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS:
That we Pipe of Washington, Inc. dba POW Contracting , as Principal,
and Philadelphia Indemnity Insurance Company , as
Surety, are held and firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of
"`Five Percent of the Amount of Contractor's Bid*** (5%) Dollars, for the payment of
which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and
assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS, City of Yakima Water Project No. AC-
2463, City of Yakima Sewer Project No. SC-2486, HLA Project Nos, 18041 and 18091, 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
30th DAY OF November
, 2018.
S ty James E Majeskey,Ull, Attorney -in -Fact
November 30 , 2018
GAP ROJECTS\2018 18041 EISPEC118041 Spec 201 8.docx 3-7
171
PHILADELPHIA INDEMNITY INSURANCE COMPANY
One Bala Plaza, Suite 100
Bala Cynwyd, PA 19004-0950
Power of Attorney
KNOW ALL PERSONS BY THESE PRESENTS That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and
existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Amy Farris, Brenda J. Smith, Cynthia L. Heinev, Jon M. Riche.
Angie L. Colbert, Ed Heine, George Seaton, Kerry Heine, Lisa Kver, Tyler McIntyre, Dylan Arre, Jaclyn R. Kruse, James Clegg, James E. Maieskev 11,
Judith A. Rapp, Shanalee E. Steele, Thomas Davis, William H. Davis, Melissa Wolf and Mark Theriault of PavneWest Insurance, Inc. its true and lawful
Attorney -in -fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature
thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $25,000,000.00
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of
PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 141h of November, 2016.
RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the
Company. (I) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to
execute on behalf of the Company bonds and undertakings, contracts of indemnity and
other writings obligatory in the nature thereof and to attach the seal of the Company
thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the
authority given. And, be it
FURTHER
RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any
such Power of Attorney or certificate relating thereto by facsimile, and any such Power of
Attorney so executed and certified by facsimile signatures and facsimile seal shall be
valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY FIAS CAUSED TI-IIS INSTRUMENT TO BE SIGNED AND ITS
CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27TH DAY OF OCTOBER, 2017
(Seal)
Robert D O'Leary Jr., President R. CEO
Philadelphia Indemnity Insurance Company
On this 27th day of October, 2017, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said
that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY, that the seal affixed to said instrument is
the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed.
COMMONWEALTH FPENNS VANI
NOEAL
Morgan Knapp
N NoIary Public
ewer Monon lnP Mons turn ryCounty
MV CummnagnE r pret Sept25.2021
WPIE 1onnt.s. roxmap
(Notary Seal)
Notary Public:
residing at: Bala Cynwyd, PA
My commission expires: September 25, 2021
I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of
Directors and the Power of Attorney issued pursuant thereto on the 27 h day of October, 2017 are true and correct and are still in full force and effect. 1 do further certify
that Robert D O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President
of PHILADELPHIA INDEMNITY INSURANCE COMPANY
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this3Qthiay of November 201.$_
;a 19271' mI
'
Edward Sayago, Corporate Secretary
PHILADELPHIA INDEMNITY INSURANCE COMPANY
11/30/2018 https://fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=1100
Agent and Company Lookup Orders Independent Rev:env Decisions
PHILADELPHIA INDEMNITY INSURANCE COMPANY
Ch r1;•€ History I Livens r:•C• I Appointments I Complaints I Orders I National Info I Ratinc s I Tax Fillnas
General information Contact information
Name: PHILADELPHIA INDEMNITY INSURANCE COMPANY Registered
Corporate family group: :i oKi MARINE HOLDINGS INCaddress
GRP ' ' ONE BALA PLAZA SUITE
Organization type: PROPERTY 100
Doing Business As (DBA): Unavailable BALA CYNWYD, PA
19004
WAOIC: 1100
NAIC: 18058
Status: ACTIVE
Admitted date: 11/26/1985
Ownership type: STOCK
Company change history
View > hanOes:
Telephone
610-617-7900
Types of coverage authorized to sell
Insurance types
Casualty
Disability
Marine
Property
Surety
Vehicle
Agents and agencies that represent this company
(Appointments)
View agents View enctea:.:
1 ' beck _J.LDJ
Company complaint history
Mailing address
ONE BALA PLAZA SUITE
400
BALA CYNWYD, PA
19004
Telephone
610-538-2272
https://fortress.wa.gov/oic/consumertooI kit/Company/CompanyProfile.aspx?WAOIC=1100 1 /2
11 /30/2018
c9.1.30,043.q3t.1?
https://fortress.wa.gov/oic/consumertoolkit/Compan y/CompanyProfile.aspx?WAOI C=11 00
Orders issued since 2010 c.D
No orders are found
Premium tax filings by tax year
2017 2016 2015 2014 2013
National information on insurance companies
Want more information about this company? The NAIC's Consumer Information (CiS) pacle allows you to retrieve
national financial and complaint information on insurance companies, plus has information and tips to help you
understand current insurance issues.
Ratings by financial organizations
The following organizations rate insurance companies on their financial strength and stability. Some of these
companies charge for their services.
A NI Bet
Weissc!roup Rat,!pgs
Standard and Poor's Corp
Moodyls...:Epvestors, Servickl
EitchIBCA, Duff and Phelps Ptins
Disclaimer: Links to external or third -party websites are provided solely for visitorsconvenience. Links you take to other sites are done so at your own
risk and our office accepts no liability for any external linked sites or their content. Be aware that not all financial rating companies use the same rating
processes.
https.//fortress.wa.gov/oic/consumertoolkit/ComPany/ComPanyProfile.asPx?WAOIC=1100
2/2 I
11/30/2018 Surety Bonds - List of Certified Companies
iIV'�.+✓fif Ve+. r'.1LV 71V. r 1iiJ.yikra iQ.
SURETY LICENSES c,f/: AL, AK, AZ, AR, CO, CT, DE, DC, ID, IN, KS, KY, LA, ME, MD, MI, MS, MO, MT,
NE, NV, NH, NJ, NM, NY, NC, OH, PA, RI, SC, SD, TN, UT, VT, VA, WA.
Pennsylvania Manufacturers` Association Insurance Company
(NAIC #12262)
BUSINESS ADDRESS: P.O. Box 3031, Blue Bell, PA 19422 - 0754.
PHONE: (610) 397-5000.
UNDERWRITING LIMITATION b/: $28,373,000.
INCORPORATED IN: Pennsylvania.
SURETY LICENSES c,f/: AL, AK, AR, CO, CT, DE, DC, FL, GA, HI, ID, IL, IA, KS, KY, LA, ME, MD, MA, MI,
MS, MO, fv1T, NE, NV, NH, NJ, NM, NY, NC, OH, OK, PA, RI, SC, SD, TN, TX, UT, VT, WA, WV.
Pennsylvania National Mutual Casualty Insurance Company
(NAIC #14990)
BUSINESS ADDRESS: P. O. Box 2361, Harrisburg, PA 17105 - 2361.
PHONE: (717) 234-4941.
UNDERWRITING LIMITATION b/: $61,19 5,000.
INCORPORATED IN: Pennsylvania,
SURETY LICENSES c,f:/: AL, AK, AZ, AR, CO, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA,
MI, MN, MS, MO, MT, NE, NJ, NM, NY,AC, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV,
WI.
HlLADELPHIA INDEMNITY INSURANCE COMPANY
(NAIC #18058)
BUSINESS ADDRESS: One Baia Plaza East, Suite 100, Bala Cynwyd, PA 19004 - 1403.
PHONE: (610) 206-7836.
UNDERWRITING LIMITATION b/: $227,150,000.
INCORPORATED IN: Pennsylvania.
SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME,
MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, Ni NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN,
T . UT, VT, VA, WA, WV, WI, WY.
https://www.fiscal.treasu ry.gov/surety-bonds/list-certified-companies. html#p
61/90
NON -COLLUSION AFFIDAVIT
CITY OF YAKIMA
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
CITY OF YAKIMA WATER PROJECT NO AC-2463
CITY OF YAKIMA SEWER PROJECT NO. SC-2486
HLA PROJECT NOS. 18041 AND 18091
STATE OF WASHINGTON )
COUNTY OF U (n,l��t�� ) ss
NON -COLLUSION AFFIDAVIT
-.vllf,t.jlvt_CWOcr , being first
duly sworn, on ohth says that the bid above submitted is a genuine and not a sham or collusive bid, or
made in the interest or on behalf of any person not therein named; and the said bidder further says that the
said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to
put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not
in any manner sought by collusion to secure to themselves an advantage over any other bidder or bidders
Signed and sworn to (or affirmed) before me on NOV • 21
SheJc.rnsw ort*.
Nry Pubic � 6 LP � 2p2�
My Appointment Expires
, 2018, by
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.docx 3-8
CITY OF YAKIMA NONDISCRIMINATION PROVISION
During the performance of this Contract, the contractor agrees as follow.
The Contractor shall not discriminate in violation of any applicable federal, state and/or local law or
regulation on the basis of race, color, sex, religion, national origin, creed, age, marital status, disability,
honorably discharged veteran or military status, pregnancy, sexual orientation, political affiliation, or the
presence of any sensory, mental or physical handicap, and any other classification protected under federal,
state, or local law. This provision shall include but not be limited to the following• employment, upgrading,
demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of
compensation, selection for training, and the provision of services under this Agreement.
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
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 August 24, 1965, and shall post copies of the notice in conspicuous
places available to employees and applicants for employment.
The Contractor will comply with all provisions of Executive Order No. 11246 of August 24, 1965, and of the
rules, regulations, and relevant orders of the Secretary of Labor.
The Contractor will furnish all information and reports required by Executive Order No 11246 of August 24,
1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit
access to his books, records, and accounts by the contracting agency and the Secretary of Labor for
purposes of investigation to ascertain compliance with such rules, regulations, and orders
In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with
any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or
in part and the Contractor may be declared ineligible for further Government contracts in accordance with
procedures authorized in Executive Order No. 11246 of August 24, 1965, and such other sanctions may be
imposed and remedies involved as provided in Executive Order No. 11246 of August 24, 1965, or by rule,
regulation, or order of the Secretary of Labor, or as otherwise provided by law
The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase
order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section
204 of Executive Order No. 11246 of August 24, 1965, so that such provisions will be binding upon each
subcontractor or vendor The Contractor will take such action with respect to any subcontract or purchase
order as the contracting agency may direct as a means of enforcing such provisions including sanctions for
noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened
with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the
Contractor may request the United States to enter into such litigation to protect the interests of the United
States.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.docx 3-9
CITY OF YAKIMA 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.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.docx 3-10
RESOLUTION NO. D - 4 8 I &
A RESOLUTION adapting 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
AREAS, the City of Yakima is determined to maximize
women And Minority Business Enterprise opportunities for parti-
cipation in its competitive bidding proceas through the adoption
of the "Worsen And Minority Business Enterprise Policy" statement
attached hereto, now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OP YAKIMA •
The City Council hereby adopts the "Women And Minority
Business Enterprise Policy", a copy of which is attached hereto
and by reference made a part hereof. L�
ADOPTED BY THE CITY COUNCIL this .A3 Lf� day of ,
L98 3 .
ATTEST:
L- ° A
- City Clerk--
fl • fla 'Ailt=t,:tt
Mzyor
CITY OF YAKIMA AFFIRMATIVE ACTION PLAN
The bidders, contractors and subcontractors will not be eligible for award of a contract under this
Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of
minority and women workforce utilization and specific affirmative action steps as set forth by the City of
Yakima. This is directed at increasing minority and women workforce utilization by means of applying good
faith efforts to carrying out such steps.
However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its
failure to meet its goals within its timetables, but such contractor shall be given the opportunity to
demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima,
and has made every good faith effort to make these steps work toward the attainment of its goals, all to the
purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima,
Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in
accordance with its respective obligations under the terms of these Bid Conditions.
All bidders and all contractors and subcontractors performing or to perform work on projects subject to
these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the
terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and
women employment and training.
Specific Affirmative Action Steps
Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed
at increasing minority and women workforce utilization, which is at least as extensive and as specific as the
following steps:
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 Engineer 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.
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
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.docx 3-12
i The contractor shall validate all man specifications; selection requirements, tests, etc.
The contractor shall make every effort to promote after school, summer and vacation employment to
minority youth.
k. The contractor shall develop on-the-job training opportunities and participate and assist in any
association or employer group training programs relevant to the contractor's employee needs
consistent with its obligations under this bid
I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion
opportunities and encourage minority and women employees to seek such opportunities
m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a
discriminatory effect.
n. The contractor shall make certain that all facilities and company activities are non -segregated
o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being
carried out.
p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors,
engaged in the trades covered by these Bid Conditions, including circulation of minority and women
contractor associations
q.
Non -cooperation: In the event the union is unable to provide the contractor with a reasonable flow of
minority and women referrals within the time limit set forth in the collective bargaining agreements, the
contractor shall, through independent recruitment efforts, fill the employment vacancies without regard
to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable
minorities and women. (The U S. Department of Labor has held that it shall be no excuse that the union
with which the contractor has a collective bargaining agreement providing for exclusive referral failed
to refer minority or women employees) In the event the union referral practice prevents the contractor
from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended,
and the Standard Specifications, such contractor shall immediately notify the Engineer
G:\PROJECTS\2018\18041E\SPEC\18041 Spec2018.docx 3-13
CITY OF YAKIMA BIDDER'S CERTIFICATION
A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has
submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract:
0 (A/ GOh, ,CAItio certifies that:
(BIDDER)
1 It intends to use the following listed construction trades in the work under the contract:
( xr5; -r►tiL�.-dr%vcr-, r ta.je,r -I-0p v►�uv�� ��,,ov-r
and,
As to those trades for which it is required by these Bid Conditions to comply with these Bid
Conditions, it adopts the minimum minority and women workforce utilization goals and the specific
affirmative action steps for all construction work (both federal and non-federal) in the Yakima,
Washington area subject to these Bid Conditions, those trades being:
e r ,Ls C "CAR tirptAe,s.
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)
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.docx 3-14
Materiality and Responsiveness
This certification required to be made by the bidder pursuant to these Bid Conditions is material and will
govern the bidder's performance on the project and will be made a part of this bid Failure to submit the
certification will render the bid non -responsive.
Compliance and Enforcement
Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective
obligations under the conditions of the contract here (as applicable). Bidders, contractors and
subcontractors hereby agree to refrain from entering into any contract or contract modification subject to
Executive Order 11246, as amended on August 24, 1965, with a contractor debarred from, or who is
determined not to be a responsible bidder for government contracts and federally assisted construction
contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such
sanctions and penalties for violation of the equal opportunity clause including suspension, termination and
cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the
contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any
bidder, contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed
to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended
Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this
project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its
contract.
Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor
covered by these Bid Conditions, including the failure of such contractor or subcontractor to make a good
faith effort to meet its fair share of the trade's goals of minority and women workforce utilization, shall be
grounds for imposition of the sanctions and penalties provided at Section 209(a) of Executive Order 11246,
as amended.
Each agency shall review its contractors' and subcontractors' employment practices during the
performance of the contract. If the agency determines that the affirmative action plan no longer represents
effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely
responsible for any final determination of that question and the consequences thereof.
In regard to these conditions, if the contractor or subcontractor meets it goals, or if the contractor or
subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor
or the subcontractor shall be presumed to be in compliance with the Executive Order 11246, as amended,
the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or
proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the
contractor or subcontractor is not providing equal employment opportunities In judging whether a
contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's
minority and women workforce utilization and will not take into consideration the minority and women
workforce utilization of its subcontractors Where the agency finds that the contractor or subcontractor has
failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations
and its obligations under these Bid Conditions, the agency shall take such action and impose such
sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds
with such formal action, it has the burden of proving that the contractor has not met the requirements of
these Bid Conditions, but the contractor's failure to meet its goals shall shift to it the requirement to come
forward with evidence to show that it has 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 proceeding 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.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.docx 3-15
It shall be no excuse that the union with which the contractor has a collective bargaining agreement
providing for exclusive referral failed to refer minority and women employees.
The procedures set forth in these conditions shall not apply to any contract when the head of the contracting
or administering agency determines that such contract is essential to the national security and that its award
without following such procedures is necessary to the national security. Upon making such a determination,
the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within
thirty (30) days.
Requests for exemptions from these Bid Conditions must be made in writing, with justification, to:
Director
Office of Federal Contractor Compliance
U S. Department of Labor
Washington, D C. 20210
And shall be forwarded through and with the endorsement of the agency head Contractors and
subcontractors must keep such records and file such reports relating to the provisions of these Bid
Conditions as shall be required by the contracting or administering agency or the Office of Federal
Contractor Compliance.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.docx 3-16
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: PO W (fin�L v
Dated this 'a day of NGV- .-°tom , 20 18 .
Signature`: ll
Printed Name: 4�t�i,c( �lINSVAn -``�1.v
Address: FO B61C i f 7 Z rl iLD 14' aq 3DZ
Phone #: Email Address: SW (�owG
Homeland Security's Web Address is: http://www.dhs.gov/e-verify
Completed declarations can be mailed to: City of Yakima Purchasing, 129 No. 2"d Street, Yakima, WA
98901, faxed to 509-576-6394 or scanned and emailed to sownby@ci.yakima.wa.us
SURETY
CITY OF YAKIMA
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
CITY OF YAKIMA WATER PROJECT NO AC-2463
CITY OF YAKIMA SEWER PROJECT NO. SC-2486
HLA PROJECT NOS 18041 AND 18091
If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will
be
Occ`u4 &.51— tf00 /3ti,l,Cvt,uirsi "
Street City
whose address is
State
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.docx 3-18
SUBCONTRACTOR LIST
CITY OF YAKIMA
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
CITY OF YAKIMA WATER PROJECT NO AC-2463
CITY OF YAKIMA SEWER PROJECT NO. SC-2486
HLA PROJECT NOS. 18041 AND 18091
To be Submitted with the Bid Proposal
(1) Every invitation to bid on a prime contract that is expected to cost one million dollars or more for the
construction, alteration, or repair of any public building or public work of the state or a state agency or
municipality as defined under RCW 39.04.010 or an institution of higher education as defined under RCW
28B.10 016 shall require each prime contract bidder to submit as part of the bid, or within one hour after
the published bid submittal time, the names of the subcontractors with whom the bidder, if awarded the
contract, will subcontract for performance of the work of HVAC (heating, ventilation, and air condition);
plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to
name itself for the work. The prime contract bidder shall not list more than one subcontractor for each
category of work identified, unless subcontractors vary with bid alternates, in which case the prime contract
bidder must indicate which subcontractor will be used for which alternate. Failure of the prime contract
bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work
or the naming of two or more subcontractors to perform the same work shall render the prime contract
bidder's bid nonresponsive and, therefore, void
If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor
to perform those items of work.
Subcontractor Name 'Uh
Categories of Work
Subcontractor Name V �LLi / 1ot j
Categories of Work /
A/ /�
Subcontractor Name !11'(/
Categories of Work
/r1
Subcontractor Name
Categories of Work
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.docx 3-19
CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES
CITY OF YAKIMA
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
CITY OF YAKIMA WATER PROJECT NO. AC-2463
CITY OF YAKIMA SEWER PROJECT NO. SC-2486
HLA PROJECT NOS. 18041 AND 18091
Failure to return this certification with the Bid package or within 24 hours (not including Saturdays,
Sundays and Holidays) after the time for delivery of the Bid Proposal will make this Bid
nonresponsive and ineligible for Award.
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm
identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final
and binding citation and notice of assessment issued by the Washington State Department of Labor and
Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully
violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three
(3) years prior to the date of the Call for Bids.
Bidder Name'
q-5
Signs ut re of authorized person Date
OFFICIAL AUTHORIZED TO SIGN FOR BIDDER:
Name of Contractor/Bidder— Print full legal entity name of firm
f Poi
k.tAilk► ► I.swt tC-k.
Print Name and Title.
Pksw
Location or Place Exbcuted: (City, State)
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.docx 3-20
BIDDER'S RESPONSIBILITY STATEMENT
CITY OF YAKIMA
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
CITY OF YAKIMA WATER PROJECT NO. AC-2463
CITY OF YAKIMA SEWER PROJECT NO. SC-2486
HLA PROJECT NOS 18041 AND 18091
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility
criteria in RCW 39.04.350(1), 5301-S SL, as amended, or does not meet the following Supplemental
Criteria:
1. Delinquent State Taxes
A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of
Revenue without a payment plan approved by the Department of Revenue.
B. Documentation The Bidder shall not be listed on the Washington State Department of Revenue's
"Delinquent Taxpayer List" website. http.//dor wa.gov/content/fileandpaytaxes/latefiling/dtlwest.aspx,
or if they are so listed, they must submit a written payment plan approved by the Department of
Revenue, to the Contracting Agency by the deadline listed below.
2. Federal Debarment
A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government.
B. Documentation. The Bidder shall not be listed as having an "active exclusion" on the U.S
government's "System for Award Management" database (www sam gov)
3. Subcontractor Responsibility
A. Criterion The Bidder's standard subcontract form shall include the subcontractor responsibility
language required by RCW 39 06.020, and the Bidder shall have an established procedure which
it utilizes to validate the responsibility of each of its subcontractors The Bidder's subcontract
form shall also include a requirement that each of its subcontractors shall have and document a
similar procedure to determine whether the sub -tier subcontractors with whom it contracts are
also "responsible" subcontractors as defined by RCW 39 06 020
B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its
standard subcontract form for review by the Contracting Agency, and a written description of its
procedure for validating the responsibility of subcontractors with which it contracts.
4 Prevailing Wages
A. Criterion. The Bidder shall not have a record of prevailing wage violations as determined by the
Washington State Department of Labor & Industries in the five years prior to the bid submittal
date that demonstrates a pattern of failing to pay workers prevailing wages, unless there are
extenuating circumstances and such circumstances are deemed acceptable to the Contracting
Agency
Additionally, the Bidder hereby certifies that, within the three-year period immediately preceding
the bid advertisement date (first of multiple bid advertisement dates), the bidder has not "willfully"
violated, as defined in RCW 49 48 082, any provision of chapters 49.46, 49.48, or 49.52 RCW,
as determined by a final and binding citation and notice of assessment issued by the Department
of Labor and Industries or through a civil judgment entered by a court of limited or general
jurisdiction
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.docx 3-21
B. Documentation The Bidder, if and when required as detailed below, shall submit a list of all
prevailing wage violations in the five years prior to the bid submittal date, along with an
explanation of each violation and how it was resolved. The Contracting Agency will evaluate
these explanations and the resolution of each complaint to determine whether the violation
demonstrate a pattern of failing to pay its workers prevailing wages as required.
5. Claims Against Retainage and Bonds
A. Criterion. The Bidder shall not have a record of excessive claims filed against the retainage or
payment bonds for public works projects in the three years prior to the bid submittal date, that
demonstrate a lack of effective management by the Bidder of making timely and appropriate
payments to its subcontractors, suppliers, and workers, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the
public works projects completed in the three years prior to the bid submittal date that have had
claims against retainage and bonds and include for each project the following information.
• Name of project;
• The owner and contact information for the owner;
• A list of claims filed against the retainage and/or payment bond for any of the projects
listed; and
• A written explanation of the circumstances surrounding each claim and the ultimate
resolution of the claim
6. Public Bidding Crime
A. Criterion The Bidder and/or its owners shall not have been convicted of a crime involving bidding
on a public works contract in the five years prior to the bid submittal date.
B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a
form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been
convicted of a crime involving bidding on a public works contract.
7 Termination for Cause / Termination for Default
A. Criterion. The Bidder shall not have had any public works contract terminated for cause or
terminated for default by a government agency in the five years prior to the bid submittal date,
unless there are extenuating circumstances and such circumstances are deemed acceptable to
the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a
form to be provided by the Contracting Agency) that the Bidder has not had any public works
contract terminated for cause or terminated for default by a government agency in the five years
prior to the bid submittal date, or if Bidder was terminated, describe the circumstances.
8. Lawsuits
A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the
five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of
contracts, unless there are extenuating circumstances and such circumstances are deemed
acceptable to the Contracting Agency
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.docx 3-22
B. Documentation. The Bidder, if and when required as detailed below, shall sign a statement (on a
form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with
judgments entered against the Bidder in the five years prior to the bid submittal date that
demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits
with judgments entered against the Bidder in the five years prior to the bid submittal date, along
with a written explanation of the circumstances surrounding each such lawsuit. The Contracting
Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a
pattern of failing to meet of terms of construction related contracts
The Bidder shall sign this Bidder's Responsibility Statement as evidence that the Bidder meets the
mandatory and supplemental responsibility criteria stated above and shall submit with bid. The Contracting
Agency reserves the right to request further documentation as needed to assess Bidder responsibility. The
Contracting Agency also reserves the right to obtain information from third -parties and independent sources
of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use
that information in their evaluation The Contracting Agency may (but is not required to) consider mitigating
factors in determining whether the Bidder complies with the requirements of the supplemental criteria.
The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include
any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including
but not limited to. (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly
by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private
enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be
relevant to the matter.
If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above 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.
Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about
the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit
requests to the Contracting Agency to modify the criteria Such requests shall be in writing, describe the
nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such
requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline
and address the request to the Project Engineer or such other person designated by the Contracting Agency
in the Bid Documents.
Contractor's Signature
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.docx 3-23
SECTION 4 - CONTRACT AND RELATED MATERIALS
G:\PROJECTS\2018\18041 E\SPEC \18041 Spec 2018.docx 4-1
CONTRACT
THIS AGREEMENT, made and entered in triplicate, this day of , 20 , by and between
the City of Yakima , hereinafter called the Owner, and PO Vj , 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 wor4 And furnish all tools, materials, labor and equipment for THE
BID AMOUNT OF: $ 1, / 0 to, 02-f for Hathaway Street Water and Sewer Improvements,
City of Yakima Water Project No. AC-2463, City of Yakima Sewer Project No. SC-2486, all in
accordance with, and as described in the attached plans and specifications and the 2018 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 seventy (70)
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 eleventh (11th) working day after the date on which the City issues the
Notice to Proceed.
If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum
specified in the Standard Specifications for each 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 all claims, causes of action, damages,
losses, and expenses of any kind or nature whatsoever, including but not limited to, attorneys 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
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.docx 4-2
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 o
City C
By.
CONTRACTOR
PO VJ Cjlt,-rl-APtd741i, ,a jfr Corporation
ntractor
tliAs.,rev k
(Print Name)
e,.,1 ' ; Its. etr9 5eL71 1 r .i
'+ ,, .,.' ; (P esident, Owner, etc.)
t .\ 1 ddress. Po$ c i f -il Z
: '• _ '' ,-- Pasco w ik R 10 a2-
CITY CONTRAC r NO. ,d/, 619 — 1©Ow
RESOLUTION NO- be— / /. —00 j
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.docx 4-3
CERTIFICATIONS
CITY OF YAKIMA
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
CITY OF YAKIMA WATER PROJECT NO. AC-2463
CITY OF YAKIMA SEWER PROJECT NO SC-2486
HLA PROJECT NOS. 18041 AND 18091
Provide the following
AAv' eve )B'k -eS
Name of Traffic Control Manager (TCM)
(Must be an employee of the Contractor)
d.etiv— d9'ht(t.JV'
Name of Certified Traffic Control Supervisor (TCS)
(Provide copy of certificate)
Name of Mandatory Alternate Certified Traffic Control Supervisor (TCS)
(Provide copy of certificate)
Name of Certified Testing Laboratory for material testing
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.docx 4-4
CONTRACT BOND
CITY OF YAKIMA
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
CITY OF YAKIMA WATER PROJECT NO. AC-2463
CITY OF YAKIMA SEWER PROJECT NO SC-2486
HLA PROJECT NQS. 18041 AND 18091
Bond No. PB02218100011
BOND TO CITY OF YAKIMA
KNOW ALL PERSONS BY THESE PRESENTS:
That we, the undersigned, Pipe of Washington, Inc. dba POW Contracting
as principal, and Philadelphia Indemnity Insurance Company
a corporation organized and existing under the laws of the State of Pennsylvania , as a Surety
corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of contractors
with municipal corporations, as Surety, are jointly and severally held and firmly bound to the City of Yakima in
the penal sum of $ 1,106,021 39 for the payment of which sum on demand we bind
ourselves and our successors, heirs, administrators, or personal representatives, as the case may be.
This obligation is entered into in pursuance of the statutes of the State of Washington and the Ordinances of the
City of Yakima.
Dated at Y 1'1' /4 iktll Washington, this day 2018'9
Nevertheless, the conditions of the above obligation are such th
WHEREAS, under and pursuant to action of the City of Yakima, o / , 201% the City
Manager of said City of Yakima, has let Qr is about to let to the said
-the above boinden Principal, a certain
Pipe of Washington, Inc. dba POW Contracting
Contract, the said Contract being numbered HLA Project Nos 18041 and 18091, and providing for the
construction of HATHAWAY STREET WATER AND SEWER IMPROVEMENTS which Contract is referred to
herein and is made a part hereof as though attached hereto, and
WHEREAS, the said Principal has accepted, or is about to accept, the said Contract, and undertake to perform
the work therein provided for in the manner and within the time set forth;
NQW, THEREFORE, if the said Pipe of Washington, Inc. dba POW Contracting shall
faithfully perform all the provisions of said Contract in the manner and within the time therein set forth, or within
such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, sub-
contractors and material men and all industrial insurance premiums, and all persons who shall supply said princi-
pal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold
the City of Yakima harmless from any damage or expense by reason of failure of performance as specified in
said Contract or from defects appearing or developing in the material or workmanship provided or performed
under said Contract within a period of one year after its acceptance thereof by the City of Yakima, then and in
that event this obligation shall be void; but otherwise it shall be and remain in full force and effect.
G:\PROJECTS\2018\18041 E\SPEC118041 Spec 2018.docx 4-5
CITY OF YAKIMA
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
CITY OF YAKIMA WATER PROJECT NO. AC-2463
CITY OF YAKIMA SEWER PROJECT NO. SC-2486
HLA PROJECT NOS. 18041 AND 18091
SURETY. Philadelphia Indemnity Insurance Company
By:cipnM 67, , uV l
Name* James E. Majeskey, II, Attorney -in -Fact
(Please Print or Type)
Agent: PayneWest Insurance, Inc. 1�,(/c l c 3 a4368',Y�Z�
(SEAL)
ATTEST:
Address. 501 N Riverpoint Blvd., Suite 403
Spokane, WA 99202
CONTRA
By
Name: kf' f
Jies E. MajeSycey, II, Agent 509-789-7430
se Print or Type)
Approved as to Form.
cityA,`
Name: Judith C Kaiser -Smith
(Please Print or Type)
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.docx 4-6
179
PHILADELPIIA INDEMNITY INSURANCE COMPANY
One Bala Plaza, Suite 100
Bala Cynwyd, PA 19004-0950
Power of Attorney
KNOW ALL PERSONS BY THESE PRESENTS That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and
existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Amy Farris, Brenda J. Smith, Cynthia L. Heiney, Jon M. Riche,
Angie L. Colbert, Ed Heine, George Seaton, Kerry Heine, Lisa Kver, Tyler McIntyre, Dylan Arre, Jaclyn R. Kruse, James Clegg, James E. Maieskev 11,
1 Judith A. Rapp, Shanalee E. Steele, Thomas Davis, William H. Davis, Melissa Wolf and Mark Theriault of PayneWest Insurance, Inc. its true and lawful
Attorney -in -fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature
thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $25,000,000.00
' This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of
PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14`s of November, 2016.
' ��9AP/iC 3c
' _`•- 1921 `; M
6 `YS'i'rL'. t'�'�,: mob: `•--/
•,rya"' •`..'�l �o ,,
(Seal) ""
RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the
Company (1) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to
execute on behalf of the Company bonds and undertakings, contracts of indemnity and
other writings obligatory in the nature thereof and to attach the seal of the Company
thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the
authority given. And, be it
FURTHER
RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any
such Power of Attomey or certificate relating thereto by facsimile, and any such Power of
Attorney so executed and certified by facsimile signatures and facsimile seal shall be
valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS
CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27TH DAY OF OCTOBER, 2017
Robert D O'Leary Jr., President & CEO
Philadelphia Indemnity Insurance Company
On this 27's day of October, 2017, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said
that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY, that the seal affixed to said instrument is
the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed.
COMMONWEALI-I OFpENN9KVW1
1 NOTARIALSEAL
Mer5an Knapp Notary Pubic
L poop Men. I.D..Monlgo., ,y County
My Cum,mtsion E, pros 3 21 25, 2021
`KW t'.EF6 yrt M;A.YKO
(Notary Seal)
Notary Public:
residing at:
My commission expires:
Bala Cynwyd, PA
September 25, 2021
I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of
Directors and the Power of Attorney issued pursuant thereto on the 27'h day of October, 2017 are true and correct and are still in full force and effect. I do further certify
that Robert D O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attomey the duly elected President
ofPFIILADELPFIIA INDEMNITY INSURANCE COMPANY
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this / q day of -=,/< — 20 18
1927`
Edward Sayago, Corporate Secretary
PHILADELPHIA INDEMNITY INSURANCE COMPANY
12/18/2018 https://fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=1100
Agent and Company Lookup Orders independent Rev:ew Decisions
PHILADELPHIA INDEMNITY INSURANCE COMPANY
Claara e Hi4t9ry ILlc'e;3sir:c I Appaint'TlentS I Complaints I Orders I National Info I 2ati
General information Contact information
Name: PHILADELPHIA INDEMNITY INSURANCE COMPANY Registered
Corporate family group: TOKIO MARINE OLDI GS INC address
GRP
Organization type: PROPERTY
Doing Business As (DBA): Unavailable
WAOIC: 1100
NAIC: 18058
Status: ACTIVE
Admitted date: 11/26/1985
Ownership type: STOCK
Company change history
View Ilancles
�sck .o ro )
Types of coverage authorized to sell
'Insurance types
Casualty
Disability
Marine
Property
Surety
Vehicle
ONE BALA PLAZA SUITE
100
BALA CYNWYD, PA
19004
Telephone
610-617-7900
Agents and agencies that represent this company
(Appointments) .
Y.i w—a0ayts; .:
.' xck.o.oa
Company complaint history
Tax FillnQs
Mailing address
ONE BALA PLAZA SUITE
400
BALA CYNWYD, PA
19004
Telephone
610-538-2272
https.//fortress.wa. gov/oic/consumertoolkit/Company/Com pa nyProfile.aspx?WAOIC=1100 1 /2
12/18/2018
6�i sm rrorrrf sii lrpt&
https://fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfil e.aspx?WADI C=1100
Orders issued since 2010
No orders are found
• c,ack : ,00
Premium tax filings by tax year
2012 2016 2015 2014 2013
National information on insurance companies
Want more information about this company? The NAIC's Consumer Information (CIS) pacle allows you to retrieve
national financial and complaint information on insurance companies, plus has information and tips to help you
understand current insurance issues.
ci:k:,:oo
................
Ratings by financial organizations
The following organizations rate insurance companies on their financial strength and stability. Some of these
companies charge for their services.
A,M,
Ybf E{sC�EOL p ^at!r:gs
Standard C r:f; Poor .s Corp
'`1oody s .1.nvestors Service
Fitch IBCA Duff
and
;.>hebs: Ratings
Disclaimer: Links to external or third -party websites are provided solely for visitors' convenience. Links you take to other sites are done so at your own
risk and our office accepts no liability for any external linked sites or their content. Be aware that not all financial rating companies use the same rating
processes.
https://fortress.wa. gov/oic/consumertoolkit/Company/CompanyProfile. aspx?WAOIC=1100
2/2 I
I L/ I S/LU urery bonas - ust or L..ertmea companies
NE, NV, NH, NJ, NM, NY, NC, OH, PA, RI, SC, SD, TN, UT, VT, VA, WA.
' INCORPORATED IN: Pennsylvania.
Pennsylvania Manufacturers` Association Insurance Company
(NAIC #12262)
BUSINESS ADDRESS: P.O. Biox 3031, Blue Bell, PA 19422 - 0754.
PHONE: (61)) 397-5000.
' UNDERWRITING LIMITATION bf: $34,384,000.
1
INCORPORATED IN: Pennsylvania.
SURETY LICENSES c,l/: AL, AK, AR, CO, CT, DE, DC, FL, GA, HI, ID, IL, IA, KS, KY, LA, ME, MD, MA, MI,
MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, OH, OK, PA, RI, SC, SD, TN, TX, UT, VT, WA, WV.
Pennsylvania National Mutual Casualty Insurance Company
(NAIC #1 1990)
BUSINESS ADDRESS: P. 0, Box 2361, Harrisburg, PA 17105 - 2361.
PHONE: (717) 234-4941.
UNDERWRITING LIMITATION bf: $64,019,000.
SURETY LICENSES c,ff: AL, AS, AZ, AR, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA,
MI, MN, MS, MO, MT, NE, N. NM, NY, NC, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV,
W I .
PORATE (. Pennsylvani��.
IPHILADELPHIA INDEMNITY INSURANCE COMPANY
(NAIC #18058)
BUSINESS ADDRESS: One Bala Plaza East, Suite 100, Bala Cynwyd, PA 19004 - 1403.
PHONE: (610) 206-7836.
UNDER VRIT-ING LIMITATION bf: $231,637,000.
UNDERWRITING LICENSES c,fl: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY,
LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC,
SD, TN, TX, UT, VT, VA, WA, WV, WI, WY.
INCORPORATED IN: Pennsylvania.
PIA ER INSURANCE COMPANY
https.//www.fiscal.treasury.gov/surety-bonds/list-certified-companies.html#p 58/84
BSOUDER
PIPEOFW-02
CERTIFICATE OF LIABILITY INSURANCE
DATE 12/19/2018Y)
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 have ADDITIONAL INSURED provisions or 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
pokane Office
ay newest Insurance, Inc.
1 N. Riverpoint Blvd., Ste 403
pokane, WA 99202
CONTACT Jim Majeskey
NAME:
PHONEA CC, N , Ext):509-789-7430 FAX No):
E-MAILRSS: jmajeskey@paynewest.com
INSURER() AFFORDING COVERAGE
NAIC #
INSURER A. The Phoenix Insurance Company
25623
SURED
Pipe of Washington, Inc. dba
POW Contracting
P. O. Box 4772
Pasco, WA 99302-4772
INSURER e : Travelers Property Casualty Company of America
25674
INSURER c The Travelers Indemnity Company of America
25666
INSURER D .
INSURER E .
INSURER F
•
REVISION NUMBER:
iTHIS 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 POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
TR
TYPE OF INSURANCE
ADDL
INSD
SUBR
wvD
POLICY NUMBER
POLICY EFF
(MM/DD/YYYY)
POLICY EXP
onM/DDWYYY1
LIMITS
X
COMMERCIAL GENERAL LIABILITY
X
X
CO9J250597PHX18
10/01/2018
10/01/2019
EACH OCCURRENCE
$ 1,000,000
DAMAGE TO RENTED
PREMISES (Ea occurcenj
1,000,000
$
CLAIMS -MADE
X
OCCUR
MED EXP (Any one person)
$ 15,000
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L
AGGREGATE
X
LIMIT APPLIES
JERCOT-
PER
PRODUCTS - COMP/OP AGG
$II3 2,000,000
WA STOP GAP LIA
$ 1,000,000
AUTOMOBILE
X
LIABILITY
ANY AUTO
OWNED
_
SCHEDULED
AUTOSSp
AUUTOS ONLYY
X
X
8109J250597TIL18
10/01/2018
10/01/2019
COMBINED SINGLE LIMIT
accident)
1,000,000
$
_(Ea
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
(Per PERTY
$
$
B
X
UMBRELLA LIAB
EXCESS LIAB
X
O
OCCUR
CLAIMS -MADE
CUP9J3876821826
10/01/2018
10/01/2019
EACH OCCURRENCE
$ 5,000,000
AGGREGATE
$ 5,000,000
$
DED
X
RETENTION $ 10,000
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
Y / N
N / A
OTH-
PER STATUTE 1 1 ER
1
E.L. EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYEE
$
E L. DISEASE - POLICY LIMIT
$
C
Installation Floater
Installation Floater
6609J404505TIA18
6609J404505TIA18
10/01/2018
10/01/2018
10/01/2019
10/01/2019
Location Limit
In Transit/Temp Loc
500,000
50,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required)
Project: City of Yakima Hathaway Street Water and Sewer Improvements
�ty of Yakima Water Project No.: AC-2463 and City of Yakima Sewer Project No: SC-2486
A Project No: 18041C and 18091C
City of Yakima, its employees, agents, elected and appointed officials, HLA Engineering and Land Surveying, Inc. (HLA), are additional insureds as per the
attached forms. Coverage is primary and non-contributory. Waiver of subrogation and per project aggregate applies.
CERTIFICATE HOLDER
CANCELLATION
City of Yakima
129 N. 2nd St.
Yakima, WA 98901
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
CORD 25 (2016/03)
© 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CONTRACTORS XTEND ENDORSEMENT
This endorsement modifies insurance provided under the following
COMMERCIAL GENERAL LIABILITY COVERAGE PART
GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage However, coverage for any
injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or
limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to
the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover-
age description only Limitations and exclusions may apply to these coverages Read all the provisions of this en-
dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered
A. Aircraft Chartered With Pilot
B. Damage To Premises Rented To You
C. Increased Supplementary Payments
D. Incidental Medical Malpractice
E. Who Is An Insured — Newly Acquired Or Formed
Organizations
F. Who Is An Insured — Broadened Named Insured
— Unnamed Subsidiaries
G. Blanket Additional Insured — Owners, Managers
Or Lessors Of Premises
PROVISIONS
A. AIRCRAFT CHARTERED WITH PILOT
The following is added to Exclusion g., Aircraft,
Auto Or Watercraft, in Paragraph 2. of SECTION
I — COVERAGES — COVERAGE A BODILY IN-
JURY AND PROPERTY DAMAGE LIABILITY
This exclusion does not apply to an aircraft that
is
(a) Chartered with a pilot to any insured,
(b) Not owned by any insured, and
(c) Not being used to carry any person or prop-
erty for a charge
B. DAMAGE TO PREMISES RENTED TO YOU
1. The first paragraph of the exceptions in Ex-
clusion j., Damage To Property, in Para-
graph 2. of SECTION I — COVERAGES —
COVERAGE A BODILY INJURY AND
PROPERTY DAMAGE LIABILITY is deleted
2. The following replaces the last paragraph of
Paragraph 2., Exclusions, of SECTION I —
COVERAGES — COVERAGE A. BODILY
H. Blanket Additional Insured — Lessors Of Leased
Equipment
I. Blanket Additional Insured — States Or Political
Subdivisions — Permits
J. Knowledge And Notice Of Occurrence Or Offense
K. Unintentional Omission
L. Blanket Waiver Of Subrogation
M. Amended Bodily Injury Definition
N. Contractual Liability — Railroads
INJURY AND PROPERTY DAMAGE LI-
ABILITY
Exclusions c. and g. through n. do not apply
to "premises damage" Exclusion f.(1)(a)
does not apply to "premises damage" caused
by
a. Fire,
b.
c.
d.
Explosion,
Lightning,
Smoke resulting from such fire, explosion,
or lightning, or
e. Water;
unless Exclusion f. of Section I — Coverage A
— Bodily Injury And Property Damage Liability
is replaced by another endorsement to this
Coverage Part that has Exclusion — All Pollu-
tion Injury Or Damage or Total Pollution Ex-
clusion in its title
A separate limit of insurance applies to
"premises damage" as described in Para-
graph 6. of SECTION III — LIMITS OF IN-
SURANCE.
CG D3 16 11 11
© 2011 The Travelers Indemnity Company All rights reserved Page 1 of 6
COMMERCIAL GENERAL LIABILITY
3. The following replaces Paragraph 6. of SEC-
TION III — LIMITS OF INSURANCE.
Subject to 5. above, the Damage To Prem-
ises Rented To You Limit is the most we will
pay under Coverage A for damages because
of "premises damage" to any one premises.
The Damage To Premises Rented To You
Limit will apply to all "property damage"
proximately caused by the same "occur-
rence", whether such damage results from
fire; explosion, lightning, smoke resulting from
such fire, explosion, or lightning; or water; or
any combination of any of these causes.
The Damage To Premises Rented To You
Limit will be
a. The amount shown for the Damage To
Premises Rented To You Limit on the
Declarations of this Coverage Part; or
b. $300,000 if no amount is shown for the
Damage To Premises Rented To You
Limit on the Declarations of this Coverage
Part.
4. The following replaces Paragraph a. of the
definition of "insured contract" in the DEFINI-
TIONS Section
a. A contract for a lease of premises. How-
ever, that portion of the contract for a
lease of premises that indemnifies any
person or organization for "premises
damage" is not an "insured contract",
5. The following is added to the DEFINITIONS
Section
"Premises damage" means "property dam-
age" to
a. Any premises while rented to you or tem-
porarily occupied by you with permission
of the owner; or
b. The contents of any premises while such
premises is rented to you, if you rent such
premises for a period of seven or fewer
consecutive days.
6. The following replaces Paragraph 4.b.(1)(b)
of SECTION IV — COMMERCIAL GENERAL
LIABILITY CONDITIONS
(b) That is insurance for "premises damage";
or
7. Paragraph 4.b.(1)(c) of SECTION IV —
COMMERCIAL GENERAL LIABILITY CON-
DITIONS is deleted
C. INCREASED SUPPLEMENTARY PAYMENTS
1. The following replaces Paragraph 1.b. of
SUPPLEMENTARY PAYMENTS — COVER-
AGES A AND B of SECTION I — COVER-
AGE:
b. Up to $2,500 for the cost of bail bonds
required because of accidents or traffic
law violations arising out of the use of any
vehicle to which the Bodily Injury Liability
Coverage applies We do not have to fur-
nish these bonds
2. The following replaces Paragraph 1.d. of
SUPPLEMENTARY PAYMENTS — COVER-
AGES A AND B of SECTION I — COVER-
AGES
d. All reasonable expenses incurred by the
insured at our request to assist us in the
investigation or defense of the claim or
"suit", including actual loss of earnings up
to $500 a day because -of time off from
work.
D. INCIDENTAL MEDICAL MALPRACTICE
1. The following is added to the definition of "oc-
currence" in the DEFINITIONS Section
"Occurrence" also means an act or omission
committed in providing or failing to provide
"incidental medical services", first aid or
"Good Samaritan services" to a person
2. The following is added to Paragraph 2.a.(1) of
SECTION II — WHO IS AN INSURED
Paragraph (1)(d) above does not apply to
"bodily injury" arising out of providing or fail-
ing to provide
(i)
"Incidental medical services" by any of
your "employees" who is a nurse practi-
tioner, registered nurse, licensed practical
nurse, nurse assistant, emergency medi-
cal technician or paramedic; or
(ii) First aid or "Good Samaritan services" by
any of your "employees" or "volunteer
workers", other than an employed or vol-
unteer doctor Any such "employees" or
"volunteer workers" providing or failing to
provide first aid or "Good Samaritan ser-
vices" during their work hours for you will
be deemed to be acting within the scope
of their employment by you or performing
duties related to the conduct of your busi-
ness.
Page 2 of 6
© 2011 The Travelers Indemnity Company All rights reserved. CG D3 16 11 11
3. The following is added to Paragraph 5. of
SECTION III — LIMITS OF INSURANCE.
For the purposes of determining the applica-
ble Each Occurrence Limit, all related acts or
omissions committed in providing or failing to
provide "incidental medical services", first aid
or "Good Samaritan services" to any one per-
son will be deemed to be one "occurrence"
4. The following exclusion is added to Para-
graph 2., Exclusions, of SECTION I — COV-
ERAGES — COVERAGE A BODILY INJURY
AND PROPERTY DAMAGE LIABILITY
Sale Of Pharmaceuticals
"Bodily injury" or "property damage" arising
out of the willful violation of a penal statute or
ordinance relating to the sale of pharmaceuti-
cals committed by, or with the knowledge or
consent of, the insured
5. The following is added to the DEFINITIONS
Section
"Incidental medical services" means
a. Medical, surgical, dental, laboratory, x-ray
or nursing service or treatment, advice or
instruction, or the related furnishing of
food or beverages, or
b. The furnishing or dispensing of drugs or
medical, dental, or surgical supplies or
appliances
"Good Samaritan services" means any emer-
gency medical services for which no compen-
sation is demanded or received
6. The following is added to Paragraph 4.b., Ex-
cess Insurance, of SECTION IV — COM-
MERCIAL GENERAL LIABILITY CONDI-
TIONS
The insurance is excess over any valid and
collectible other insurance available to the in-
sured, whether primary, excess, contingent or
on any other basis, that is available to any of
your "employees" or "volunteer workers" for
"bodily injury" that arises out of providing or
failing to provide "incidental medical ser-
vices", first aid or "Good Samaritan services"
to any person to the extent not subject to
Paragraph 2.a.(1) of Section II — Who Is An
Insured
E. WHO IS AN INSURED — NEWLY ACQUIRED
OR FORMED ORGANIZATIONS
The following replaces Paragraph 4. of SECTION
II — WHO IS AN INSURED
COMMERCIAL GENERAL LIABILITY
4. Any organization you newly acquire or form,
other than a partnership, joint venture or lim-
ited liability company, of which you are the
sole owner or in which you maintain the ma-
jority ownership interest, will qualify as a
Named Insured if there is no other insurance
which provides similar coverage to that or-
ganization However*
a. Coverage under this provision is afforded
only'
(1) Until the 180th day after you acquire or
form the organization or the end of the
policy period, whichever is earlier, if you
do not report such organization in writing
to us within 180 days after you acquire or
form it; or
(2) Until the end of the policy period, when
that date is later than 180 days after you
acquire or form such organization, if you
report such organization in writing to us
within 180 days after you acquire or form
it, and we agree in writing that it will con-
tinue to be a Named Insured until the end
of the policy period;
b. Coverage A does not apply to "bodily injury"
or "property damage" that occurred before
you acquired or formed the organization, and
c. Coverage B does not apply to "personal in-
jury" or "advertising injury" arising out of an
offense committed before you acquired or
formed the organization
F. WHO IS AN INSURED — BROADENED NAMED
INSURED — UNNAMED SUBSIDIARIES
The following is added to SECTION II — WHO IS
AN INSURED'
Any of your subsidiaries, other than a partnership,
joint venture or limited liability company, that is
not shown as a Named Insured in the Declara-
tions is a Named Insured if you maintain an own-
ership interest of more than 50% in such subsidi-
ary on the first day of the policy period
No such subsidiary is an insured for "bodily injury"
or "property damage" that occurred, or "personal
injury" or "advertising injury" caused by an of-
fense committed after the date, if any, during the
policy period, that you no longer maintain an
ownership interest of more than 50% in such sub-
sidiary
CG D3 16 11 11
© 2011 The Travelers Indemnity Company All rights reserved. Page 3 of 6
COMMERCIAL GENERAL LIABILITY
G. BLANKET ADDITIONAL INSURED — OWNERS,
MANAGERS OR LESSORS OF PREMISES
The following is added to SECTION II — WHO IS
AN INSURED
Any person or organization that is a premises
owner, manager or lessor and that you have
agreed in a written contract or agreement to in-
clude as an additional insured on this Coverage
Part is an insured, but only with respect to liability
for "bodily injury", "property damage", "personal
injury" or "advertising injury" that:
a. Is "bodily injury" or "property damage" that
occurs, or is "personal injury" or "advertising
injury" caused by an offense that is commit-
ted, subsequent to the execution of that con-
tract or agreement; and
b. Arises out of the ownership, maintenance or
use of that part of any premises leased to
you
The insurance provided to such premises owner,
manager or lessor is subject to the following pro-
visions
a. The limits of insurance provided to such
premises owner, manager or lessor will be
the minimum limits which you agreed to pro-
vide in the written contract or agreement, or
the limits shown on the Declarations, which-
ever are less
b. The insurance provided to such premises
owner, manager or lessor does not apply to
(1) Any "bodily injury" or "property damage"
that occurs, or "personal injury" or "adver-
tising injury" caused by an offense that is
committed, 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 premises owner, lessor or
mana 3 r
The insurance provided to such premises
owner, manager or lessor is excess over any
valid and collectible other insurance available
to such premises owner, manager or lessor,
whether primary, excess, contingent or on
any other basis, unless you have agreed in
the written contract or agreement that this in-
surance must be primary to, or non-
contributory with, such other insurance, in
which case this insurance will be primary to,
and non-contributory with, such other insur-
ance
H. BLANKET ADDITIONAL INSURED — LESSORS
OF LEASED EQUIPMENT
The following is added to SECTION II — WHO IS
AN INSURED:
Any person or organization that is an equipment
lessor and that you have agreed in a written con-
tract or agreement to include as an insured on
this Coverage Part is an insured, but only with re-
spect to liability for "bodily injury", "property dam-
age", "personal injury" or "advertising injury" that:
a. Is "bodily injury" or "property damage" that
occurs, or is "personal injury" or "advertising
injury" caused by an offense that is commit-
ted, subsequent to the execution of that con-
tract or agreement; and
b. Is caused, in whole or in part, by your acts or
omissions in the maintenance, operation or
use of equipment leased to you by such
equipment lessor
The insurance provided to such equipment lessor
is subject to the following provisions
a. The limits of insurance provided to such
equipment lessor will be the minimum limits
which you agreed to provide in the written
contract or agreement, or the limits shown on
the Declarations, whichever are less.
b. The insurance provided to such equipment
lessor does not apply to any "bodily injury" or
"property damage" that occurs, or "personal
injury" or "advertising injury" caused by an of-
fense that is committed, after the equipment
lease expires.
c. The insurance provided to such equipment
lessor is excess over any valid and collectible
other insurance available to such equipment
lessor, whether primary, excess, contingent
or on any other basis, unless you have
agreed in the written contract or agreement
that this insurance must be primary to, or
non-contributory with, such other insurance,
in which case this insurance will be primary
to, and non-contributory with, such other in-
surance
BLANKET ADDITIONAL INSURED — STATES
OR POLITICAL SUBDIVISIONS — PERMITS
The following is added to SECTION II — WHO IS
AN INSURED.
Any state or political subdivision that has issued a
permit in connection with operations performed by
you or on your behalf and that you are required
Page 4 of 6
© 2011 The Travelers Indemnity Company All rights reserved. CG D3 16 11 11
by any ordinance, law or building code to include
as an additional insured on this Coverage Part is
an insured, but only with respect to liability for
"bodily injury", "property damage", "personal in-
jury" or "advertising injury" arising out of such op-
erations
The insurance provided to such state or political
subdivision does not apply to
a. Any "bodily injury," "property damage," "per-
sonal injury" or "advertising injury" arising out
of operations performed for that state or po-
litical subdivision, or
b. Any "bodily injury" or "property damage" in-
cluded in the "products -completed operations
hazard"
J. KNOWLEDGE AND NOTICE OF OCCUR-
RENCE OR OFFENSE
The following is added to Paragraph 2., Duties In
The Event of Occurrence, Offense, Claim or
Suit, of SECTION IV — COMMERCIAL GEN-
ERAL LIABILITY CONDITIONS
e. The following provisions apply to Paragraph
a. above, but only for the purposes of the in-
surance provided under this Coverage Part to
you or any insured listed in Paragraph 1. or 2.
of Section II — Who Is An Insured
(1)
Notice to us of such "occurrence" or of-
fense must be given as soon as practica-
ble only after the "occurrence" or offense
is known by you (if you are an individual),
any of your partners or members who is
an individual (if you are a partnership or
joint venture), any of your managers who
is an individual (if you are a limited liability
company), any of your "executive offi-
cers" or directors (if you are an organiza-
tion other than a partnership, joint venture
or limited liability company) or any "em-
ployee" authorized by you to give notice
of an "occurrence" or offense
(2) If you are a partnership, joint venture or
limited liability company, and none of your
partners, joint venture members or man-
agers are individuals, notice to us of such
"occurrence" or offense must be given as
soon as practicable only after the "occur-
rence" or offense is known by.
(a) Any individual who is
(i) A partner or member of any part-
nership or joint venture,
(3)
COMMERCIAL GENERAL LIABILITY
(ii) A manager of any limited liability
company; or
(iii) An executive officer or director of
any other organization,
that is your partner, joint venture
member or manager; or
(b) Any "employee" authorized by such
partnership, joint venture, limited li-
ability company or other organization
to give notice of an "occurrence" or
offense
Notice to us of such "occurrence" or of an
offense will be deemed to be given as
soon as practicable if it is given in good
faith as soon as practicable to your work-
ers' compensation insurer This applies
only if you subsequently give notice to us
of the "occurrence" or offense as soon as
practicable after any of the persons de-
scribed in Paragraphs e. (1) or (2) above
discovers that the "occurrence" or offense
may result in sums to which the insurance
provided under this Coverage Part may
apply
However, if this Coverage Part includes an en-
dorsement that provides limited coverage for
"bodily injury" or "property damage" or pollution
costs arising out of a discharge, release or es-
cape of "pollutants" which contains a requirement
that the discharge, release or escape of "pollut-
ants" must be reported to us within a specific
number of days after its abrupt commencement,
this Paragraph e. does not affect that require-
ment.
K. UNINTENTIONAL OMISSION
The following is added to Paragraph 6., Repre-
sentations, of SECTION IV — COMMERCIAL
GENERAL LIABILITY CONDITIONS
The unintentional omission of, or unintentional
error in, any information provided by you which
we relied upon in issuing this policy will not preju-
dice your rights under this insurance However,
this provision does not affect our right to collect
additional premium or to exercise our rights of
cancellation or nonrenewal in accordance with
applicable insurance laws or regulations.
L. BLANKET WAIVER OF SUBROGATION
The following is added to Paragraph 8., Transfer
Of Rights Of Recovery Against Others To Us,
of SECTION IV — COMMERCIAL GENERAL LI-
ABILITY CONDITIONS
CG D3 16 11 11
© 2011 The Travelers Indemnity Company All rights reserved.
Page 5 of 6
COMMERCIAL GENERAL LIABILITY
If the insured has agreed in a contract or agree-
ment to waive that insured's right of recovery
against any person or organization, we waive our
right of recovery against such person or organiza-
tion, but only for payments we make because of;
a. "Bodily injury" or "property damage" that oc-
curs, or
b. "Personal injury" or "advertising injury"
caused by an offense that is committed,
subsequent to the execution of that contract or
agreement.
M. AMENDED BODILY INJURY DEFINITION
The following replaces the definition of "bodily
injury" in the DEFINITIONS Section.
3. "Bodily injury" means bodily injury, mental
anguish, mental injury, shock, fright, disability,
humiliation, sickness or disease sustained by
a person, including death resulting from any
of these at any time.
N. CONTRACTUAL LIABILITY — RAILROADS
1. The following replaces Paragraph c. of the
definition of "insured contract" in the DEFINI-
TIONS Section
c. Any easement or license agreement;
2. Paragraph f.(1) of the definition of "insured
contract" in the DEFINITIONS Section is de-
leted
Page 6 of 6
© 2011 The Travelers Indemnity Company All rights reserved. CG D3 16 11 11
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
BLANKET ADDITIONAL INSURED
(CONTRACTORS)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
1. WHO IS AN INSURED — (Section II) is amended
to include any person or organization that you
agree in a "written contract requiring insurance"
to include as an additional insured on this Cover-
age Part, but:
a) Only with respect to liability for "bodily injury",
"property damage" or "personal injury"; and
b) If, and only to the extent that, the injury or
damage is caused by acts or omissions of
you or your subcontractor in the performance
of "your work" to which the "written contract
requiring insurance" applies. The person or
organization does not qualify as an additional
insured with respect to the independent acts
or omissions of such person or organization.
2. The Insurance provided to the additional insured
by this endorsement is limited as follows:
a) In the. event that the Limits of Insurance of
this Coverage Part shown in the Declarations
exceed the limits of liability required by the
"written contract requiring insurance", the in-
surance provided to the additional insured
shall be limited to the limits of liability re-
quired by that "written contract requiring in-
surance". This endorsement shall not in-
crease the limits of insurance described in
Section III — Limits Of Insurance.
b) The insurance provided to the additional in-
sured does not apply to "bodily injury", "prop-
erty damage" or "personal injury" arising out
of the rendering of, or failure to render, any
professional architectural, engineering or sur-
veying services, including.
I. The preparing, approving, or failing to
prepare or approve, maps, shop draw-
ings, opinions, reports, surveys, field or-
ders or change orders, or the preparing,
approving, or failing to prepare or ap-
prove, drawings and specifications; and
ii. Supervisory, inspection, architectural or
engineering activities.
c) The insurance provided to the additional in-
sured does not apply to "bodily injury" or
"property damage" caused by "your work"
and included in the "products -completed op-
erations hazard" unless the "written contract
requiring Insurance" specifically requires you
to provide such coverage for that additional
insured, and then the insurance provided to
the additional insured applies only to such
"bodily injury" or "property damage" that oc-
curs before the end of the period of time for
which the "written contract requiring insur-
ance" requires you to provide such coverage
or the end of the policy period, whichever is
AarliAr
3. The insurance provided to the additional insured
by this endorsement is excess over any valid and
collectible "other insurance", whether primary,
excess, contingent or on any other basis, that is
available to the additional insured for a loss we
cover under this endorsement. However, if the
"written contract requiring insurance" specifically
requires that this insurance apply on a primary
basis or a primary and non-contributory basis,
this insurance is primary to "other insurance"
available to the additional insured which covers
that person or organization as a named insured
for such loss, and we will not share with that
"other insurance". But the insurance provided to
the additional insured by this endorsement still is
excess over any valid and collectible "other In-
surance", whether primary, excess, contingent or
on any other basis, that is available to the addi-
tional insured when that person or organization is
an additional insured under such "other insur-
ance".
4. As a condition of coverage provided to the
additional insured by this endorsement:
a) The additional insured must give us written
notice as soon as practicable of an "occur-
rence" or an offense which may result in a
claim. To the extent possible, such notice
should include:
CG D2 46 08 05
U 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2
COMMERCIAL GENERAL LIABILITY
i. How, when and where the "occurrence"
or offense took place;
ii. The names and addresses of any Injured
persons and witnesses; and
iii. The nature and location of any Injury or
damage arising out of the "occurrence" or
offense.
b) If a claim is made or "suit" is brought against
the additional insured, the additional insured
must:
i. Immediately record the specifics of the
claim or "suit" and the date received; and
ii. Notify us as soon as practicable.
The additional insured must see to it that we
receive written notice of the claim or "suit" as
soon as practicable.
c) The additional insured must immediately
send us copies of all legal papers received in
connection with the claim or "suit", cooperate
with us in the investigation or settlement of
the claim or defense against the "suit", and
otherwise comply with all policy conditions.
d) The additional insured must tender the de-
fense and indemnity of any claim or "suit" to
any provider of "other insurance" which would
cover the additional insured for a loss we
cover under this endorsement. However, this
condition does not affect whether the insur-
ance provided to the additional insured by
this endorsement is primary to "other insur-
ance" available to the additional insured
which covers that person or organization as a
named insured as described in paragraph 3.
above.
5. The following definition is added to SECTION V.
— DEFINITIONS:
"Written contract requiring insurance" means
that part of any written contract or agreement
under which you are required to include a
person or organization as an additional in-
sured on this Coverage Part, provided that
the "bodily injury" and "property damage" oc-
curs and the "personal injury" Is caused by an
offense committed:
a. After the signing and execution of the
contract or agreement by you;
b. While that part of the contract or
agreement is in effect; and
c. Before the end of the policy period.
Page 2 of 2
d 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05
POLICY NUMBER:
COMMERCIAL GENERAL LIABILITY
ISSUE DATE. - -
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
DESIGNATED PROJECT(S)
GENERAL AGGREGATE LIMIT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Designated Project(s):
EACH "PROJECT" FOR WHICH YOU HAVE AGREED;
IN A WRITTEN CONTRACT WHICH IS IN EFFECT
DURING THIS POLICY PERIOD, TO PROVIDE A
SEPARATE GENERAL AGGREGATE LIMIT, PROVIDED
THAT THE CONTRACT IS SIGNED AND EXECUTED
BY YOU BEFORE THE "BODILY INJURY" OR
"PROPERTY DAMAGE" OCCURS_
A. For all sums which the insured becomes legally
obligated to pay as damages caused by "occur-
rences" under COVERAGE A. (SECTION I), and
for all medical expenses caused by accidents un-
der COVERAGE C (SECTION I), which can be
attributed only to operations at a single desig-
nated "project' shown in the Schedule above:
1. A separate Designated Project General Ag-
gregate Limit applies to each designated "pro-
ject", and that limit is equal to the amount of
the General Aggregate Limit shown In the
Declarations, unless separate Desig nated
Project General Aggregate(s) are sched-
uled above.
2. The Designated Project General Aggregate
Limit is the most we will pay for the sum of all
damages under COVERAGE A., except
damages because of "bodily injury" or "prop-
erty damage" included in the "products -
completed operations hazard", and for medi-
cal expenses under COVERAGE C, regard-
less of the number of;
a.
b.
c.
Insureds;
Claims made or "suits" brought; or
Persons or organizations making claims
or bringing "suits".
Designated Project
General Aggregate(s):
GENERAL AGGREGATE LIMIT
SHOUN ON THE DECLARATIONS
3. Any payments made under COVERAGE A.
for damages or under COVERAGE C. for
medical expenses shall reduce the Desig-
nated Project General Aggregate Limit for
that designated "project". Such payments
shall not reduce the General Aggregate Limit
shown in the Declarations nor shall they re-
duce any other Designated Project General
Aggregate Limit for any other designated
"project" shown in the Schedule above
4. The limits shown in the Declarations for Each
Occurrence, Damage To Premises Rented
To You and Medical Expense continue to
apply However, instead of being subject to
the General Aggregate Limit shown in the
Declarations, such limits will be subject to the
applicable Designated Project General Ag-
gregate Limit,
B. For all sums which the Insured becomes legally
obligated to pay as damages caused by "occur-
rences" under COVERAGE A. (SECTION I), and
for all medical expenses caused by accidents un-
der COVERAGE C. (SECTION I), which cannot
be attributed only to operations at a single desig-
nated "project" shown in the Schedule above-
CG D2 11 01 04
Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2
COMMERCIAL GENERAL LIABILITY
1. Any payments made under COVERAGE A.
for damages or under COVERAGE C. for
medical expenses shall reduce the amount
available under the General Aggregate Limit
or the Products -Completed Operations Ag-
gregate Limit, whichever is applicable; and
2. Such payments shall not reduce any Desig-
nated Project General Aggregate Limit.
C. Part 2. of SECTION III — LIMITS OF INSURANCE
is deleted and replaced by the following
2. The General Aggregate Limit is the most we
will pay for the sum of:
a. Damages under Coverage B, and
b. Damages from "occurrences" under
COVERAGE A (SECTION I) and for all
medical expenses caused by accidents
under COVERAGE C (SECTION I) which
cannot be attributed only to operations at
a single designated "project" shown in the
SCHEDULE above
D. When coverage for liability arising out of the
"products -completed operations hazard" is pro-
vided, any payments for damages because of
"bodily injury" or "property damage" included in
the "products -completed operations hazard" will
reduce the Products -Completed Operations Ag-
gregate Limit, and not reduce the General Aggre-
gate Limit nor the Designated Project Genera;
Aggregate Limit.
E. For the purposes of this endorsement the Defini-
tions Section is amended by the addition of the
following definition:
"Project" means an area away from premises
owned by or rented to you at which you are per-
forming operations pursuant to a contract or
agreement. For the purposes of determining the
applicable aggregate limit of insurance, each
"project" that includes premises involving the
same or connecting lots, or premises whose con-
nection is interrupted only by a street, roadway,
waterway or right-of-way of a railroad shall be
considered a single "project"
F. The provisions of SECTION 111 — LIMITS OF
INSURANCE not otherwise modified by this en-
dorsement shall continue to apply as stipulated
Page 2 of 2 Copyright, The Travelers Indemnity Company, 2004
CG D2 11 01 04
COMMERCIAL AUTO
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BUSINESS AUTO EXTENSION ENDORSEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage, However, coverage for any
injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or
limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to
the extent that coverage is excluded or limited by such an endorsement. The following listing Is a general cover-
age description only. Limitations and exclusions may apply to these coverages. Read all theprovisions of this en-
dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered.
A. BROAD FORM NAMED INSURED
B. BLANKET ADDITIONAL INSURED
C. EMPLOYEE HIRED AUTO
D. EMPLOYEES AS INSURED
E. SUPPLEMENTARY PAYMENTS — INCREASED
LIMITS
F. HIRED AUTO — LIMITED WORLDWIDE COV-
ERAGE — INDEMNITY BASIS
G. WAIVER OF DEDUCTIBLE — GLASS
PROVISIONS
A. BROAD FORM NAMED INSURED
The following is added to Paragraph A.1., Who Is
An Insured, of SECTION II — COVERED AUTOS
LIABILITY COVERAGE:
Any organization you newly acquire or form dur-
ing the policy period over which you maintain
50% or more ownership interest and that is not
separately insured for Business Auto Coverage.
Coverage under this provision is afforded only un-
til the 180th day after you acquire or form the or-
ganization or the end of the policy period, which-
ever is earlier.
H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF
USE — INCREASED LIMIT
I. PHYSICAL DAMAGE — TRANSPORTATION
EXPENSES — INCREASED LIMIT
J. PERSONAL PROPERTY
K. AIRBAGS
L. NOTICE AND KNOWLEDGE OF ACCIDENT OR
LOSS
M. BLANKET WAIVER OF SUBROGATION
N. UNINTENTIONAL ERRORS OR OMISSIONS
this insurance applies and only to the extent that
person or organization qualifies as an "insured"
under the Who Is An Insured provision contained
in Section II.
C.
B. BLANKET ADDITIONAL INSURED
The following is added to Paragraph c. in A.1.,
Who Is An Insured, of SECTION II — COVERED
AUTOS LIABILITY COVERAGE:
Any person or organization who Is required under
a written contract or agreement between you and
that person or organization, that is signed and
executed by you before the "bodily injury" or
"property damage" occurs and that is in effect
during the policy period, to be named as an addi-
tional insured Is an "insured" for Covered Autos
Liability Coverage, but only for damages to which
EMPLOYEE HIRED AUTO
1. The following is added to Paragraph A.1.,
Who Is An Insured, of SECTION 11 — COV-
ERED AUTOS LIABILITY COVERAGE:
An "employee" of yours is an "insured" while
operating an "auto" hired or rented under a
contract or agreement in an "employee's"
name, with your permission, while performing
duties related to the conduct of your busi-
ness.
2. The following replaces Paragraph b. In B.5.,
Other Insurance, of SECTION IV — BUSI-
NESS AUTO CONDITIONS:
b. For Hired Auto Physical Damage Cover-
age, the following are deemed to he cov-
ered "autos" you own:
(1) Any covered "auto" you lease, hire,
rent or borrow; and
(2) Any covered "auto" hired or rented by
your "employee" under a contract in
an "employee's" name, with your
CA T3 63 02 15
0 2015 The Travelers Indemnity Company All rights reserved.
Includes copyrighted material of Insurance Services Office, Inc with its permission.
Page 1 of 4
COMMERCIAL AUTO
permission, while performing duties
related to the conduct of your busi-
ness.
However, any "auto" that is leased, hired,
rented or borrowed with a driver is not a
covered "auto",
D. EMPLOYEES AS INSURED
The following is added to Paragraph A.1., Who Is
An Insured, of SECTION II — COVERED AUTOS
LIABILITY COVERAGE:
Any "employee" of yours is an "insured" while .us-
ing a covered "auto" you don't own, hire or borrow
in your business or your personal affairs.
E. SUPPLEMENTARY PAYMENTS — INCREASED
LIMITS
1. The following replaces Paragraph A.2.a.(2),
of SECTION II — COVERED AUTOS LIABIL-
ITY COVERAGE:
(2) Up to $3,000 for cost of bail bonds (in-
cluding bonds for related traffic law viola-
tions) required because of an "accident"
we cover, We do not have to furnish
these bonds.
2. The following replaces Paragraph A.2.a.(4),
of SECTION II — COVERED AUTOS LIABIL-
ITY COVERAGE:
(4) All reasonable expenses incurred by the
"insured" at our request, including actual
loss of earnings up to $500 a day be-
cause of time off from work,
F. HIRED AUTO — LIMITED WORLDWIDE COV-
ERAGE — INDEMNITY BASIS
The following replaces Subparagraph (5) in Para-
graph B.7., Policy Period, Coverage Territory,
of SECTION IV — BUSINESS AUTO CONDI-
TIONS:
(5) Anywhere in the world, except any country or
jurisdiction while any trade sanction, em-
bargo, or similar regulation imposed by the
United States of America applies to and pro-
hibits the transaction of business with or
within such country or jurisdiction, for Cov-
ered Autos Liability Coverage for any covered
"auto" that you lease, hire, rent or borrow
without a driver for a period of 30 days or less
and that is not an "auto" you lease, hire, rent
or borrow from any of your "employees",
partners (if you are a partnership), members
(if you are a limited liability company) or
members of their households,
Page 2 of 4
(a) With respect to any claim made or "suit"
brought outside the United States of
America, the territories and possessions
of the United States of America, Puerto
Rico and Canada:
(i) You must arrange to defend the "in-
sured" against, and investigate or set-
tle any such claim or "suit" and keep
us advised of all proceedings and ac-
tions.
(ii) Neither you nor any other involved
"insured" will make any settlement.
without our consent.
(lii) We may, at our discretion, participate
in defending the "insured" against, or
in the settlement of, any claim or
"suit",
(iv) We will reimburse the "insured" for
sums that the "insured" legally must
pay as damages because of "bodily
injury" or "property damage" to which
this insurance applies, that the "in-
sured" pays with our consent, but
only up to the limit described in Para-
graph C., Limits Of Insurance, of
SECTION II — COVERED AUTOS
LIABILITY COVERAGE.
(v) We will reimburse the "insured" for
the reasonable expenses incurred
with our consent for your investiga-
tion of such claims and your defense
of the "insured" against any such
"suit", but only up to and included
within the limit described in Para-
graph C., Limits Of Insurance, of
SECTION II — COVERED AUTOS
LIABILITY COVERAGE, and not in
addition to such limit. Our duty to
make such payments ends when we
have used up the applicable limit of
insurance in payments for damages,
settlements or defense expenses.
(b) This Insurance is excess over any valid
and collectible other insurance available
to the "insured" whether primary, excess,
contingent or on any other basis.
(c) This insurance is not a substitute for re-
quired or compulsory insurance in any
country outside the United States, its ter-
ritories and possessions, Puerto Rico and
Canada.
© 2015 The Travelers Indemnity Company All rights reserved. CA T3 63 02 15
Includes copyrighted material of Insurance Services Office, Inc, with Its permission.
You agree to maintain all required or
compulsory insurance in any such coun-
try up to the minimum limits required by
local law. Your failure to comply with
compulsory insurance requirements will
not invalidate the coverage afforded by
this policy, but we will only be liable to the
same extent we would have been liable
had you complied with the compulsory in-
surance requirements.
(d) It is understood that we are not an admit-
ted or authorized insurer outside the
United States of America, its territories
and possessions, Puerto Rico and Can-
ada. We assume no responsibility for the
furnishing of certificates of insurance, or
for compliance In any way with the laws
of other countries relating to insurance.
G. WAIVER OF DEDUCTIBLE — GLASS
The following is added to Paragraph D., Deducti-
ble, of SECTION III — PHYSICAL DAMAGE
COVERAGE:
No deductible for a covered "auto" will apply to
glass damage if the glass is repaired rather than
replaced.
H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF
USE — INCREASED LIMIT
The following replaces the last sentence of Para-
graph A.4.b., Loss Of Use Expenses, of SEC-
TION III — PHYSICAL DAMAGE COVERAGE:
However, the most we will pay for any expenses
for loss of use is $65 per day, to a maximum of
$750 for any one "accident".
I. PHYSICAL DAMAGE — TRANSPORTATION
EXPENSES — INCREASED LIMIT
The following replaces the first sentence in Para-
graph A.4.a., Transportation Expenses, of
SECTION III — PHYSICAL DAMAGE COVER-
AGE:
We will pay up to $50 per day to a maximum of
$1,500 for temporary transportation expense in-
curred by you because of the total theft of a cov-
ered "auto" of the private passenger type.
J. PERSONAL PROPERTY
The following is added to Paragraph A.4., Cover-
age Extensions, of SECTION III — PHYSICAL
DAMAGE COVERAGE:
Personal Property
We will pay up to $400 for "loss" to wearing ap-
parel and other personal property which is:
(1) Owned by an "insured"; and
COMMERCIAL AUTO
(2) In or on your covered "auto".
This coverage applies only in the event of a total
theft of your covered "auto".
No deductibles apply to this Personal Property
coverage.
K. AIRBAGS
The following Is added to Paragraph B.3., Exclu-
sions, of SECTION Al — PHYSICAL DAMAGE
COVERAGE:
Exclusion 3.a. does not apply to "loss" to one or
more airbags In a covered "auto" you own that in-
flate due to a cause other than a cause of "loss"
set forth in Paragraphs A.1.b. and A.1.c., but
only:
a. If that "auto" is a covered "auto" for Compre-
hensive Coverage under this policy;
b. The airbags are not covered under any war-
ranty; and
c. The airbags were not intentionally inflated.
We will pay up to a maximum of $1,000 for any
one "loss".
L. NOTICE AND KNOWLEDGE OF ACCIDENT OR
LOSS
The following is added to Paragraph A.2.a., of
SECTION IV — BUSINESS AUTO CONDITIONS:
Your duty to give us or our authorized representa-
tive prompt notice of the "accident" or "loss" ap-
plies only when the "accident" or "loss" is known
to:
(a) You (if you are an individual);
(b) A partner (if you are a partnership);
(c) A member (if you are a limited liability com-
pany);
(d) An executive officer, director or insurance
manager (if you are a corporation or other or-
ganization); or
(e) Any "employee" authorized by you to give no-
tice of the "accident" or "loss".
M. BLANKET WAIVER OF SUBROGATION
The following replaces Paragraph A.S., Transfer
Of Rights Of Recovery Against Others To Us,
of SECTION IV — BUSINESS AUTO CONDI-
TIONS:
5. Transfer Of Rights Of Recovery Against
Others To Us
We waive any right of recovery we may have
against any person or organization to the ex-
tent required of you by a written contract
signed and executed prior to any "accident"
or "loss", provided that the "accident" or "loss"
arises out of operations contemplated by
CA T3 53 02 15 U 2015 The Travelers Indemnity Company All rights reserved.
Includes copyrighted material of Insurance Services Office, Inc with Its permission.
Page 3 of 4
COMMERCIAL AUTO
such contract. The waiver applies only to the
person or organization designated In such
contract.
N. UNINTENTIONAL ERRORS OR OMISSIONS
The following is added to Paragraph B.2., Con-
cealment, Misrepresentation, Or Fraud, of
SECTION IV — BUSINESS AUTO CONDITIONS:
Page 4 of 4
The unintentional omission of, or unintentional
error in, any Information given by you shall not
prejudice your rights under this insurance. How-
ever this provision does not affect our right to col-
lect additional premium or exercise our right of
cancellation or non -renewal.
ca 2015 The Travelers Indemnity Company. All rights reserved. CA 73 63 02 15
Includes copyrighted material of Insurance services Office, Inc. with its permission.
UMBRELLA
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS
This endorsement modifies insurance provided under the following:
COMMERCIAL EXCESS LIABILITY (UMBRELLA) INSURANCE
The following is added to Paragraph 11., OUR RIGHT
TO RECOVER FROM OTHERS., of SECTION IV —
CONDITIONS.:
If the insured has agreed in a contract or agreement
to waive that insured's right of recovery against any
person or organization, we waive our right of recovery
against such person or organization, but only for
payments we make because of:
UM04880708
a. "Bodily injury" or "property damage" caused by an
"occurrence" that takes place; or
b. "Personal injury" or "advertising injury" caused by
an "offense" that is committed;
subsequent to the execution of the contract or agree-
ment.
© 2008 The Travelers Companies, Inc. Page 1 of 1
Includes the copyrighted material of Insurance Services Office, Inc. with its permission,
UMBRELLA
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
AMENDMENT - OTHER INSURANCE CONDITION AND
MEANING OF OTHER INSURANCE AND OTHER INSURER
This endorsement modifies insurance provided under the following
COMMERCIAL EXCESS LIABILITY (UMBRELLA) INSURANCE
The following replaces Paragraph 10., OTHER IN-
SURANCE., of SECTION IV — CONDITIONS..
10. OTHER INSURANCE
This insurance is excess over any valid and col-
lectible other insurance whether such other insur-
ance is stated to be primary, contributing, excess,
contingent or otherwise. This provision does not
apply to a policy bought specifically to apply ex-
cess of this insurance.
As used anywhere in this policy, other insurance
means insurance, or the funding of losses, that is
provided by, through or on behalf of.
(i) Another insurance company;
(ii) Us or any of our affiliated insurance compa-
nies, except when the Non cumulation of
Each Occurrence Limit provision of Para-
graph 5. of SECTION III — LIMITS OF IN-
SURANCE or the Non cumulation of Personal
and Advertising Injury Limit provision of Para-
graph 4. of SECTION III — LIMITS OF IN-
SURANCE applies,
(iii) Any risk retention group,
(iv) Any self-insurance method or program, in-
cluding any failure to buy insurance, or deci-
sion to not buy insurance, for any reason, in
which case the insured will be deemed to be
the provider of other insurance, or
(v) Any similar risk transfer or risk management
method.
As used anywhere in this policy, other insurer
means a provider of other insurance
UM04790708
© 2008 The Travelers Companies, Inc. Page 1 of 1
12/18/2018
https://fortress.wa. gov/oic/consumertoolkit/Company/CompanyProfile. aspx?WAOI C=1077
Agent and Company Lookup Orders Independent Re-v:Pw Decisions
PHOENIX INSURANCE COMPANY THE
Charlie History I Licensir:c. I Appaintrnen:s I Complaints I Orders I Nation l.Info I 2atr:c:s I Tax Filings
ac9c•eah.
General information
Name: PHOENIX INSURANCE COMPANY THE
Corporate family group: TRAVELERS
Organization type: PROPERTY
Doing Business As (DBA): Unavailable
WAOIC: 1077
NAIC: 25623
Status: ACTIVE
Admitted date: 09/10/1890
Ownership type: STOCK
Company change history
VIew cf,katligQ
Contact information
Registered address
61 WOODLAND ST
HARTFORD, CT 06183-9070
Mailing address
ONE TOWER SQUARE, 4MN
HARTFORD, CT 06183
Telephone Telephone
860-277-0111 860-277-0111
Types of coverage authorized to sell
Insurance types
.Casualty
Marine
Ocean Marine
Property
Surety
Vehicle
Agents and agencies that represent this company
(Appointments) L-
View .pgeritts
View agencies
Company complaint history
VAS, ra9: .
https.//fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=1077
112/18/2018
https://fortress.wa. gov/oic/consumertoolkit/Company/CompanyProfile.aspx?WAOI C=1077
Orders issued since 2010
No orders are found
?;Ic t p
Premium tax filings by tax year �.
2017 29.16 2015 2014 2L13
National information on insurance companies
Want more information about this company? The NAM's Consumer Inform:at on (CIS.'3_page allows you to retrieve
national financial and complaint information on insurance companies, plus has information and tips to help you
understand current insurance issues.
Ratings by financial organizations
The following organizations rate insurance companies on their financial strength and stability. Some of these
companies charge for their services.
'A.. M Best
Vils iss Group; Ratings
Standard and P ,r''c;�.orp.
:'v UUd s Investors S+•rvi{:e
Fftch IBCA.. Duff and P 3ol s Ratrincs
Disclaimer: Links to external or third -party websites are provided solely for visitors' convenience. Links you take to other sites are done so at your own
risk and our office accepts no liability for any external linked sites or their content. Be aware that not all financial rating companies use the same rating
processes.
`ad tC
�ttps.//fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=1077 2/2
12/18/2018 https://fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=1320
Agent and Company Lookup Orders Independent Review Decisions
TRAVELERS PROPERTY CASUALTY COMPANY OF
AMERICA
c,nc.e I Sistory I Lice.nsin9 I Appointments I Cornpi.aints I Orders I National Info I RatErlt s Ta X F311r1C�s
Elf3c,*1:9 Sea 'mil
General information Contact information
Name: TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA Registered
Corporate family group: TP.AVELE=RS GRP 0 address
Organization type: PROPERTY ONE TOWER SQ
Doing Business As (DBA): Unavailable HARTFORD, CT 06183
WAOIC: 1320
NAIC: 25674
Status: ACTIVE
Admitted date: 10/11/1974
Ownership type: STOCK
Company change history
View tilaf;,es
na:k? rra
,>
Types of coverage authorized to sell
Insurance types
Casualty
Marine
Ocean Marine
Property
Surety
Vehicle
Telephone
860-027-7011
Agents and agencies that represent this company
(Appointments) c.
view .2!gents
!?ck'D ma
View agjenties •
Mailing address
ONE TOWER SQUARE
HARTFORD, CT 06183
Telephone
860-027-7011
Company complaint history
https.//fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfile. aspx?WADI C=1320 1/2
II 12/18/2018
https://fortress.wa.gov/oic/consumertoolkit/Company/Com panyProfile. aspx?WAOI C=1320
Orders issued since 2010
No orders are found
back r rr,?
Premium tax filings by tax year
2017 2016 2015 2014 2013
National information on insurance companies
Want more information about this company? The NAit_'�t Consumer inforrr:at:on ;CiS) page° allows you to retrieve
national financial and complaint information on insurance companies, plus has information and tips to help you
understand current insurance issues.
Ratings by financial organizations
The following organizations rate insurance companies on their financial strength and stability. Some of these
companies charge for their services.
Weiss Group R it:r:gs
.5ta Ida rd nd: Poo 's Corp
Moody s investors Service
i cP: IBCA. Duiff and Phel;'s Rati:-t�.bs
rv..v..v1 v..v.,v..v.w..v..v..v., n.n.v..v..+v. +v.vv.vv. n.. +:•.v
Disclaimer: Links to external or third -party websites are provided solely for visitors' convenience. Links you take to other sites are done so at your own
risk and our office accepts no liability for any external linked sites or their content. Be aware that not all financial rating companies use the same rating
processes.
https.//fortress.wa.gov/oic/consumertoolkit/Company/Com panyProfile.aspx?WAOIC=1320 2/2
12/18/2018 https://fo rtress.wa. gov/oic/consumertoolkiUCompany/Com panyProfile. aspx?WAOI C=1322
Agent and Company Lookup Orders fnOependent Review )erisfisn.s
TRAVELERS INDEMNITY COMPANY OF AMERICA THE
Chart e. History I Licensing I Appointments I Complaints I Orders I `rational Info I Rat:ngs I Tax Filin9s
General information
Name: TRAVELERS INDEMNITY COMPANY OF AMERICA
THE
Corporate family group: TRAVELERS GRP 0
Organization type: PROPERTY
Doing Business As (DBA): Unavailable
WAOIC: 1322
NAIC: 25666
Status: ACTIVE
Admitted date: 08/13/1968
Ownership type: STOCK
Company change history v�
View chair;ge
back o roo
Contact information
(Registered address
ONE TOWER SQUARE
HARTFORD, CT 06183
Telephone
860-277-0111
Types of coverage authorized to sell
'Insurance types
Casualty
Marine
Ocean Marine
Property
Surety
Vehicle
Agents and agencies that represent this company
(Appointments)
View, alien ciT
J3i�: LO :.UJ
............ ...
Company complaint history
Mailing address
ONE TOWER SQUARE,
4MN
HARTFORD, CT 06183-
9070
Telephone
860-277-0111
https.//fortress.wa. gov/oic/consumertoolkiUCompany/CompanyProfile. aspx?WADI C=1322 1/2
112/18/2018 https://fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=1322
-rktc.c.P
Orders issued since 2010 t
No orders are found
Premium tax filings by tax year
2017 2016 2015 2014
National information on insurance companies
Want more information about this company? Tile NAIC's Consumer Information (CIS) pace allows you to retrieve
national financial and complaint information on insurance companies, plus has information and tips to help you
understand current insurance issues.
Ratings by financial organizations
The following organizations rate insurance companies on their financial strength and stability. Some of these
companies charge for their services.
A.M. Be't
Standard 3ndard ants ?U0:-'s Corp
i`�c'o ly's .[nvestors Service
itrr;.1BCA. pup' anti ai &ps Ratings
Disclaimer: Links to external or third -party websites are provided solely for visitors' convenience. Links you take to other sites are done so at your own
risk and our office accepts no liability for any external linked sites or their content. Be aware that not all financial rating companies use the same rating
processes.
https.//fortress.wa.gov/oic/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=1322 2/2
POLICY NUMBER: DT-CO-9J250597-PHX-18
ISSUE DATE:
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED ENTITY - NOTICE OF
CANCELLATION PROVIDED BY US
This endorsement modifies insurance provided under the following:
ALL COVERAGE PARTS INCLUDED IN THIS POLICY
SCHEDULE
CANCELLATION: Number of Days Notice of Cancellation: 30
PERSON OR
ORGANIZATION:
CITY OF YAKIMA
ADDRESS:
129 N. 2ND ST
YAKIMA, WA 98901
PROVISIONS:
If we cancel this policy for any statutorily permitted
reason other than nonpayment of premium, and ' a
number of days is shown for cancellation in the
schedule above, we will mail notice of cancellation to
the person or organization shown in the schedule
above. We will mail such notice to the address shown
in the schedule above at least the number of days
shown for cancellation in the schedule above before
the effective date of cancellation.
ILT4050311
© 2011 The Travelers Indemnity Company All rights reserved. Page 1 of 1
POLICY NUMBER: 810-9J250597-TIL-18
ISSUE DATE:
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED ENTITY - NOTICE OF
CANCELLATION PROVIDED BY US
This endorsement modifies insurance provided under the following
ALL COVERAGE PARTS INCLUDED IN THIS POLICY
SCHEDULE
CANCELLATION: Number of Days Notice of Cancellation: 30
PERSON OR
ORGANIZATION:
CITY OF YAKIMA
ADDRESS:
129 N. 2ND ST.
YAKIMA, WA 98901
PROVISIONS:
If we cancel this policy for any statutorily permitted
reason other than nonpayment of premium, and a
number of days is shown for cancellation in the
schedule above, we will mail notice of cancellation to
the person or organization shown in the schedule
above We will mail such notice to the address shown
in the schedule above at least the number of days
shown for cancellation in the schedule above before
the effective date of cancellation.
IL T4 05 03 11
© 2011 The Travelers Indemnity Company All rights reserved Page 1 of 1
POLICY NUMBER: CUP-9J387682-18-26
ISSUE DATE:
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED ENTITY - NOTICE OF
CANCELLATION PROVIDED BY US
This endorsement modifies insurance provided under the following:
ALL COVERAGE PARTS INCLUDED IN THIS POLICY
SCHEDULE
CANCELLATION: Number of Days Notice of Cancellation: 30
PERSON OR
ORGANIZATION:
CITY OF YAKIMA
ADDRESS:
129 N. 2ND ST
YAKIMA, WA 98901
PROVISIONS:
If we cancel this policy for any statutorily permitted
reason other than nonpayment of premium, and a
number of days is shown for cancellation in the
schedule above, we will mail notice of cancellation to
the person or organization shown in the schedule
above. We will mail such notice to the address shown
in the schedule above at least the number of days
shown for cancellation in the schedule above before
the effective date of cancellation.
IL T4 05 03 11
© 2011 The Travelers Indemnity Company All rights reserved. Page 1 of 1
POLICY NUMBER: DT-00-9J250597-PHx-18
ISSUE DATE. 10-15-18
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED ENTITY - NOTICE OF
CANCELLATION PROVIDED BY US
This endorsement modifies insurance provided under the following:
ALL COVERAGE PARTS INCLUDED IN THIS POLICY
SCHEDULE
CANCELLATION: Number of Days Notice of Cancellation: 30
PERSON OR
ORGANIZATION:
HLA ENGINEERING AND LAND SURVEYING,
INC.
ADDRESS:
2803 RIVER ROAD
YAKIMA
WA
98902
PROVISIONS:
If we cancel this policy for any statutorily permitted
reason other than nonpayment of premium, and a
number of days is shown for cancellation in the
schedule above, we will mail notice of cancellation to
the person or organization shown in the schedule
above. We will mail such notice to the address shown
in the schedule above at least the number of days
shown for cancellation in the schedule above before
the effective date of cancellation.
ILT4050311
© 2011 The Travelers Indemnity Company All rights reserved Page 1 of 1
POLICY NUMBER: 810-9J250597—TIL-18
ISSUE DATE:
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED ENTITY - NOTICE OF
CANCELLATION PROVIDED BY US
This endorsement modifies insurance provided under the following.
ALL COVERAGE PARTS INCLUDED IN THIS POLICY
SCHEDULE
CANCELLATION: Number of Days Notice of Cancellation: 30
PERSON OR
ORGANIZATION:
HLA ENGINEERING AND LAND SURVEYING, INC.
ADDRESS:
2803 RIVER ROAD
YAKIMA, WA 98902
PROVISIONS:
If we cancel this policy for any statutorily permitted
reason other than nonpayment of premium, and a
number of days is shown for cancellation in the
schedule above, we will mail notice of cancellation to
the person or organization shown in the schedule
above. We will mail such notice to the address shown
in the schedule above at least the number of days
shown for cancellation in the schedule above before
the effective date of cancellation.
ILT4050311
© 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1
POLICY NUMBER: CUP-9J387682-18-26
ISSUE DATE.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED ENTITY - NOTICE OF
CANCELLATION PROVIDED BY US
This endorsement modifies insurance provided under the following:
ALL COVERAGE PARTS INCLUDED IN THIS POLICY
SCHEDULE
CANCELLATION: Number of Days Notice of Cancellation: 30
PERSON OR
ORGANIZATION:
HLA ENGINEERING AND LAND SURVEYING, INC.
ADDRESS:
2803 RIVER ROAD
YAKIMA, WA 98902
PROVISIONS:
If we cancel this policy for any statutorily permitted
reason other than nonpayment of premium, and a
number of days is shown for cancellation in the
schedule above, we will mail notice of cancellation to
the person or organization shown in the schedule
above. We will mail such notice to the address shown
in the schedule above at least the number of days
shown for cancellation in the schedule above before
the effective date of cancellation.
ILT4050311
© 2011 The Travelers Indemnity Company. All rights reserved. Page 1 of 1
SCHEDULE OF WORKING HOURS
CITY OF YAKIMA
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
CITY OF YAKIMA WATER PROJECT NO. AC-2463
CITY OF YAKIMA SEWER PROJECT NO SC-2486
HLA PROJECT NOS. 18041 AND 18091
In accordance with Section 1-08.0(2) Hours of W rk, the normal straight time wor ng hours for this project
will be from 1 a m. to 3:j0 p.m., days
per week. It is understood that normal straight time working hours shall not exceed 40 hours per week,
regardless of the number of days worked per week. All hours worked in excess of 40 hours per week shall
be considered as overtime hours subject to the reimbursement provisions of Section 1-08.0(2) Hours of
Work.
Overtime hours are defined as any hours in excess of or outside of the above normal straight time
working hours when the Contractor and/or his subcontractors are on the project site performing
work.
I hereby certify that my subcontractors have been notified of the normal straight time working hours
provisions of this project and understand that Engineer/Contracting Agency costs for overtime hours will be
deducted from amounts due to me for work performed on the project.
DW 60h-13,11Ghhr�
Contr tor
11+1
Signature
fq/(r7
Date
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.docx 4-7
CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION
Subcontractor's 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 the Yakima,
Washington area subject to these Bid Conditions, those trades being:
(Signature of Authorized Representative of Subcontractor)
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.docx 4-8
SECTION 5 - LABOR STANDARDS AND
WAGE RATE CONDITIONS
G:\PROJECTS\2018\18041 E\SPEC \18041 Spec 2018.docx 5-1
PREVAILING WAGE RATES
The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance
of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended.
The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage
rates for the locality or localities where this Contract will be performed as determined by the Industrial
Statistician of the Washington State Department of Labor and Industries, are by reference made a part of
this Contract. A schedule of prevailing wage rates is included in these Specifications.
Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative
that all contractors and subcontractors familiarize themselves with the current wage rates before submitting
bids based on these Specifications.
Before any payment is made by the local government body of any sums due under this Contract, the local
government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement
of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries
Following the acceptance of the project, the Contracting Agency must receive from the CONTRACTOR and
each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy
of "Release for the Protection of Property Owners and General Contractor," all approved by the Washington
State Department of Labor and Industries. Forms may be obtained from the Department of Labor and
Industries. The CONTRACTOR and each subcontractor shall pay all fees associated with and make all
applications directly to the Department of Labor and Industries. These affidavits will be required before any
funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRACTOR.
Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the
construction and all costs shall be included in other pay items of the project.
Certified payrolls are required to be submitted by the Contractor to the Engineer, for the Contractor, all
Subcontractors, and lower tier subcontractors If these certified payrolls are not supplied within ten calendar
days of the end of the preceding weekly payroll period, any or all payments may be withheld until
compliance is achieved. Failure to provide these payrolls could also result in other sanctions as provided
by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5 12) All certified payrolls shall be
complete and explicit. Employee labor descriptions used on certified payrolls shall coincide exactly with
the labor descriptions listed on the minimum wage schedule in the Contract unless the Engineer approves
an alternate method to identify the labor used by the Contractor to compare with the labor listed in the
Contract Provisions When an apprentice is shown on the certified payroll at a rate less than the minimum
prevailing journey wage rate, the apprenticeship registration number for that employee from the State
Apprenticeship and Training Council shall be shown along with the correct Employee classification code.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.docx 5-2
Page 1 of 16
1
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate
of fringe benefits. On public works projects, worker's wage and benefit rates must add to
not less than this total. A brief description of overtime calculation requirements are
provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date: 11/30/2018
;County
Trade
Job Classification
Wage
Holiday
Overtime
Note
Yakima
Asbestos Abatement Workers
Journey Level
$37.63
5D
1H
!Yakima
Boilermakers
Journey Level
$66.54
5N
1C
Yakima
Brick Mason
Journey Level
$49.04
5A
1M
IYakima
Building Service Employees
Janitor
$11.50
1
;Yakima
Building Service Employees
Shampooer
$11.50
1
Yakima
Building Service Employees
Waxer
$11.50
1
Yakima
Building Service Employees
Window Cleaner
$11.50
1
'Yakima
Cabinet Makers (In Shop)
Journey Level
$16.35
1
;Yakima
Carpenters
Acoustical Worker
$42.98
5D
4C
!Yakima
i
Carpenters
Bridge, Dock And Wharf
Carpenters
$57.85
5D
4C
!Yakima
Carpenters
Carpenter
$42.98
5D
4C
!Yakima
Carpenters
Carpenters on Stationary
Tools
$43.11
5D
4C
!Yakima
Carpenters
Creosoted Material
$43.08
5D
4C
€Yakima
Carpenters
Floor Finisher
$42.98
5D
4C
Yakima
Carpenters
Floor Layer
$42.98
5D
4C
Yakima
Carpenters
Scaffold Erector
$42.98
5D
4C
!Yakima
Cement Masons
Journey Level
$43.20
7B
1N
!Yakima
I
Divers Et Tenders
Bell/Vehicle or Submersible
Operator (Not Under Pressure)
$113.60
5D
4C
Yakima
Divers £t Tenders
Dive Supervisor/Master
$76.33
5D
4C
Yakima
Divers Et Tenders
Diver .
$113.60
5D
4C
8V
Yakima
Divers Et Tenders
Diver On Standby
$71.33
5D
4C
!Yakima
Divers Et Tenders
Diver Tender
$64.71
5D
4C
;Yakima
Divers Et Tenders
Manifold Operator
$64.71
5D
4C
,Yakima
Divers Et Tenders
Manifold Operator Mixed Gas
$69.71
5D
4C
!Yakima
Divers Et Tenders
Remote Operated Vehicle
Operator/Technician
$64.71
5D
4C
°Yakima
e
Divers Et Tenders
$60.29
5A
4C
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
11/12/2018
Page 2 of 16
Remote Operated Vehicle
Tender
Yakima
Dredge Workers
Assistant Engineer
$56.44
5D
3F
Yakima
Dredge Workers
Assistant Mate (Deckhand)
$56.00
5D
3F
Yakima
Dredge Workers
Boatmen
$56.44
5D
3F
Yakima
Dredge Workers
Engineer Welder
$57.51
5D
3F
Yakima
Dredge Workers
Leverman, Hydraulic
$58.67
5D
3F
Yakima
Dredge Workers
Mates
$56.44
5D
3F
Yakima
Dredge Workers
Oiler
$56.00
5D
3F
Yakima
Drywall Applicator
Journey Level
$42.98
5D
4C
Yakima
Drywall Tapers
Journey Level
$40.10
7E
1P
Yakima
Electrical Fixture Maintenance
Journey Level
$43.32
1
Workers
Yakima
Electricians - Inside
Cable Splicer
$66.39
5A
1E
Yakima
Electricians - Inside
Journey Level
$64.15
5A
1E
Yakima
Electricians - Inside
Welder
$68.63
5A
1E
Yakima
Electricians - Motor Shop
Craftsman
$15.37
1
Yakima
Electricians - Motor Shop
Journey Level
$14.69
1
Yakima
Electricians - Powerline
Cable Splicer
$79.43
5A
4D
Construction
Yakima
Electricians - Powerline
Certified Line Welder
$69.75
5A
4D
Construction
Yakima
Electricians - Powerline
Groundperson
$46.28
5A
4D
Construction
Yakima
Electricians - Powerline
Heavy Line Equipment
Operator
$69.75
5A
4D
Construction
Yakima
Electricians - Powerline
Journey Level Lineperson
$69.75
5A
4D
Construction
Yakima
Electricians - Powerline
Line Equipment Operator
$59.01
5A
4D
Construction
Yakima
Electricians - Powerline
Meter Installer
$46.28
5A
4D
8W
Construction
Yakima
Electricians - Powerline
Pole Sprayer
$69.75
5A
4D
Construction
Yakima
Electricians - Powerline
Powderperson
$52.20
5A
4D
Construction
Yakima
Electronic Technicians
Journey Level
$41.22
51
16
Yakima
Elevator Constructors
Mechanic
$91.24
7D
4A
Yakima
Elevator Constructors
Mechanic In Charge
$98.51
7D
4A
Yakima
Fabricated Precast Concrete
Craftsman - In -Factory Work
Only
$11.50
1
Products
Yakima
Fabricated Precast Concrete
Journey Level
$11.50
1
Products
Yakima
Fabricated Precast Concrete
Journey Levet - In -Factory
Work Only
$11.50
1
Products
Yakima
Fence Erectors
Fence Erector
$37.11
7A
31
Yakima
Fence Erectors
Fence Laborer
$37.11
7A
31
Yakima
Flaggers
Journey Level
$37.11
7A
31
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
11/12/2018
Page 3 of 16
1
;Yakima
Glaziers
Journey Level
$30.59
7L
4L
Yakima
j
Heat Et Frost Insulators And
Journeyman
$73.58
5J
4H
Asbestos Workers
Yakima
Heating Equipment Mechanics
Journey Level
$60.31
5A
1X
!Yakima
Hod Carriers Et Mason Tenders
Journey Level
$40.67
7A
31
jYakima
Industrial Power Vacuum
Journey Level
$11.50
1
Cleaner
[Yakima
Inland Boatmen
Journey Level
$11.50
1
{Yakima
Inspection/Cleaning/Sealing
Cleaner Operator, Foamer
Operator
$11.50
1
Of Sewer Et Water Systems By
Remote Control
`Yakima
!
Inspection/Cleaning/Sealing
Grout Truck Operator
$11.50
1
Of Sewer Et Water Systems By
Remote Control
':Yakima
Inspection/Cleaning/Sealing
Head Operator
$12.78
1
Of Sewer Et Water Systems By
Remote Control
jYakima
Inspection/Cleaning/Sealing
Technician
$11.50
1
Of Sewer Et Water Systems By
Remote Control
;Yakima
"s
Inspection/Cleaning/Sealing
Tv Truck Operator
$11.50
1
Of Sewer Et Water Systems By
Remote Control
:Yakima
Insulation Applicators
Journey Level
$42.98
5D
4C
Yakima
Ironworkers
Journeyman
$61.21
7N
10
;Yakima
i
Laborers
Air, Gas Or Electric Vibrating
Screed
$39.51
7A
31
;Yakima
Laborers
Airtrac Drill Operator
$40.67
7A
31
;Yakima
Laborers
Ballast Regular Machine
$39,.51
7A
31
;Yakima
Laborers
Batch Weighman
$37.11
7A
31
Yakima
Laborers
Brick Pavers
$39.51
7A
31
!Yakima
Laborers
Brush Cutter
$39.51
7A
31
jYakima
Laborers
Brush Hog Feeder
$39.51
7A
31
;Yakima
Laborers
Burner
$39.51
7A
31
Yakima
Laborers
Caisson Worker
$40.67
7A
31
!Yakima
Laborers
Carpenter Tender
$39.51
7A
31
!Yakima
Laborers
Cement Dumper -paving
$40.18
7A
31
!Yakima
Laborers
Cement Finisher Tender
$39.51
7A
31
'Yakima
Laborers
Change House Or Dry Shack
$39.51
7A
31
Yakima
Laborers
Chipping Gun (under 30 Lbs.)
$39.51
7A
31
Yakima
Laborers
Chipping Gun(30 Lbs. And
Over)
$40.18
7A
31
=`;Yakima
Laborers
Choker Setter
$39.51
7A
31
iYakima
Laborers
Chuck Tender
$39.51
7A
31
'Yakima
Laborers
Clary Power Spreader
$40.18
7A
31
!Yakima
Laborers
Clean-up Laborer
$39.51
7A
31
Yakima
Laborers
Concrete Dumper/chute
Operator
$40.18
7A
31
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
11/12/2018
Page 4 of 16
Yakima
Laborers
Concrete Form Stripper
$39.51
7A
31
Yakima
Laborers
Concrete Placement Crew
$40.18
7A
31
Yakima
Laborers
Concrete Saw Operator/core
Driller
$40.18
7A
31
Yakima
Laborers
Crusher Feeder
$37.11
7A
31
Yakima
Laborers
Curing Laborer
$39.51
7A
31
Yakima
Laborers
Demolition: Wrecking a
Moving (incl. Charred
Material)
$39.51
7A
31
Yakima
Laborers
Ditch Digger
$39.51
7A
31
Yakima
Laborers
Diver
$40.67
7A
31
Yakima
Laborers
Drill Operator
(hydraulic,diamond)
$40.18
7A
31
Yakima
Laborers
Dry Stack Walls
$39.51
7A
31
Yakima
Laborers
Dump Person
$39.51
7A
31
Yakima
Laborers
Epoxy Technician
$39.51
7A
31
Yakima
Laborers
Erosion Control Worker
$39.51
7A
31
Yakima
Laborers
Faller Et Bucker Chain Saw
$40.18
7A
31
Yakima
Laborers
Fine Graders
$39.51
7A
31
Yakima
Laborers
Firewatch
$37.11
7A
31
Yakima
Laborers
Form Setter
$39.51
7A
31
Yakima
Laborers
Gabian Basket Builders
$39.51
7A
31
Yakima
Laborers
General Laborer
$39.51
7A
31
Yakima
Laborers
Grade Checker Et Transit
Person
$40.67
7A
31
Yakima
Laborers
Grinders
$39.51
7A
31
Yakima
Laborers
Grout Machine Tender
$39.51
7A
31
Yakima
Laborers
Groutmen (pressure)including
Post Tension Beams
$40.18
7A
31
Yakima
Laborers
Guage and Lock Tender
$40.77
7A
31
Yakima
Laborers
Guardrail Erector
$39.51
7A
31
Yakima
Laborers
Hazardous Waste Worker
(level A)
$40.67
7A
31
Yakima
Laborers
Hazardous Waste Worker
(level B)
$40.18
7A
31
Yakima
Laborers
Hazardous Waste Worker
(level C)
$39.51
7A
31
Yakima
Laborers
High Scaler
$40.67
7A
31
Yakima
Laborers
Jackhammer
$40.18
7A
31
Yakima
Laborers
Laserbeam Operator
$40.18
7A
31
Yakima
Laborers
Maintenance Person
$39.51
7A
31
Yakima
Laborers
Manhole Builder-mudman
$40.18
7A
31
Yakima
Laborers
Material Yard Person
$39.51
7A
31
Yakima
Laborers
Motorman -dinky Locomotive
$40.18
7A
31
Yakima
Laborers
Nozzleman (concrete Pump,
Green Cutter When Using
Combination Of High Pressure
$40.18
7A
31
https://fortress.wa.gov/1ni/wagelookup/prvWagelookup.aspx
11/12/2018
t
Page 5of16
1
1
Air Et Water On Concrete Et
Rock, Sandblast, Gunite,
Shotcrete, Water Bla
Yakima
Laborers
Pavement Breaker
$40.18
/A
31
!Yakima
Laborers
Pilot Car
$37.11
7A
31
!Yakima
Laborers
Pipe Layer(lead)
$40.67
7A
31
;Yakima
Laborers
Pipe Layer/tailor
$40.18
7A
31
!Yakima
Laborers
Pipe Pot Tender
$40.18
7A
31
!Yakima
Laborers
Pipe Reliner
$40.18
7A
31
Yakima
Laborers
Pipe Wrapper
$40.18
7A
31
;Yakima
Laborers
Pot Tender
$39.51
7A
31
;Yakima
Laborers
Powderman
$40.67
7A
31
Yakima
Laborers
Powderman's Helper
$39.51
7A
31
Yakima
Laborers
Power Jacks
$40.18
7A
31
jYakima
Laborers
Railroad Spike Puller - Power
$40.18
7A
31
Yakima
Laborers
Raker - Asphalt
$40.67
7A
31
Yakima
Laborers
Re-timberman
$40.67
7A
31
1Yakima
Laborers
Remote Equipment Operator
$40.18
7A
31
Yakima
Laborers
Rigger/signal Person
$40.18
7A
31
Yakima
Laborers
Rip Rap Person
$39.51
7A
31
IYakima
Laborers
Rivet Buster
$40.18
7A
31
jYakima
Laborers
Rodder
$40.18
7A
31
;Yakima
Laborers
Scaffold Erector
$39.51
7A
31
!Yakima
Laborers
Scale Person
$39.51
7A
31
;Yakima
Laborers
Eloper (over 20")
$40.18
7A
31
!Yakima
Laborers
Sloper Sprayer
$39.51
7A
31
;Yakima
Laborers
Spreader (concrete)
$40.18
7A •
31
!Yakima
Laborers
Stake Hopper
$39.51
7A
31
!Yakima
Laborers
Stock Piler
$39.51
7A
31
iYakima
1
Laborers
Tamper Et Similar Electric, Air
a Gas Operated Tools
$40.18
7A
31
Yakima
I
Laborers
Tamper (multiple Et Self-
propelled)
$40.18
7A
31
Yakima
Laborers
Timber Person - Sewer
(lagger, Shorer Et Cribber)
$40.18
7A
31
!Yakima
Laborers
Toolroom Person (at Jobsite)
$39.51
7A
31
1Yakima
Laborers
Topper
$39.51
7A
31
(Yakima
Laborers
Track Laborer
$39.51
7A
31
kYakima
Laborers
Track Liner (power)
$40.18
7A
31
IYakima
Laborers
Traffic Control Laborer
$39.33
7A
31
8R
!Yakima
Laborers
Traffic Control Supervisor
$39.33
7A
31
8R
jYakima
Laborers
Truck Spotter
$39.51
7A
31
jYakima
Laborers
Tugger Operator
$40.18
7A
31
!Yakima
Laborers
Tunnel Work -Miner
$40.77
7A
31
8�(
IYakima
Laborers
Vibrator
$40.18
7A
31
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
11/12/2018
Page 6 of 16
Yakima
Laborers
Vinyl Seamer
$39.51
7A
31
Yakima
Laborers
Watchman
$33.85
7A
31
Yakima
Laborers
Welder
$40.18
7A
31
Yakima
Laborers
Well Point Laborer
$40.18
7A
31
Yakima
Laborers
Window Washer/cleaner
$33.85
7A
31
Yakima
Laborers - Underground Sewer
General Laborer Et Topman
$39.51
7A
31
Et Water
Yakima
Laborers - Underground Sewer
Pipe Layer
$40.18
7A
31
Et Water
Yakima
Landscape Construction
Landscape Laborer
$33.85
7A
31
Yakima
Landscape Construction
Landscape Operator
$59.49
7A
3C
8P
Yakima
Lathers
Journey Level
$58.48
5D
1H
Yakima
Marble Setters
Journey Level
$49.04
5A
1M
Yakima
Metal Fabrication (In Shop)
Fitter
$12.00
1
Yakima
Metal Fabrication (In Shop)
Laborer
$11.50
1
Yakima
Metal Fabrication (In Shop)
Machine Operator
$11.50
1
Yakima
Metal Fabrication (In Shop)
Painter
$12.00
1
Yakima
Metal Fabrication (In Shop)
Welder
$11.50
1
Yakima
Millwright
Journey Level
$61.54
5D
4C
Yakima
Modular Buildings
Journey Levet
$14.11
1
Yakima
Painters
Journey Level
$34.65
6Z
1W
Yakima
Pile Driver
Journey Level
$58.10
5D
4C
Yakima
Plasterers
Journey Level
$56.54
zg
1R
Yakima
Playground Et Park Equipment
Journey Level
$11.50
1
Installers
'Yakima
Plumbers a Pipefitters
Journey Level
$80.93
6Z
Yakima
Power Equipment Operators
Asphalt Plant Operators
$60.49
7A
3C
8P
Yakima
Power Equipment Operators
Assistant Engineer
$56.90
7A
3C
8P
Yakima
Power Equipment Operators
Barrier Machine (zipper)
$59.96
7A
3C
8P ,
Yakima
Power Equipment Operators
Batch Plant Operator,
Concrete
$59.96
7A
3C
8P
Yakima
Power Equipment Operators
Bobcat
$56.90
7A
3C
8P
Yakima
Power Equipment Operators
Brokk - Remote Demolition
Equipment
$56.90
7A
3C
8P
Yakima
Power Equipment Operators
Brooms
$56.90
7A
3C
8P
Yakima
Power Equipment Operators
Bump Cutter
$59.96
7A
3C
8P
Yakima
Power Equipment Operators
Cableways
$60.49
7A
3C
8P
Yakima
Power Equipment Operators
Chipper
$59.96
7A
3C
8P
Yakima
Power Equipment Operators
Compressor
$56.90
7A
3C
8P
Yakima
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Over
42M
$60.49
7A
3C
8P '
Yakima
Power Equipment Operators
Concrete Finish Machine -
laser Screed
$56.90
7A
3C
8P
Yakima
Power Equipment Operators
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$59.49
7A
3C
8P
t
t
https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx
11/12/2018
Page 7 of 16
1
;Yakima
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$59.96
7A
3C
8P
'Yakima
Power Equipment Operators
Conveyors
$59.49
7A
3C
8P
'Yakima
Power Equipment Operators
Cranes Friction: 200 tons and
over
$62.33
7A
3C
8P
Yakima
E
I
Power Equipment Operators
Cranes: 20 Tons Through 44
Tons With Attachments
$59.96
7A
3C
8P
!Yakima
Power Equipment Operators
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$61.10
7A
3C
8P
Yakima
Power Equipment Operators
Cranes: 200 tons- 299 tons, or
250' of boom including jib
with attachments
$61.72
7A
3C
8P
Yakima
Power Equipment Operators
Cranes: 300 tons and over or
300' of boom including jib
with attachments
$62.33
7A
3C
8P
Yakima
Power Equipment Operators
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$60.49
7A
3C
8P
Yakima
g
Power Equipment Operators
Cranes: A -frame - 10 Tons And
Under
$56.90
7A
3C
8P
Yakima
Power Equipment Operators
Cranes: Friction cranes
through 199 tons
$61.72
7A
3C
8P
!Yakima
I
!
Power Equipment Operators
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$59.49
7A
3C
8P
;Yakima
Power Equipment Operators
Crusher
$59.96
7A
3C
8P
Yakima
Power Equipment Operators
Deck Engineer/deck Winches
(power)
$59.96
7A
3C
8P
Yakima
Power Equipment Operators
Derricks, On Building Work
$60.49
7A
3C
8P
Yakima
Power Equipment Operators
Dozers D-9 Et Under
$59.49
7A
3C
8P
!Yakima
Power Equipment Operators
Drill Oilers: Auger Type, Truck
Or Crane Mount
$59.49
7A
3C
8P
!Yakima
Power Equipment Operators
Drilling Machine
$61.10
7A
3C
8P
[Yakima
Power Equipment Operators
Elevator And Man -lift:
Permanent And Shaft Type
$56.90
7A
3C
8P
Yakima
;
Power Equipment Operators
Finishing Machine, Bidwell
And Gamaco Et Similar
Equipment
$59.96
7A
3C
8P
'Yakima
Power Equipment Operators
Forklift: 3000 Lbs And Over
With Attachments
$59.49
7A
3C
8P
jYakima
Power Equipment Operators
Forklifts: Under 3000 Lbs.
With Attachments
$56.90
7A
3C
8P
;Yakima
Power Equipment Operators
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$59.96
7A
3C
8P
[Yakima
Power Equipment Operators
Gradechecker/stakeman
$56.90
7A
3C
8P
!Yakima
Power Equipment Operators
Guardrail Punch
$59.96
7A
3C
8P '
[Yakima
Power Equipment Operators
$60.49
7A
3C
8P
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
11/12/2018
Page 8 of 16
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et Over
Yakima
Power Equipment Operators
Hard Tail End Dump
Articulating Off -road
Equipment Under 45 Yards
$59.96
7A
3C
8P
Yakima
Power Equipment Operators
Horizontal/directional Drill
Locator
$59.49
7A
3C
8P ';
Yakima
Power Equipment Operators
Horizontal/directional Drill
Operator
$59.96
7A
3C
8P
Yakima
Power Equipment Operators
Hydratifts/boom Trucks Over
10 Tons
$59.49
7A
3C
8P '.
Yakima
Power Equipment Operators
Hydralifts/boom Trucks, 10
Tons And Under
$56.90
7A
3C
8P
Yakima
Power Equipment Operators
Loader, Overhead 8 Yards. Et
Over
$61.10
7A
3C
8P
Yakima
Power Equipment Operators
Loader, Overhead, 6 Yards.
But Not Including 8 Yards
$60.49
7A
3C
8P
Yakima
Power Equipment Operators
Loaders, Overhead Under 6
Yards
$59.96
7A
3C
8P
Yakima
Power Equipment Operators
Loaders, Plant Feed
$59.96
7A
3C
8P
Yakima
Power Equipment Operators
Loaders: Elevating Type Belt
$59.49
7A
3C
8P
Yakima
Power Equipment Operators
Locomotives, All
$59.96
7A
3C
8P
Yakima
Power Equipment Operators
Material Transfer Device
$59.96
7A
3C
8P
Yakima
Power Equipment Operators
Mechanics, All (leadmen -
$0.50 Per Hour Over
Mechanic)
$61.10
7A
3C
8P
Yakima
Power Equipment Operators
Motor Patrol Graders
$60.49
7A
3C
8P
Yakima
Power Equipment Operators
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And/or Shield
$60.49
7A
3C
8P
Yakima
Power Equipment Operators
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$56.90
7A
3C
8P
Yakima
Power Equipment Operators
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$59.49
7A
3C
8P
Yakima
Power Equipment Operators
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$59.96
7A
3C
8P
Yakima
Power Equipment Operators
Overhead, Bridge Type: 100
Tons And Over
$61.10
7A
3C
8P
Yakima
Power Equipment Operators
Overhead, Bridge Type: 45
Tons Through 99 Tons
$60.49
7A
3C
8P
Yakima
Power Equipment Operators
Pavement Breaker
$56.90
7A
3C
8P
Yakima
Power Equipment Operators
Pile Driver (other Than Crane
Mount)
$59.96
7A
3C
8P
Yakima
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$59.49
7A
3C
8P
,Yakima
Power Equipment Operators
Posthole Digger, Mechanical
$56.90
7A
3C
8P
Yakima
Power Equipment Operators
Power Plant
$56.90
7A
3C
8P -
Yakima
Power Equipment Operators
Pumps - Water
$56.90
7A
3C
8P
Yakima
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$60.49
7A
3C
8P
1
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
11/12/2018
i
Page 9 of 16
1
� Yakima
Power Equipment Operators
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$56.90
7A
3C
8P
Yakima
Power Equipment Operators
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$60.49
7A
3C
8P
Yakima
Power Equipment Operators
Rigger And Bellman
$56.90
7A
3C
8P
Yakima
Power Equipment Operators
Rigger/Signal Person, Bellman
(Certified)
$59.49
7A
3C
—
8P i
Yakima
Power Equipment Operators
Rollagon
$60.49
7A
3C
8P
Yakima
Power Equipment Operators
Roller, Other Than Plant Mix
$56.90
7A
3C
8P
Yakima
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
Materials
$59.49
7A
3C
8P
Yakima
Power Equipment Operators
Roto-mill, Roto-grinder
$59.96
7A
3C
8P
Yakima
Power Equipment Operators
Saws - Concrete
$59.49
7A
3C
8P
Yakima
Power Equipment Operators
Scraper, Self Propelled Under
45 Yards
$59.96
7A
3C
8P
Yakima
Power Equipment Operators
Scrapers - Concrete Et Carry
All
$59.49
7A
—
3C
—
8P
—
Yakima
Power Equipment Operators
Scrapers, Self-propelled: 45
Yards And Over
$60.49
7A
3C
8P
Yakima
Power Equipment Operators
Service Engineers - Equipment
$59.49
7A
3C
8P
Yakima
Power Equipment Operators
Shotcrete/gunite Equipment
$56.90
7A
3C
8P
Yakima
Power Equipment Operators
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric
Tons.
$59.49
7A
3C
8P
;Yakima
Power Equipment Operators
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$60.49
7A
3C
8P
!Yakima
I
Power Equipment Operators
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$59.96
7A
3C
8P
Yakima
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$61.10
7A
3C
8P
Yakima
,
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$61.72
7A
3C
8P
Yakima
Power Equipment Operators
Slipform Pavers
$60.49
7A
3C
8P
Yakima
i
Power Equipment Operators
Spreader, Topsider a
Screed man
$60.49
7A
3C
8P
Yakima
Power Equipment Operators
Subgrader Trimmer
$59.96
7A
3C
8P
1Yakima
Power Equipment Operators
Tower Bucket Elevators
$59.49
7A
3C
8P
Yakima
Power Equipment Operators
Tower Crane Up To 175' In
Height Base To Boom
$61.10
7A
3C
8P
;Yakima
Power Equipment Operators
Tower Crane: over 175'
through 250' in height, base
to boom
$61.72
7A
3C
8P
Yakima
Power Equipment Operators
Tower Cranes: over 250' in
height from base to boom
$62.33
7A
3C
8P
!Yakima
j
Power Equipment Operators
Transporters, All Track Or
Truck Type
$60.49
7A
3C
8P
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
11/12/2018
Page 10 of 16
Yakima
Power Equipment Operators
Trenching Machines
$59.49
7A
3C
8P
:Yakima
Power Equipment Operators
Tnick Crane Oiler/driver - 100
Tons And Over
$59.96
7A
3C
8P
Yakima
Power Equipment Operators
Truck Crane Oiler/driver
Under 100 Tons
$59.49
7A
3C
8P
'Yakima
Power Equipment Operators
Truck Mount Portable
Conveyor
$59.96
7A
3C
8P
;Yakima
Power Equipment Operators
Welder
$60.49
7A
3C
8P
Yakima
Power Equipment Operators
Wheel Tractors, Farman Type
$56.90
7A
3C
8P
;Yakima
Power Equipment Operators
Yo Yo Pay Dozer
$59.96
7A
3C
8P
Yakima
Power Equipment Operators-
Asphalt Plant Operators
$60.49
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Assistant Engineer
$56.90
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Barrier Machine (zipper)
$59.96
7A
3C
8P
Underground Sewer Et Water
'Yakima
Power Equipment Operators-
Batch Plant Operator,
Concrete
$59.96
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Bobcat
$56.90
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Brokk - Remote Demolition
Equipment
$56.90
7A
3C
8P ;
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Brooms
$56.90
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Bump Cutter
$59.96
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Cableways
$60.49
7A
3C
8P i
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Chipper
$59.96
7A
3C
8P i
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Compressor
$56.90
7A
_
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Over
42 M
$60.49
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Concrete Finish Machine -
laser Screed
$56.90
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$59.49
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Up To
42 m
$59.96
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Conveyors
$59.49
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Cranes Friction: 200 tons and
over
$62.33
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Cranes: 20 Tons Through 44
Tons With Attachments
$59.96
7A
3C
8P r
Underground Sewer Et Water
Yakima
$61.10
7A
3C
8P
https://fortress.wa.gov/Ini/wagelookup/pryWagelookup.aspx
11/12/2018
Page 11 of 16
1
(
Power Equipment Operators-
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom
(Including Jib With
Attachments)
Underground Sewer & Water
Yakima
Power Equipment Operators-
Cranes: 200 tons- 299 tons, or
250' of boom including jib
with attachments
$61.72
7A
3C
8P
Underground Sewer Et Water
Yakima
f
Power Equipment Operators-
Cranes: 300 tons and over or
300' of boom including jib
with attachments
$62.33
7A
3C
8P
Underground Sewer & Water
;Yakima
Power Equipment Operators-
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$60.49
7A
3C
8P
Underground Sewer Et Water
Yakima
e
Power Equipment Operators-
Cranes: A -frame - 10 Tons And
Under
$56.90
7A
3C
8P
Underground Sewer & Water
iYakima
Power Equipment Operators-
Cranes: Friction cranes
through 199 tons
$61.72
7A
3C
8P 1
Underground Sewer & Water
Yakima
I
Power Equipment Operators-
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$59.49
7A
3C
8P ?.
Underground Sewer & Water
Yakima
Power Equipment Operators-
Crusher
$59.96
7A
3C
8P
Underground Sewer Et Water
`Yakima
Power Equipment Operators-
Deck Engineer/deck Winches
(power)
$59.96
7A
3C
8P
Underground Sewer Et Water
iYakima
Power Equipment Operators-
Derricks, On Building Work
$60.49
7A
3C
8P
Underground Sewer Et Water
;Yakima
I
Power Equipment Operators-
Dozers D-9 Et Under
$59.49
7A
3C
8P 1
Underground Sewer Et Water
;Yakima
Power Equipment Operators-
Drill Oilers: Auger Type, Truck
Or Crane Mount
$59.49
7A
3C
8P
Underground Sewer Et Water
iYakima
Power Equipment Operators-
Drilling Machine
$61.10
7A
3C
8P I
Underground Sewer Et Water
Yakima
i
Power Equipment Operators-
Elevator And Man -lift:
Permanent And Shaft Type
$56.90
7A
3C
8P
Underground Sewer Et Water
;Yakima
Power Equipment Operators-
Finishing Machine, Bidwell
And Gamaco Et Similar
Equipment
$59.96
7A
3C
8P
Underground Sewer Et Water
!Yakima
Power Equipment Operators-
Forklift: 3000 Lbs And Over
With Attachments
$59.49
7A
3C
8P
1
Underground Sewer Et Water
;Yakima
Power Equipment Operators-
Forklifts: Under 3000 Lbs.
With Attachments
$56.90
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$59.96
7A
3C
8P
Underground Sewer Et Water
iYakima
Power Equipment Operators-
Gradechecker/stakeman
$56.90
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Guardrail Punch
$59.96
7A
3C
8P
Underground Sewer & Water
Yakima
Power Equipment Operators-
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et Over
$60.49
7A
3C
8P
Underground Sewer & Water
;Yakima
$59.96
7A
3C
8P f
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
11/12/2018
Page 12 of 16
Power Equipment Operators-
Hard Tail End Dump
Articulating Off -road
Equipment Under 45 Yards
Underground Sewer Et Water
"Yakima
Power Equipment Operators-
Horizontal/directional Drill
Locator
$59.49
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Horizontal/directional Drill
Operator
$59.96
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Hydralifts/boom Trucks Over
10 Tons
$59.49
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Hydralifts/boom Trucks, 10
Tons And Under
$56.90
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Loader, Overhead 8 Yards. Et
Over
$61.10
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Loader, Overhead, 6 Yards.
But Not Including 8 Yards
$60.49
7A
3C
8P
Underground Sewer Et Water
;Yakima
Power Equipment Operators-
Loaders, Overhead Under 6
Yards
$59.96
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Loaders, Plant Feed
$59.96
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Loaders: Elevating Type Belt
$59.49
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Locomotives, All
$59.96
7A
3C
8P
Underground Sewer Et Water
,Yakima
Power Equipment Operators-
Material Transfer Device
$59.96
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Mechanics, All (leadmen -
$0.50 Per Hour Over
Mechanic)
$61.10
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Motor Patrol Graders
$60.49
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And/or Shield
$60.49
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$56.90
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$59.49
7A
3C
8P ,
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$59.96
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Overhead, Bridge Type: 100
Tons And Over
$61.10
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Overhead, Bridge Type: 45
Tons Through 99 Tons
$60.49
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Pavement Breaker
$56.90
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Pile Driver (other Than Crane
Mount)
$59.96
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$59.49
7A
3C
8P
Underground Sewer Et Water
Yakima
Posthole Digger, Mechanical
$56.90
7A
3C
8P
e
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
11/12/2018
Page 13 of 16
i
i
!
Power Equipment Operators-
8P
Underground Sewer Et Water
;Yakima
Power Equipment Operators-
Power Plant
$56.90
.7A
3C
Underground Sewer Et Water
:Yakima
_
Power Equipment Operators-
Pumps - Water
$56.90
7A
3C
8P
Underground Sewer Et Water
(Yakima
I
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$60.49
7A
3C
8P
Underground Sewer a Water
;Yakima
Power Equipment Operators-
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$56.90
7A
3C
8P
Underground Sewer a Water
Yakima
t
Power Equipment Operators-
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$60.49
7A
3C
8P
Underground Sewer Et Water
;Yakima
Power Equipment Operators-
Rigger And Beltman
$56.90
7A
3C
8P 1
Underground Sewer Et Water
Yakima
'
Power Equipment Operators-
Rigger/Signal Person, Beltman
(Certified)
$59.49
7A
3C
8P
Underground Sewer Et Water
!Yakima
Power Equipment Operators-
Rollagon
$60.49
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Roller, Other Than Plant Mix
$56.90
7A
3C
8P
Underground Sewer a Water
!Yakima
I
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
Materials
$59.49
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Roto-mill, Roto-grinder
$59.96
7A
3C
8P
Underground Sewer a Water
;Yakima
t
Power Equipment Operators-
Saws - Concrete
$59.49
7A
3C
8P
Underground Sewer a Water
'Yakima
Power Equipment Operators-
Scraper, Self Propelled Under
45 Yards
$59.96
7A
3C
8P
Underground Sewer a Water
}Yakima
Power Equipment Operators-
Scrapers - Concrete Et Carry
All
$59.49
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Scrapers, Self-propelled: 45
Yards And Over
$60.49
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Service Engineers - Equipment
$59.49
7A
3C
8P
Underground Sewer a Water
{Yakima
Power Equipment Operators-
Shotcrete/gunite Equipment
$56.90
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric
Tons.
$59.49
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$60.49
7A
3C
8P
Underground Sewer Et Water
;Yakima
Power Equipment Operators-
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$59.96
7A
3C
8P
Underground Sewer a Water
!Yakima
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$61.10
7A
3C
8P
Underground Sewer a Water
Yakima
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$61.72
7A
3C
8P j
Underground Sewer a Water
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
11/12/2018
Page 14 of 16
Yakima
Power Equipment Operators-
Slipform Pavers
$60.49
$60.49
7A
7A
3C
3C
8P
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Spreader, Topsider Et
Screedman
Underground Sewer Et Water
'Yakima
Power Equipment Operators-
Subgrader Trimmer
$59.96
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Tower Bucket Elevators
$59.49
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Tower Crane Up To 175' In
Height Base To Boom
$61.10
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Tower Crane: over 175'
through 250' in height, base
to boom
$61.72
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Tower Cranes: over 250' in
height from base to boom
$62.33
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Transporters, All Track Or
Truck Type
$60.49
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Trenching Machines
$59.49
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Truck Crane Oiler/driver - 100
Tons And Over
$59.96
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Truck Crane Oiler/driver
Under 100 Tons
$59.49
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Truck Mount Portable
Conveyor
$59.96
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Welder
$60.49
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Wheel Tractors, Farmall Type
$56.90
7A
3C
8P '
Underground Sewer Et Water
Yakima
Power Equipment Operators-
Yo Yo Pay Dozer
$59.96
7A
3C
8P
Underground Sewer Et Water
Yakima
Power Line Clearance Tree
Journey Level In Charge
$49.96
5A
4A
Trimmers
Yakima
Power Line Clearance Tree
Spray Person
$47.37
5A
4A
Trimmers
Yakima
Power Line Clearance Tree
Tree Equipment Operator
$49.96
5A
4A
Trimmers
Yakima
Power Line Clearance Tree
Tree Trimmer
$44.57
5A
4A
Trimmers
Yakima
Power Line Clearance Tree
Tree Trimmer Groundperson
$33.60
5A
4A
Trimmers
Yakima
Refrigeration Et Air
Journey Level
$80.93
6Z
1S
Conditioning Mechanics
Yakima
Residential Brick Mason
Journey Level
$49.04
5A
1M
Yakima
Residential Carpenters
Journey Level
$42.98
5D
4C
Yakima
Residential Cement Masons
Journey Level
$43.20
7B
1N
Yakima
Residential Drywall
Journey Level
$42.98
5D
4C
Applicators
Yakima
Residential Drywall Tapers
Journey Level
$40.10
7E
1P
Yakima
Residential Electricians
Journey Level
$29.14
5A
1E
1
t
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
11/12/2018
Page 15 of 16
1
t
!Yakima
Residential Glaziers
Journey Level
$30.59
7L
4L
`Yakima
Residential Insulation
Journey Level
$42.98
5D
4C
Applicators
!Yakima
Residential Laborers
Journey Level
$36.68
7A
1H
j
(Yakima
Residential Marble Setters
Journey Level
$49.04
5A
1M
;Yakima
Residential Painters
Journey Level
$34.65
6Z
1W
`Yakima
Residential Plumbers Et
Journey Level
$58.78
6Z
1g,
Pipefitters
!Yakima
E
Residential Refrigeration Et
Journey Level
$58.78
6Z
1g
Air Conditioning Mechanics
!Yakima
Residential Sheet Metal
Journey Level (Field or Shop)
$44.14
5A
1X
Workers
;Yakima
Residential Soft Floor Layers
Journey Level
$17.55
1
;Yakima
Residential Sprinkler Fitters
Journey Level
$31.19
7J
1R
(Fire Protection)
}Yakima
Residential Stone Masons
Journey Level
$49.04
5A
1M
!Yakima
Residential Terrazzo Workers
Journey Level
$42.21
5A
1M
}Yakima
Residential Terrazzo/Tile
Journey Level
$34.33
5A
1M
Finishers
!Yakima
Residential Tile Setters
Journey Level
$42.21
5A
1M
!Yakima
Roofers
Irritable Bituminous Roofer
$43.21
7G
41
;Yakima
Roofers
Journeyman Roofer,
Waterproofer, Kettleman
$40.21
7G
41
}Yakima
Sheet Metal Workers
Journey Level (Field or Shop)
$60.31
5A
1X
!Yakima
Sign Makers Et Installers
Journey Level
$14.65
1
(Electrical)
(Yakima
Sign Makers Et Installers (Non-
Journey Level
$14.65
1
Electrical)
}Yakima
Soft Floor Layers
Journey Level
$23.11
5A
1N
}Yakima
Solar Controls For Windows
Journey Level
$11.50
1
Yakima
Sprinkler Fitters (Fire
Journey Level
$56.82
7J
1R
Protection)
Yakima
Stage Rigging Mechanics (Non
Journey Level
$13.23
1
Structural)
Yakima
Stone Masons
Journey Level
$49.04
5A
1M
!Yakima
Street And Parking Lot
Journey Level
$11.50
1
Sweeper Workers
!Yakima
}
Surveyors
Assistant Construction Site
Surveyor
$59.49
7A
3C
8P
?Yakima
Surveyors
Chainman
$58.93
7A
3C
8P
;Yakima
Surveyors
Construction Site Surveyor
$60.49
7A
3C
8P
IYakima
I
Telecommunication
Journey Level
$41.22
51
1B
Technicians
;Yakima
'
Telephone Line Construction -
Cable Splicer
$41.22
5A
2B
Outside
',Yakima
Telephone Line Construction -
Hole Digger/Ground Person
$23.12
5A
2B
Outside
!Yakima
Installer (Repairer)
$39.53
5A
2B
https://fortress.wa.gov/Inilwagelookup/prvWagelookup.aspx
11/12/2018
Page 16 of 16
Telephone Line Construction -
Outside
Yakima
Telephone Line Construction -
Special Aparatus Installer I
$41.22
5A
2B
Outside
Yakima
Telephone Line Construction -
Special Apparatus Installer II
$40.41
5A
2B
Outside
Yakima
Telephone Line Construction -
Telephone Equipment
Operator (Heavy)
$41.22
5A
2B
Outside
Yakima
Telephone Line Construction -
Telephone Equipment
Operator (Light)
$38.36
5A
2B
Outside
Yakima
Telephone Line Construction -
Telephone Lineperson
$38.36
5A
2B
Outside
Yakima
Telephone Line Construction -
Television Groundperson
$21.92
5A
2B
Outside
Yakima
Telephone Line Construction -
Television
Lineperson/Installer
$29.13
5A
2B
Outside
Yakima
Telephone Line Construction -
Television System Technician
$34.68
5A
2B
Outside
Yakima
Telephone Line Construction -
Television Technician
$31.18
5A
2B
Outside
Yakima
Telephone Line Construction -
Tree Trimmer
$38.36
5A
2B
Outside
Yakima
Terrazzo Workers
Journey Level
$42.21
5A
1M
Yakima
Tile Setters
Journey Level
$42.21
5A
1M
Yakima
Tile, Marble Et Terrazzo
Journey Level
$34.33
5A
1M
Finishers
Yakima
Traffic Control Stripers
Journey Level
$45.53
7A
1K
Yakima
Truck Drivers
Asphalt Mix Over 20 Yards
$45.35
5D
1V
8M
Yakima
Truck Drivers
Asphalt Mix To 20 Yards
$45.35
5D
1V
8M ;
Yakima
Truck Drivers
Dump Truck
$45.35
5D
1V
8M
Yakima
Truck Drivers
Dump Truck Et Trailer
$45.35
5D
1V
8M
Yakima
Truck Drivers
Other Trucks
$45.24
5D
1V
8M
Yakima
Truck Drivers - Ready Mix
Journey Level
$42.18
61
2G
Yakima
Well Drillers Et Irrigation
Irrigation Pump Installer
$25.44
1
Pump Installers
Yakima
Well Drillers a Irrigation
Oiler
$11.50
1
Pump Installers
Yakima
Well Drillers Et Irrigation
Well Driller
$18.00
1
Pump Installers
1
https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/12/2018
Benefit Code Key — Effective 8/31/2018 thru 3/2/2019
************************************************************************************************************
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 times the hourly rate of wage All hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage
C The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage
D The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and
the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly
rate of wage All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage
E The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half tunes 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 overtone 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 m a four -
ten hour schedule, 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 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.
I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage
J The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one-half tones 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 8/31/2018 thru 3/2/2019
Overtime Codes Continued
I 0 The first ten (10) hours worked on Saturday shall be paid at one and one-half tines the hourly rate of wage All hours
worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday
shall be paid at double the hourly rate of wage
P All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and
one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage
Q The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on
Saturdays shall be paid at one and one-half times the hourly rate of wage All hours worked in excess of ten (10)
hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Chnstmas day) shall
be paid at double the hourly rate of wage All hours worked on Christmas day shall be paid at two and one-half times
the hourly rate of wage
R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage
S The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays and all other overtime
hours worked, except Labor Day, shall be paid at double the hourly rate of wage All hours worked on Labor Day
shall be paid at three tines 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
V All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and
one-half times the hourly rate of wage All hours worked on Thanksgiving Day and Christmas day shall be paid at
double the hourly rate of wage
W All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the
employer)) shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid
at double the hourly rate of wage
X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage All hours worked over twelve (12) hours Monday
through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage When holiday falls on
Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the
holiday and all work performed shall be paid at double the hourly rate of wage
Y All hours worked outside the hours of 5.00 am and 5 00 pm (or such other hours as may be agreed upon by any
employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10
workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate
of wage (except for employees who are absent from work without pnor approval on a scheduled workday during the
workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or
40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours
worked on Sundays and Labor Day shall be paid at double the hourly rate of wage
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 8/31/2018 thru 3/2/2019
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 times the hourly rate of wage
F The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday
pay All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage.
G All hours worked on Sunday shall be paid at two times the hourly rate of wage All hours worked on paid holidays
shall be paid at two and one-half times the hourly rate of wage mcludmg 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
0 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 Fnday 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) m 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 ($1 00) per hour for all hours worked that shift. The employer shall
have the sole discretion to assign overtime work to employees. Primary consideration for overtone 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 8/31/2018 thru 3/2/2019
Overtime Codes Continued
3 E All hours worked Sundays and holidays shall be paid at double the hourly rate of wage Each week, once 40 hours of
straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid
at double the hourly wage rate
F All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked on
Sunday shall be paid at two times the hourly rate of wage All hours worked on paid holidays shall be paid at two and
one-half times the hourly rate of wage including holiday pay
H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at
two (2) times the regular rate of pay Work perfonned 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
I.
J
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 dunng 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 hohdays shall be paid at double the
hourly rate of wage
All hours worked between the hours of 10 00 pm and 5 00 am, Monday through Friday, and all hours worked on
Saturdays shall be paid at a 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
4 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly
rate of wage All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage
B All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly
rate of wage
C On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1-1/2) times the straight time rate of pay On Saturday, the first twelve (12) hours of work shall be paid at
one and one half (1-1/2) times the straight time rate of pay, except that if the Job is down on Monday through Friday
due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday
may be worked at the straight time rate of pay All hours worked over twelve (12) hours in a day and all hours worked
on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay
4
Benefit Code Key — Effective 8/31/2018 thru 3/2/2019
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
EXCEPTION
On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating
plants, industrial plants, associated installations and substations, except those substations whose primary function is
to feed a distribution system, will be paid overtime under the following rates
The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall
be paid at one and one-half times the hourly rate of wage All hours in excess of ten (10) hours will be at two (2) times
the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times
the hourly rate of wage All hours worked in excess of eight (8) hours on Saturday, and all hours worked on 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 (1'/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
H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,
and all hours on Sunday 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.
I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage All
hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage All hours
worked on Sundays and holidays shall be paid at double the hourly rate of wage
J The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage All
hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage All hours
worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly
rate of wage
K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday
is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all
hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage
5
Benefit Code Key — Effective 8/31/2018 thru 3/2/2019
4 L The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage All
hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay All hours
worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double
the hourly rate of wage All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage,
except that all hours worked on Labor Day shall be paid at double the hourly rate of pay
M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate Any employee reporting to work
less than nine (9) hours from their previous quitting tune shall be paid for such time at tune and one-half tunes the
hourly rate
N All hours worked on Saturdays shall be paid at one and one-half tunes the hourly rate of wage All hours worked on
Sundays and holidays, and all work performed between the hours of midnight (12.00 AM) and eight AM (8 00 AM)
every day shall be paid at double the hourly rate of wage
0 All hours worked between midnight Friday to nudmght Sunday shall be paid at one and one-half the hourly rate of
wage After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all
additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6)
hours or more All hours worked on Holidays shall be paid at double the hourly rate of wage
P All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage
Q The first four (4) 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 over twelve (12) hours Monday
through Saturday shall be paid at double the hourly rate All hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage
R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is
the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage
R. Placeholder
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)
Holiday Codes Continued
5 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)
6
t
Benefit Code Key — Effective 8/31/2018 thru 3/2/2019
5 I. Holidays New Year's Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, and Chnstmas Day
(6)
J Holidays New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day,
Christmas Eve Day, And Christmas Day (7)
K. Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9)
L Holidays: New Year's Day, Martin Luther King Jr Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, Friday after Thanksgiving Day, And Chnstmas Day (8)
N Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9)
P Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9) If A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday
Q Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas
Day (6)
R. Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After
Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day (7 1/2)
S Paid Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
And Christmas Day (7)
T Paid Holidays. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9)
Z. Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the
Friday after Thanksgiving Day, And Christmas Day (8)
6 A. Paid Holidays New Year's Day, Presidents' Day, Memorial Day. Independence Day, Labor Day, Thanksgiving Day,
the Fnday after Thanksgiving Day, And Christmas Day (8)
E Paid Holidays New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgivmg Day, Christmas Day, and a Half -
Day On Christmas Eve Day (9 1/2).
G Paid Holidays. New Year's Day, Martin Luther King Jr Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Veterans' Day, Thanksgiving Day, the Fnday after Thanksgiving Day, Chnstmas Day, and Christmas Eve
Day (11)
H. Paid Holidays. New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, Friday After Thanksgiving Day, Chnstmas Day, The Day After Christmas, And A Floating Holiday (10)
I. Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday
After Thanksgiving Day, And Christmas Day (7)
7
Benefit Code Key — Effective 8/31/2018 thru 3/2/2019
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)
Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Clistmas 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
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
Holiday Codes Continued
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
8
Benefit Code Key — Effective 8/31/2018 thru 3/2/2019
observed as a holiday on the preceding Friday
7 J Holidays New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6)
Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which
falls on a Saturday shall be observed as a holiday on the preceding Friday
K. Holidays New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day, And Christmas Day (8) Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday
L Holidays New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day
before Christmas Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday
on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday
M. Paid Holidays. New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day
after or before Christmas Day (10) Any holiday which falls on a Sunday shall be observed as a holiday on the
following Monday Any holiday which falls on a Satuuday shall be observed as a holiday on the preceding Friday
N Holidays New Year's Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday
P Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday
Q Holidays New Year's Day, Memonal Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the Last Working Day before Christmas Day and Chnstmas Day (8) Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday If any of the fisted holidays falls on a Saturday, the
precedmg Friday shall be a regular work day
Paid Holidays- New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day
after or before Christmas Day (10) If any of the listed holidays fall on Saturday, the preceding Friday shall be observed
as the holiday If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a
holiday and compensated accordingly
S Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9) If any of the listed holidays
falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly
T Paid Holidays New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day
after or before Christmas Day (10) If any of the listed holidays falls on a Sunday, the day observed by the Nation
shall be considered a holiday and compensated accordingly Any holiday which falls on a Saturday shall be observed
as a holiday on the preceding Friday
✓ Holidays New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
the Friday after Thanksgivmg Day, Christmas Day, the day before or after Christmas, and the day before or after New
Year's Day If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered
a holiday and compensated accordingly
9
Benefit Code Key — Effective 8/31/2018 thru 3/2/2019
Holiday Codes Continued
7 W Holidays New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before
New Year's Day, and a Floating Holiday
X. 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 the day before or after
Christmas day If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken
on the last normal workday If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday
will be taken on the next normal workday
Y Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day, and Christmas Day (8) If the holiday falls on a Sunday, then the day observed by the
federal government shall be considered a holiday and compensated accordingly
Z. Holidays New Year's Day, President's Day, Independence Day, Memorial 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
15 A. Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the 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
B Holidays New Year's Day, Martin Luther King Jr Day, President's Day, Memorial Day, Independence Day. Labor
Day, Veteran's Day, Thanksgiving Day, and Christmas Day (9)
C Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, the day before Christmas Day and Christmas Day (8)
D Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday
after Thanksgiving Day, Christmas Day, and the day after Christmas
Note Codes
8 D Workers working with supplied air on hazmat projects receive an additional $1 00 per hour
L Workers on hazmat projects receive additional hourly premiums as follows -Level A. $0 75, Level B $0 50, And
Level C $0.25
M. Workers on hazmat projects receive additional hourly premiums as follows Levels A & B $1 00, Levels C & D.
$0 50
N Workers on hazmat projects receive additional hourly premiums as follows -Level A. $1 00, Level B $0 75, Level
C $0 50. And Level D $0 25
10
Benefit Code Key — Effective 8/31/2018 thru 3/2/2019
Note Codes Continued
8 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 determu mg the scale paid.
R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flaggmg 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 dunng 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 Engmeer 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
U Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2 00, Class B Suit: $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 operatmg, 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
V In addition to the hourly wage and fringe benefits, the following depth and enclosure prenuums shall be paid. The
premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day
The premiums are to be paid one time for the day and are not used in calculatmg overtime pay
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
101' to 150' - $3 00 per foot for each foot over 101 feet. Over 151' to 220' - $4 00 per foot for each foot over 220 feet.
Over 221' - $5 00 per foot for each foot over 221 feet.
Enclosure prenuums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent
and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600'
- $1.50 per foot beginning at 300' Over 600' - $2 00 per foot beginning at 600'
W Meter Installers work on single phase 120/240V self-contained residential meters. The Lmeman/Groundmen rates
would apply to meters not fitting this description.
11
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
08/31/2018 Edition, Published August 1st, 2018
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, 1 P, and 2 and Concrete Inlets See Std Plans
X
2
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
3
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
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
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
08/31/2018 Edition, Published August 1st, 2018
2
i
t
ITEM DESCRIPTION
YES NO
8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for
mounting sign structures, luminaries and other items, shall be
made from commercial bolt stock.
See Contract Plans and Std Plans for size and material type.
X
9. Aluminum Pedestrian Handrail - Pedestrian handrail
conforming to the type and material specifications set forth in
the
contract plans. Welding of aluminum shall be
in accordance with Section 9-28 14(3).
X
10 Major Structural Steel Fabrication - Fabrication of major steel
items such as trusses, beams, girders, etc., for bridges
X
11 Minor Structural Steel Fabrication - Fabrication of minor steel
Items such as special hangers, brackets, access doors for
structures, access ladders for irrigation boxes, bridge expansion
joint systems, etc , involving welding, cutting, punching and/or
boring of holes. See Contact Plans for item description and
shop
drawings.
X
12 Aluminum Bridge Railing Type BP - Metal bridge railing
conforming to the type and material specifications set forth
in the Contract Plans Welding of aluminum shall be in
accordance with Section 9-28 14(3)
X
13 Concrete Piling--Precast-Prestressed concrete piling for use as
55
and 70 ton concrete piling Concrete to conform to
Section 9-19 1 of Std Spec..
X
14 Precast Manhole Types 1, 2, and 3 with cones, adjustment
sections and flat top slabs See Std. Plans.
X
15. Precast Drywell Types 1, 2, and with cones and adjustment
Sections
See Std. Plans
X
16 Precast Catch Basin - Catch Basin type 1, IL, 1P, and 2
With adjustment sections. See Std Plans
X
Supplemental to Wage Rates
08/31/2018 Edition, Published August 1st, 2018
3
ITEM DESCRIPTION
YES NO
17 Precast Concrete Inlet - with adjustment sections,
See Std Plans
X
18 Precast Drop Inlet Type 1 and 2 with metal grate supports
See Std Plans
X
19 Precast Grate Inlet Type 2 with extension and top units
See Std Plans
X
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
X
22 Vault Risers - For use with Valve Vaults and
Utilities
X
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
08/31/2018 Edition, Published August 1st, 2018
4
1
ITEM DESCRIPTION
YES NO
27. Precast Railroad Crossings - Concrete Crossing Structure
Slabs
X
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
X
29 Prestressed Concrete Girder Series 4-14 - Prestressed Concrete
Girders for use in structures Fabricator plant has annual
approval
of methods and materials to be used Shop Drawing to be
provided for approval prior to casting girders
See Std. Spec. Section 6-02 3(25)A
X
30. Prestressed Tri-Beam Girder - Prestressed Tri-Beam Girders for
use in structures Fabricator plant has annual approval of
methods and materials to be used Shop Drawing to be
provided
for approval prior to casting girders
See Std Spec Section 6-02 3(25)A
X
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.
X
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
X
33. Monument Case and Cover
See Std Plan.
X
111 Supplemental to Wage Rates
08/31/2018 Edition, Published August 1st, 2018
5
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
X
35 Mono -tube Sign Structures - Mono -tube Sign Bridge
fabricated to details shown in the Plans. Shop drawings for
approval are required prior to fabrication
X
36 Steel Sign Bridges - Steel Sign Bridges fabricated from steel
tubing meeting AASHTO-M-138 for Aluminum Alloys
See Std Plans, and Contract Plans for details The steel
structure
shall be galvanized after fabrication in accordance
with AASHTO-M-111
X
37 Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std
Plans Shop drawings for approval are to be provided prior to
fabrication
X
38 Light Standard -Prestressed - Spun, prestressed, hollow
concrete poles
X
39 Light Standards - Lighting Standards for use on highway
illumination systems, poles to be fabricated to conform with
methods and materials as specified on Std Plans See Specia
Provisions for pre -approved drawings
X
40 Traffic Signal Standards - Traffic Signal Standards for use on
highway and/or street signal systems Standards to be
fabricated
to conform with methods and material as specified on Std
Plans
See Special Provisions for pre -approved drawings
X
41 Precast Concrete Sloped Mountable Curb (Single and
DualFaced)
See Std Plans
X
Supplemental to Wage Rates
08/31/2018 Edition, Published August 1st, 2018
1
6 �
ITEM DESCRIPTION
YES NO
42 Traffic Signs - Prior to approval of a Fabricator of Traffic Signs,
the sources of the following materials must be submitted and
approved for reflective sheeting, legend material, and
aluminum
sheeting
NOTE: *** Fabrication inspection required Only signs tagged
"Fabrication Approved" by WSDOT Sign Fabrication Inspector
to be installed
X
X
Custom
Message
Std
Signing
Message
43 Cutting & bending reinforcing steel
X
44. Guardrail components
X
X
Custom
End Sec
Standard
Sec
45 Aggregates/Concrete mixes
Covered by
WAC 296-127-018
46 Asphalt
Covered by
WAC 296-127-018
47 Fiber fabrics
X
48 Electrical wiring/components
X
49 treated or untreated timber pile
X
50. Girder pads (elastomeric bearing)
X
51 Standard Dimension lumber
X
52. Irrigation components
X
Supplemental to Wage Rates
08/31/2018 Edition, Published August 1st, 2018
1
ITEM DESCRIPTION
YES NO
53 Fencing materials
x
54 Guide Posts
X
55 Traffic Buttons
X
56 Epoxy
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
08/31/2018 Edition, Published August 1st, 2018
8 �
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
o Building Service Employees
o Electrical Fixture Maintenance Workers
• Electricians - Motor Shop
o Heating Equipment Mechanics
o Industrial Engine and Machine Mechanics
• Industrial Power Vacuum Cleaners
o Inspection, Cleaning, Sealing of Water Systems by Remote Control
• Laborers - Underground Sewer & Water
o Machinists (Hydroelectric Site Work)
• Modular Buildings
o Playground & Park Equipment Installers
o Power Equipment Operators - Underground Sewer & Water
• Residential *** ALL ASSOCIATED RATES***
o Sign Makers and Installers (Non -Electrical)
o Sign Makers and installers (Eiectncai)
o 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"
o Fabricated Precast Concrete Products
o 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
08/31/2018 Edition, Published August 1st, 2018
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 matenals into the public works
project.
Supplemental to Wage Rates 10
08/31/2018 Edition, Published August 1st, 2018
(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
08/31/2018 Edition, Published August 1st, 2018
SECTION 6 - TECHNICAL SPECIFICATIONS
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-1
CITY OF YAKIMA
YAKIMA COUNTY, WASHINGTON
SPECIAL PROVISIONS
FOR
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
CITY OF YAKIMA WATER PROJECT NO AC-2463
CITY OF YAKIMA SEWER PROJECT NO. SC-2486
HLA PROJECT NOS. 18041 AND 18091
TABLE OF CONTENTS PAGE NO.
INTRODUCTION TO THE SPECIAL PROVISIONS .. ... 6-3
DESCRIPTION OF WORK 6-3
1-01 DEFINITIONS AND TERMS........ 6-4
1-02 BID PROCEDURES AND CONDITIONS 6-6
1-03 AWARD AND EXECUTION OF CONTRACT 6-12
1-04 SCOPE OF THE WORK.. 6-15
1-05 CONTROL OF WORK. .. 6-16
1-06 CONTROL OF MATERIAL .. 6-24
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC.... 6-24
1-08 PROSECUTION AND PROGRESS ... .... 6-30
REQUEST TO SUBLET FORM ... 6-33
1-09 MEASUREMENT AND PAYMENT. .. .. 6-36
1-10 TEMPORARY TRAFFIC CONTROL . 6-42
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP .. 6-43
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ... 6-44
2-03 ROADWAY EXCAVATION AND EMBANKMENT 6-45
2-04 HAUL 6-47
2-07 WATERING ... ... 6-47
2-09 STRUCTURE EXCAVATION ....6-48
2-11 TRIMMING AND CLEANUP .6-48
4-04 BALLAST AND CRUSHED SURFACING 6-48
5-04 HOT MIX ASPHALT....... 6-49
7-02 CULVERTS. ... 6-53
7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ............. 6-53
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS... 6-55
7-09 WATER MAINS ............. .. .. ....... 6-58
7-12 VALVES FOR WATER MAINS .... . ..6-62
7-14 HYDRANTS .... .6-63
7-15 SERVICE CONNECTIONS. 6-64
7-17 SANITARY SEWERS .. 6-64
7-18 SIDE SEWERS ..... 6-66
7-19 SEWER CLEANOUTS 6-67
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL . .. 6-67
8-02 ROADSIDE RESTORATION ... 6-67
8-04 CURBS, GUTTERS, AND SPILLWAYS 6-68
8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES . 6-69
8-14 CEMENT CONCRETE SIDEWALKS.. 6-69
9-30 WATER DISTRIBUTION MATERIALS ........................ 6-70
G:\PROJECTS\2018\18041E\SPEC\18041 Spec2018.Docx 6-2
SPECIAL PROVISIONS
FOR
CITY OF YAKIMA
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
CITY OF YAKIMA WATER PROJECT NO. AC-2463
CITY OF YAKIMA SEWER PROJECT NO. SC-2486
HLA PROJECT NOS. 18041 AND 18091
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, 2018 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 either
supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision The
deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is
meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the
balance of the section does not apply
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
Contractor shall obtain copies of these publications, at Contractor's own expense
DESCRIPTION OF WORK
The project consists of the following work
SCHEDULE A — WATER IMPROVEMENTS
Installation of approximately 3,150 LF ductile iron water main, 2 EA 16-inch butterfly valves, 9 EA
12-inch butterfly valves, 5 EA 8-inch gate valves, 3 EA fire hydrant assemblies, 43 EA service
connections, 80 LF 30-inch culvert pipe, and other related work.
SCHEDULE B — SEWER IMPROVEMENTS
Installation of approximately 2,050 LF 8-inch sewer main, 1,250 LF 4-inch sewer pipe, 6 EA
manholes, reconnection of existing services to new sewer, and other related work.
SCHEDULE C — ROADWAY IMPROVEMENTS
Reconstruction of roadway including 930 TONS HMA, 2,650 TONS crushed surfacing base course,
1,380 CY unclassified excavation, utility adjustments, and other related work.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018 Docx 6-3
The quantities of work indicated in the proposal are to be considered as estimates and are for comparative
bidding purposes only. All payments will be made on the basis of actual field measurement of Contract
work completed
All work shall be done in accordance with the Plans, the Standard Specifications for Road, Bridge, and
Municipal Construction prepared by the Washington State Department of Transportation dated 2018,
referenced codes and organizations, and these Special Provisions
1-01 DEFINITIONS AND TERMS
1-01.3 Definitions
(January 4, 2016 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 "Department of Transportation", "Washington State Transportation Commission",
"Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall
be revised to read "Contracting Agency"
All references to the terms "State" or "state" shall be revised to read "Contracting Agency" unless the
reference is to an administrative agency of the State of Washington, a State statute or regulation, or
the context reasonably indicates otherwise
G:\PROJECTS\2018\18041 E\SPEC118041 Spec 2018 Docx 6-4
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 Contracting
Agency form(s) by which final payment is authorized, and final completion and acceptance granted
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
The terms defined in Section 1-01.3 of the Standard Specifications shall be further described by the
following:
Contracting Agency
City of Yakima
129 North Second Street
Yakima, WA 98901
The terms "Contracting Agency", `Agency" and "Owner" are interchangeable.
Engineer
HLA Engineering and Land Surveying, Inc (HLA)
2803 River Road
Yakima, WA 98902
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-5
Inspector
The Contracting Agency's designated Inspector (Resident Engineer) who observes the Contractor's
performance
Working Drawings
Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's infor-
mational sheets describing salient features, performance curves, or samples of fabricated and
manufactured items (including mechanical and electrical equipment) required for the construction
project.
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)
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
Delete this section and replace it with the following.
Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids
(Advertisement for Bids) for the work. During the bid period, electronic PDF plans and specifications,
including any addenda will be available to download at https.//hlacivil.com/bid. Following bid period,
electronic PDF plans and specifications will only be available upon request. No paper copies will be
provided.
1-02.4 Examination of Plans, Specifications, and Site of Work
1-02.4(1) General
(August 15, 2016 APWA GSP Option B)
The first sentence of the last paragraph is revised to read.
Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request
the explanation or interpretation in writing by close of business four (4) days preceding the bid opening
to allow a written reply to reach all prospective Bidders before the submission of their Bids
Add the following paragraph.
No pre -bid approval on any proposed substitute equipment shall be granted prior to the bid opening
unless specified otherwise in these Specifications
1-02.4(2) Subsurface Information
(March 8, 2013 APWA GSP)
The second sentence in the first paragraph is revised to read
The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to
the Special Provisions, shall be considered as part of the contract.
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018 Docx 6-6
1-02.5 Proposal Forms
(July 31, 2017 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 UDBE/DBE/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
(July 11, 2018 APWA GSP)
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal
or exceed the minimum amount stated
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer
of the bid.
Delete the last two paragraphs, and replace them with the following.
If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any Subcontractor
to perform those items of work.
The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form,
provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal
package will make this Bid Nonresponsive and ineligible for Award A Contractor Certification of Wage
Law Compliance form is included in the Proposal Forms.
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 UDBE 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 UDBE
requirements are to be satisfied through such an agreement.
Supplement this section with the following.
Any bid item which has a unit price but no extension column amount shall have the extension amount
determined by multiplying the unit price times the unit quantity. Any bid item which does not have a
unit price but does have an extension column amount shall have the unit price determined by dividing
the extension amount by the unit quantity. Should both the unit price and the extension column amount
be left blank, then the entire bid shall be considered non -responsive.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018 Docx 6-7
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
Delete this section and replace it with the following.
Each Proposal shall be submitted in a sealed envelope, with the Hathaway Street Water and Sewer
Improvements and Project Number as stated in the Call for Bids clearly marked on the outside of the
envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery.
The Bidder shall submit to the Contracting Agency a signed "Certification of Compliance with Wage
Payment Statutes" document where the Bidder under penalty of perjury verifies that the Bidder is in
compliance with responsible bidder criteria in RCW 39 04 350 subsection (1) (g), as required per
Section 1-02.14 The "Certification of Compliance with Wage Payment Statutes" document shall be
received either with the Bid Proposal or as a Supplement to the Bid. The document shall be received
no later than 24 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of
the Bid Proposal.
If submitted after the Bid Proposal is due, the document(s) shall be submitted as follows.
1 By facsimile to the following FAX number (509) 965-3800, or
2 By e-mail to the following e-mail address info@hlacivil com and shazzard@hlacivil.com
All other information required to be submitted with the Bid Proposal must be submitted with the Bid
Proposal itself, at the time stated in the Call for Bids
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 The Contracting Agency will not open or consider any "Supplemental
Information" that is received after the time specified above or received in a location other than that
specified in the Call for Bids.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018 Docx 6-8
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.
1-02.13 Irregular Proposals
(June 20, 2017 APWA GSP)
Delete this section and replace it with the following:
1. A Proposal will be considered irregular and will be rejected if:
a The Bidder is not prequalified when so required;
b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered;
c. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids,
or conditions,
d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the
Contract;
e. A price per unit cannot be determined from the Bid Proposal,
f. The Proposal form is not properly executed,
g The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required
in Section 1-02.6,
h The Bidder fails to submit or properly complete an Underutilized Disadvantaged Business
Enterprise Certification, if applicable, as required in Section 1-02.6,
i. The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder's
completed UDBE Utilization Certification that they are in agreement with the bidder's UDBE
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;
j The Bidder fails to submit UDBE 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
I More than one Proposal is submitted for the same project from a Bidder under the same or
different names
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 Receipt of Addenda is not acknowledged,
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-9
d 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
e. If Proposal form entries are not made in ink.
1-02.14 Disqualification of Bidders
(May 17, 2018 APWA GSP, Option B)
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, or does not meet Supplemental Criteria 1-7 listed in this
Section.
The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in
RCW 39 04 350(1), and Supplemental Criteria 1-2 Evidence that the Bidder meets Supplemental
Criteria 3-7 shall be provided by the Bidder as stated later in this Section.
1 Delinquent State Taxes
A Criterion. The Bidder shall not owe delinquent taxes to the Washington State Department
of Revenue without a payment plan approved by the Department of Revenue.
B Documentation. The Bidder, if and when required as detailed below, shall sign a statement
(on a form to be provided by the Contracting Agency) that the Bidder does not owe
delinquent taxes to the Washington State Department of Revenue, or if delinquent taxes
are owed to the Washington State Department of Revenue, the Bidder must submit a
written payment plan approved by the Department of Revenue, to the Contracting Agency
by the deadline listed below.
2. Federal Debarment
A Criterion. The Bidder shall not currently be debarred or suspended by the Federal
government.
B Documentation The Bidder shall not be listed as having an "active exclusion" on the U S
government's "System for Award Management" database (www.sam gov)
3 Subcontractor Responsibility
A Criterion. The Bidder's standard subcontract form shall include the subcontractor
responsibility language required by RCW 39.06 020, and the Bidder shall have an
established procedure which it utilizes to validate the responsibility of each of its
subcontractors The Bidder's subcontract form shall also include a requirement that each
of its subcontractors shall have and document a similar procedure to determine whether
the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as
defined by RCW 39 06.020
B. Documentation. The Bidder, if and when required as detailed below, shall submit a copy of
its standard subcontract form for review by the Contracting Agency, and a written
description of its procedure for validating the responsibility of subcontractors with which it
contracts
4 Claims Against Retainage and Bonds
A Criterion. The Bidder shall not have a record of excessive claims filed against the retainage
or payment bonds for public works projects in the three years prior to the bid submittal date,
that demonstrate a lack of effective management by the Bidder of making timely and
appropriate payments to its subcontractors, suppliers, and workers, unless there are
extenuating circumstances and such circumstances are deemed acceptable to the
Contracting Agency
G \PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-10
B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of
the public works projects completed in the three years prior to the bid submittal date that
have had claims against retainage and bonds and include for each project the following
information.
• Name of project
• The owner and contact information for the owner;
• A list of claims filed against the retainage and/or payment bond for any of the projects
listed,
• A written explanation of the circumstances surrounding each claim and the ultimate
resolution of the claim.
5 Public Bidding Crime
A Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving
bidding on a public works contract in the five years prior to the bid submittal date
B Documentation. The Bidder, if and when required as detailed below, shall sign a statement
(on a form to be provided by the Contracting Agency) that the Bidder and/or its owners
have not been convicted of a crime involving bidding on a public works contract.
6. Termination for Cause / Termination for Default
A Criterion The Bidder shall not have had any public works contract terminated for cause or
terminated for default by a government agency in the five years prior to the bid submittal date,
unless there are extenuating circumstances and such circumstances are deemed acceptable
to the Contracting Agency.
B. Documentation. The Bidder, if and when required as detailed below, shall sign a statement (on
a form to be provided by the Contracting Agency) that the Bidder has not had any public works
contract terminated for cause or terminated for default by a government agency in the five
years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances .
7. Lawsuits
A Criterion. The Bidder shall not have lawsuits with judgments entered against the Bidder in
the five years prior to the bid submittal date that demonstrate a pattern of failing to meet
the terms of contracts, unless there are extenuating circumstances and such
circumstances are deemed acceptable to the Contracting Agency
B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement
(on a form to be provided by the Contracting Agency) that the Bidder has not had any
lawsuits with judgments entered against the Bidder in the five years prior to the bid
submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall
submit a list of all lawsuits with judgments entered against the Bidder in the five years prior
to the bid submittal date, along with a written explanation of the circumstances surrounding
each such lawsuit. The Contracting Agency shall evaluate these explanations to determine
whether the lawsuits demonstrate a pattern of failing to meet of terms of construction
related contracts
As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent low Bidder
must submit to the Contracting Agency by 12:00 P.M (noon) of the second business day following the
bid submittal deadline, a written statement verifying that the Bidder meets the supplemental criteria
together with supporting documentation (sufficient in the sole judgment of the Contracting Agency)
demonstrating compliance with the Supplemental Criteria. The Contracting Agency reserves the right
to request further documentation as needed from the low Bidder and documentation from other Bidders
as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The
Contracting Agency also reserves the right to obtain information from third -parties and independent
sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria,
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-11
and to use that information in their evaluation The Contracting Agency may consider mitigating factors
in determining whether the Bidder complies with the requirements of the supplemental criteria.
The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall
include any documents or facts obtained by Contracting Agency (whether from the Bidder or third
parties) including but not limited to. (i) financial, historical, or operational data from the Bidder; (ii)
information obtained directly by the Contracting Agency from others for whom the Bidder has worked,
or other public agencies or private enterprises; and (iii) any additional information obtained by the
Contracting Agency which is believed to be relevant to the matter.
If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above
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
Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid. Bidders with concerns
about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or
submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing,
describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall
submit such requests to the Contracting Agency no later than five (5) business days prior to the bid
submittal deadline and address the request to the Project Engineer or such other person designated
by the Contracting Agency in the Bid Documents
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.
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,
G \PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-12
including sales taxes where applicable and such additives and/or alternates as selected by the
Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded
Contract Price amount and the amount of the contract bond
1-03.2 Award of Contract
Supplement this section with the following.
The Contract will be awarded to the apparent low bidder on the basis of the total of all bid items and
schedules accepted by the Contracting Agency The Contractor shall submit bids for all bid schedules,
including all alternate and/or additive bid schedules as applicable, to be considered a responsive
bidder.
1-03.3 Execution of Contract
(October 1, 2005 APWA GSP)
Revise this section to read.
Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for
signature by the successful bidder on the first business day following award The number of copies to
be executed by the Contractor will be determined by the Contracting Agency.
Within ten (10) calendar days after the award date, the successful bidder shall return the signed
Contracting Agency -prepared contract, an insurance certification as required by Section 1-07 18, and
a satisfactory bond as required by law and Section 1-03.4 Before execution of the contract by the
Contracting Agency, the successful bidder shall provide any pre -award information the Contracting
Agency may require under Section 1-02 15
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor
shall any work begin within the project limits or within Contracting Agency -furnished sites. 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.
Supplement this section with the following:
Failure to return the required documents within the allotted time shall be considered as non -responsive
and shall result in forfeiture of the bid bond or deposit of the bidder in accordance with Section 1-03.5
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 a Contracting Agency -furnished form(s);
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-13
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 by the president or vice president)
Supplement this section with the following
The Contractor shall guarantee the material provided and workmanship performed under the Contract
for a period of one year from and after the final acceptance thereof by the Contracting Agency. Repair
and/or replacement of defective materials and workmanship shall be as specified in Section 1-05.12(1)
In addition to the requirements for the Contract Bond according to Section 1-03 4 of the Standard
Specifications, the Bond shall further indemnify and hold the Contracting Agency harmless from defects
appearing or developing in the material or workmanship provided or performed under the Contract
within a period of one year after final acceptance by the Contracting Agency The Contract Bond
document is bound in these Specifications
1-03.7 Judicial Review
(July 23, 2015 APWA GSP)
Revise this section to read:
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 judicial review permitted under Washington
Law. Such review, if any, shall be timely filed 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.
G\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-14
1-04 SCOPE OF THE WORK
1-04.1 Intent of the Contract
1-04.1(2) Bid Items Not Included in the Proposal
Delete the first paragraph in its entirety and replace it with the following.
If work is required to complete the project according to the intent of the Plans and Specifications but no
bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the
necessary work in the unit or lump sum price for the bid item most closely related to the work.
1-04.2 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
1-04.4 Changes
Supplement this section with the following.
No changes in the work covered by the approved Contract Documents shall be made without having
prior written or oral (as deemed appropriate due to urgency of change) approval of the Owner If oral
approval is granted, it shall be documented in writing shortly thereafter. Charges or credits for the work
covered by the approved change shall be determined by one or more, or a combination of the following
methods.
a. Unit bid prices previously approved.
b. An agreed lump sum
c The actual costs of.
(1) Labor, including foremen;
(2) Materials entering permanently into the work;
(3) The ownership or rental costs of construction plant and equipment during the time of use
on the extra work;
(4) Power and consumable supplies for the operation of power equipment;
(5) Insurance;
(6) Social Security and old age and unemployment contributions.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-15
Should authorized changes be made based upon the actual cost of material and labor, the costs thereof
and costs allowed for overhead profit, bonds, insurance, etc , shall be determined via Section 1-09.6
Force Account of the Standard Specifications
1-04.4(1) Minor Changes
Delete the first sentence in the first paragraph
Supplement this section with the following
The Contractor is advised that this item may or may not be utilized in this project.
1-04.6 Variation in Estimated Quantities
Supplement this section with the following:
The quantities listed in the unit price Bid Proposal are estimates for bidding purposes only There will
be no adjustments in price due to increases or decreases in quantities regardless of the magnitude
The 25 percent provisions of this Section 1-04.6 shall not apply to All Bid Items. Payment will be
made at the unit contract price for actual quantities of work completed
1-04.11 Final Cleanup
Supplement this section with the following.
Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of
the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection
The cleanup work shall be done immediately upon written notification of the Engineer and other work
shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the
cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work
completed by others and will deduct such costs from any payment due the Contractor
1-05 CONTROL OF WORK
1-05.1 Authority of the Engineer
Supplement this section with the following:
Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the
means and methods of construction shall be such as the Contractor may choose; subject, however, to
the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute
or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accor-
dance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods
of construction or his failure to exercise his right to reject such means or methods shall not relieve the
Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of
such right to reject create a cause for action for damages.
At the Contractor's risk, the Engineer may suspend all or part of the work according to Section 1-08.6
1-05.3(1) Project Record Drawings (New Section)
The following new section shall be added to the Standard Specifications
The Contractor shall maintain a neatly marked, full-size set of record drawings showing the final location
and layout of all new construction Drawings shall be kept current weekly, with all field instruction,
change orders, and construction adjustment.
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018 Docx 6-16
The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single,
experienced, and qualified individual. The quality of the Record Drawings, in terms of accuracy, clarity,
and completeness, is to be adequate to allow the Contracting Agency to modify the computer -aided
drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting
Agency without further investigative effort by the Contracting Agency
The Record Drawing markups shall document all changes in the Work, both concealed and visible
Items that must be shown on the markups include but are not limited to.
• Actual Dimensions, arrangement, and materials used when different than shown in the
Plans
• Changes made by Change Order or Field Order.
• Changes made by the Contractor.
• Accurate locations of storm sewer, sanitary sewer, water mains and other water
appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks,
landscaping area, building footprints, channelization and pavement markings, etc Include
pipe invert elevations, top of castings (manholes, inlets, etc.).
Drawings shall be subject to the inspection of the Engineer at all times. Prior to acceptance of the work,
the Contractor shall deliver to the Engineer one set of neatly marked record drawings showing the
information required above.
Requests for partial payment will not be approved if the marked -up prints are not kept current, and
request for final payment will not be approved until the marked -up prints are delivered to the Engineer
1-05.3(3) "Or Equal" Materials (New Section)
The following new section shall be added to the Standard Specifications
The Contract, if awarded, will be on the basis of materials and equipment specified or described in the
Contract Documents, including "or equal" materials and equipment as specified in the Technical
Specifications, or those substitute materials and equipment approved by the Engineer and identified by
Addendum. The materials and equipment described in the Contract Documents establish a standard
of required type, function, and quality to be met by any proposed substitute or "or equal" item Request
for Engineer's clarification of materials and equipment considered "or equal" must be received by the
Engineer at least five (5) days prior to the bid opening date. The burden of proof of the merit of the
proposed item is upon the Bidder Engineer's decision of approval or disapproval of a proposed item
will be final. If Engineer approves any proposed substitute item, such approval will be set forth in an
Addendum issued to all prospective Bidders. Bidders shall not rely upon approvals made in any other
manner
The Engineer will be allowed a reasonable time within which to evaluate each proposal or submittal.
The Engineer may require the Contractor to furnish additional data regarding the proposed substitute
item. The Engineer will be the sole judge of acceptability No "or equal" or substitute will be ordered,
installed or utilized until the Engineer's review is complete, which will be evidenced by either a Change
Order for a substitute or an approved Working Drawing for an "or equal." The Engineer will advise the
Contractor in writing of any negative determination.
The Engineer will record the Engineer's costs in evaluating a substitute proposed or submitted by the
Contractor Whether or not the Engineer approves a substitute item so proposed or submitted by
Contractor, the Contractor shall reimburse the Owner for the charges of the Engineer for evaluating
each such proposed substitute. The Contractor shall also reimburse the Owner for the Engineer's fees
of making changes in the Contract Documents (or in the provisions of any other direct contract with the
Owner) resulting from acceptance of each proposed substitute
G'\PROJECTS\2018\18041E\SPEC \18041 Spec 2018.Docx 6-17
1-05.4 Conformity with and Deviations from Plans and Stakes
Add the following new sub -sections.
1-05.4(1) Roadway and Utility Surveys (New Section)
The following new section shall be added to the Standard Specifications
The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements
the Engineer deems necessary for completion of the work. These shall generally consist of one initial
set of offset points to establish line and grade for underground utilities such as water, sewers, and
storm drains
The Engineer will establish the line and grade of proposed construction by offset stakes, the centerline
for minor structures, and establish bench marks at convenient locations for use by the Contractor The
Contractor shall establish grades from the Engineer's stakes at suitable intervals in accordance with
good practice and which meet with the approval of the Engineer. Where any information on the Plans
is insufficient for establishing line and/or grade, the Contractor shall request additional information from
the Engineer Where new construction adjoins existing construction, the Contractor shall make such
adjustments in grade as are directed by the Engineer The Engineer will perform all surveying
necessary to check compliance with the Specifications and as required for measuring the quantities of
work as specified. The Contractor shall furnish assistance to the Engineer in checking depth and
measuring quantities for payment purposes.
The Engineer will provide slope staking one time only in areas of significant sloping, establish the
centerline for minor structures, and establish bench marks at convenient locations for use by the
Contractor.
Any charges incurred by the Engineer to replace stakes, markers, and monumentation which were not
to be disturbed, but were damaged by the Contractor's operations, shall be calculated on an hourly
basis at the Engineer's normal hourly billing rates in effect at that time for the individuals and equipment
required to do the work, including travel time and overtime The Contractor does hereby authorize the
Contracting Agency to deduct such costs from the amounts due or to become due to him
Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work
allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control
points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the
error is furnished the Engineer Three consecutive points set on line or grade shall be the minimum
points used to determine any variation from a straight line or grade Any such variation shall, upon
discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for
any error in alignment or grade
1-05.4(2) Construction Staking Requests (New Section)
The following new section shall be added to the Standard Specifications.
All staking requests shall be made on the "Construction Staking Request Form" found in Appendix B
The form shall be emailed, faxed, or delivered to the Engineer's office at least three (3) working days
prior to the date requested for staking The Contractor shall provide a brief description of the staking
requested, the approximate location (station to station), and when the staking will be required The
request shall be reviewed with the Engineer and both parties shall sign the form When the staking is
completed, the survey party chief will initial and date the form Requests for re -stakes shall be marked
boldly in the description and initialed by both the Contractor and the Engineer.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec2018.Docx 6-18
1-05.5 Survey Monuments (New Section)
The following new section shall be added to the Standard Specifications.
The Contracting Agency will, at its own cost, reference all known existing monuments or markers
relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take
special care to protect these monuments or markers and also the reference points. In the event the
Contractor is negligent in preserving such monuments and markers, the points will be reset by a
licensed surveyor at the Contractor's expense.
1-05.6 Inspection of Work and Materials
1-05.6(1) Testing (New Section)
The following new section shall be added to the Standard Specifications
The Contractor shall be responsible for scheduling and paying for all material and compaction testing
required by these Technical Specifications The cost of testing shall be considered incidental to the
various bid items. All testing services shall be performed by an independent, certified testing firm and/or
laboratory meeting the approval of the Engineer The Contractor shall submit information relating to
the qualifications of the proposed testing firm to the Engineer for review and approval prior to the
preconstruction conference. The testing firm shall provide a test report to the Engineer within 24 hours
of any test completion. Test reports shall become the property of the Owner. Testing frequencies listed
below may be modified to assure compliance with the Specifications
Roadway Embankment
Copies of the moisture density curves for each type of material encountered and copies of all test
results shall be provided to the Engineer as construction progresses.
Compaction tests shall be taken at a frequency sufficient to document that the required density has
been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of
surface area for each lift of roadway embankment.
The Engineer may request additional tests be performed at the Contractor's expense, if test results do
not meet the required subgrade densities.
Roadway embankment compaction shall be as specified in Section 2-03.3(14)C, Method C
Embankment shall be compacted to at least 95% of maximum density as determined by ASTM D 698
(Standard Proctor).
Roadway Subgrade
Copies of the moisture density curves for each type of material encountered and copies of all test
results shall be provided to the Engineer as construction progresses
Compaction tests shall be taken at a frequency sufficient to document that the required density has
been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of
subgrade
The Engineer may request additional tests be performed at the Contractor's expense, if test results do
not meet the required subgrade densities.
Subgrade compaction shall be as specified for Roadway Embankment.
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-19
Trench Backfill
Copies of moisture -density curves for each type of material encountered and copies of all test results
shall be provided to the Engineer as construction progresses
Compaction tests shall be taken at a frequency and at depths sufficient to document that the required
density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear
feet of mainline pipeline trench and one (1) test for each street crossing. At alternating 100-foot
locations along the main trench line, tests shall be taken at 1-foot, 2-foot, and 3-foot depths below finish
grade
The Engineer may request additional tests be performed at the Contractor's expense, if test results do
not meet the required trench backfill densities.
All trenches shall be backfilled and compacted to at least 95% of maximum density as determined by
ASTM D 1557 (Modified Proctor)
Ballast and Crushed Surfacing
Copies of the moisture density curves and gradation for each type of material incorporated into the
project and copies of all test results shall be provided to the Engineer or Owner as construction
progresses
Compaction tests shall be taken at a frequency sufficient to document that the required density has
been achieved At a minimum, one (1) compaction test shall be taken for every 3,000 square feet of
surface area for each lift of ballast or crushed surfacing
The Engineer or Owner may request additional tests be performed at the Contractor's expense, if test
results do not meet the required densities.
Portland Cement Concrete for Curbs, Sidewalks, and Pavement
Sample the first truck and each load until two successive loads meet specifications, and then randomly
test one load for every five loads. If at any time one load fails to meet specifications, continue testing
every load until two successive loads meet specifications, and then randomly test one load for every
five loads
For total daily quantities less than four (4) cubic yards, testing requirements shall be at the discretion
of the Engineer
Asphalt Paving
Copies of the reference maximum density test for each class of Hot Mix Asphalt pavement and copies
of all test results shall be provided to the Engineer as construction progresses.
Density tests shall be taken at a frequency sufficient to document that the required density has been
achieved. At a minimum, one (1) compaction test shall be taken for every 3,000 square feet of surface
area for each lift of asphalt concrete pavement.
The Engineer or Owner may request additional tests be performed at the Contractor's expense, if test
results do not meet the required densities.
Compaction of Hot Mix Asphalt pavement shall be as specified in Section 5-04 3(10)A.
G \PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-20
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following
If the Contractor fails to remedy defective or unauthorized work within the time specified in a written
notice from the Engineer, or fails to perform any part of the work required by the Contract Documents,
the Engineer may correct and remedy such work as may be identified in the written notice, with
Contracting Agency forces or by such other means as the Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an
emergency situation, the Engineer may have the defective and unauthorized work corrected
immediately, have the rejected work removed and replaced, or have work the Contractor refuses to
perform completed by using Contracting Agency or other forces An emergency situation is any situation
when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause
serious risk of loss or damage to the public
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying
defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the
Contractor Payment will be deducted by the Engineer from monies due, or to become due, the
Contractor. Such direct and indirect costs shall include in particular, but without limitation,
compensation for additional professional services required, and costs for repair and replacement of
work of others destroyed or damaged by correction, removal, or replacement of the Contractor's
unauthorized work
No adjustment in contract time or compensation will be allowed because of the delay in the performance
of the work attributable to the exercise of the Contracting Agency's rights provided by this Section.
The rights exercised under the provisions of this section shall not diminish the Contracting Agency's
right to pursue any other avenue for additional remedy or damages with respect to the Contractor's
failure to perform the work as required
1-05.11 Final Inspection
Delete this section and replace it with the following:
1-05.11 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, in writing, 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. lf, 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 therefore.
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
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-21
1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final inspection, the Contractor
by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for
final inspection The Engineer and the Contractor will then make a final inspection and the Engineer will
notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or
unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy
the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until
physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the
listed deficiencies have been corrected.
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.
1-05.12(1) One -Year Guarantee Period (New Section)
(March 8, 2013 APWA GSP)
The following new section shall be added to the Standard Specifications.
The Contractor shall return to the project and repair or replace all defects in workmanship and material
discovered within one year after Final Acceptance of the Work. The Contractor shall start work to
remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a
defect and shall complete such work within the time stated in the Contracting Agency's notice In case
of an emergency, where damage may result from delay or where loss of services may result, such
corrections may be made by the Contracting Agency's own forces or another contractor, in which case
the cost of corrections shall be paid by the Contractor In the event the Contractor does not accomplish
G.\PROJECTS\2018\18041E\SPEC\18041 Spec2018.Docx 6-22
corrections within the time specified, the work will be otherwise accomplished and the cost of same
shall be paid by the Contractor.
When corrections of defects are made, the Contractor shall then be responsible for correcting all defects
in workmanship and materials in the corrected work for one year after acceptance of the corrections by
Contracting Agency.
This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's
work comply with the requirements of the Contract or any other legal rights or remedies of the
Contracting Agency.
Supplement this section with the following.
The Contractor agrees the above one-year limitation shall not exclude nor diminish the Contracting
Agency's rights under any law to obtain damages and recover costs resulting from defective and
unauthorized work discovered after one year
1-05.13 Superintendents, Labor and Equipment of Contractor
(August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this section
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.
1-05.16 Water and Power (New Section)
The following new section shall be added to the Standard Specifications.
Water Supply: Water for use on this project shall be furnished by the Contracting Agency and the
Contractor shall convey the water from the nearest convenient hydrant or other source at his own
expense. The hydrants shall be used in accordance with the appropriate Water Department regula-
tions. The Contracting Agency reserves the right to deny the use of fire hydrants where deemed
inappropriate by the Contracting Agency.
Power Supply: The Contractor shall make necessary arrangements and shall bear the costs for power
necessary for the performance of the work.
Measurement and Payment: No separate measurement and payment for water and power will be
made This pertains to water required for dust control, water settling trenches (when approved by the
Engineer), and any other water as required by the Contract Documents. All costs for hauling,
conveying, and applying water shall be included in the various bid items of the proposal.
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-23
1-06 CONTROL OF MATERIAL
1-06.1(4) Fabrication Inspection Expense
(June 27, 2011 APWA GSP)
Delete this section in its entirety.
1-06.6 Recycled Materials
Delete this section, including its subsections, and replace it with the following.
The Contractor shall make their best effort to utilize recycled materials in the construction of this project.
Approval of such material use shall be as detailed elsewhere in the Standard Specifications
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
(October 1, 2005 APWA GSP)
Supplement this section with the following.
In cases of conflict between different safety regulations, the more stringent regulation shall apply
The Washington State Department of Labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington Industrial
Safety and Health Act of 1973 (WISHA)
The Contractor shall maintain at the project site office, or other well-known place at the project site, all
articles necessary for providing first aid to the injured The Contractor shall establish, publish, and
make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's
care, persons, including employees, who may have been injured on the project site Employees should
not be permitted to work on the project site before the Contractor has established and made known
procedures for removal of injured persons to a hospital or a doctor's care
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.
Amend the second sentence of the first paragraph to read.
The Contractor shall indemnify and save harmless the State (including the Commission, the Secretary,
and any agents, officers, and employees) and the Contracting Agency (including any agents, officers,
employees, and representatives) against any claims which may arise because the Contractor (or any
employee of the Contractor or subcontractor or materialman) violated a legal requirement.
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
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-24
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 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).
1-07.6 Permits and Licenses
Supplement this section with the following.
The Contractor and all subcontractors are responsible for obtaining and paying for business licenses
in the City of Yakima.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-25
t
No hydraulic permits are required for this project unless the Contractor's operations use, divert,
obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the
State or materials from gravel or sand bars, or from stream beds.
All costs required to comply with this section shall be the responsibility of the Contractor.
1-07.7 Load Limits
(March 13, 1995 WSDOT GSP)
Supplement this section with the following
If the sources of materials provided by the Contractor necessitates hauling over roads other than State
Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the
haul routes.
1-07.13 Contractor's Responsibility for Work
1-07.13(3) Relief of Responsibility for Damage by Public Traffic
Delete this section and replace it with the following
When it is necessary for public traffic to utilize the street and associated facilities during construction,
the Contractor shall be responsible for damages to improvements The Contractor shall provide all
necessary protection and temporary facilities to accommodate both vehicular and pedestrian traffic
during construction
1-07.17 Utilities and Similar Facilities
Supplement this section with the following.
Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate,
replace, or construct their facilities unless otherwise provided for in the Plans or these Special
Provisions Such adjustment, relocation, replacement, or construction will be done during the
prosecution of the work for this project.
The following addresses and telephone number of utility companies known or suspected of having
facilities within the project limits are supplied for the Contractor's convenience
Utility Company
Address
Phone Number
City of Yakima Wastewater
2220 E Viola Ave , Yakima, WA 98901
(509) 575-6077
City of Yakima Water & Irrigation
2301 Fruitvale Blvd , Yakima, WA 98902
(509) 575-6154
Cascade Natural Gas
701 S First Ave , Yakima, WA 98902
(509) 225-3734
CenturyLink
8 S Second Ave , Room 304, Yakima, WA 98902
(509) 575-7185
Charter Communications
1005 N 16th Ave , Yakima, WA 98902
(509) 728-2865
Pacific Power
500 N Keys Road, Yakima, WA 98901
(509) 575-3158
Naches Tieton Irrigation
(509) 930-9001
Locations and dimensions shown on the Plans for existing facilities are in accordance with available
information obtained without uncovering, measuring, or other verification It shall be the Contractor's
responsibility to investigate the presence and location of all utilities prior to bid opening and to assess
their impacts on his construction activities.
The Contractor shall call the Utility Notification Center (One -Call Agency) for field location, not less than
two or more than ten business days before the scheduled date for commencement of excavation which
may affect underground utility facilities, unless otherwise agreed upon by the parties involved A
business day is defined as any day other than Saturday, Sunday, or a legal local, state, or federal
holiday The telephone number for the One -Call Agency for this project is 1-800-424-5555. If no one-
1
1
t
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 201 8.Docx 6-26
number locator service is available, notice shall be provided individually by the Contractor to those
owners known to or suspected of having underground facilities within the area of proposed excavation.
Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The
Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in
the field to familiarize himself with existing utility locations, along with familiarizing himself with plans
and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility
organizations, along with private contractors working for these organizations, may be doing utility
installations within the area The proposed construction work must be coordinated with these utility
installations.
The Contractor shall arrange with the owners and operators of the respective utility systems to mark
the locations and, if necessary or prudent, to expose the existing utilities prior to construction of the
facilities contained in this Contract.
The Contractor shall coordinate his work with other contractors who may be working in the project area
and cooperate with them
1-07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
Within ten (10) days following contract award or prior to start of construction, whichever comes first, the
Contractor shall furnish the Owner a Certificate of Insurance and the additional insured endorsements
as evidence of compliance with these requirements. This certificate shall name the CITY OF YAKIMA,
its employees, agents, elected and appointed officials, HLA Engineering and Land
Surveying, Inc. (HLA), as "additional insureds" and shall stipulate that the policies named thereon
cannot be canceled unless at least thirty (30) days written notice has been given to the Owner. The
certificate shall not contain the following or similar wording regarding cancellation notification. "Failure
to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or
representatives "
The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be
with companies or through sources approved by the State Insurance Commissioner pursuant to
Chapter 48.05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the
execution date of the contract until the date of acceptance by the Owner.
1. Commercial General Liability Insurance written under ISO Form CG0001 or its equivalent with
minimum limits of $3,000,000 per occurrence and in the aggregate for each policy period This
protection may be a CGL policy or any combination of primary, umbrella or excess liability coverage
affording total liability limits of not less than $3,000,000. Products and completed operations
coverage shall be provided for a period of one year following final acceptance of the work.
2. Commercial Automobile Liability Insurance providing bodily injury and property damage liability
coverage for all owned and non -owned vehicles assigned to or used in the performance of the work
with a combined single limit of not less than $1,000,000 each occurrence with the Owner named
as an additional insured in connection with the Contractor's Performance of the contract.
The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may,
at the discretion of the Contractor, contain provisions for a deductible If a deductible applies to any
claim under these policies, then payment of that deductible will be the responsibility of the Contractor,
notwithstanding any claim of liability against the Contracting Agency. However, in no event shall any
provision for a deductible provide for a deductible in excess of $50,000.00
Prior to contract execution, the Contractor shall file with the Engineer ACORD Form Certificates of
Insurance evidencing the minimum insurance coverages required under these specifications.
All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum
of a 30-day prior written notice to the Contracting Agency of any cancellation or reduction of coverage.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-27
All insurance coverage required by this section shall be written and provided by "occurrence -based"
policy forms rather than by "claims made" forms.
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 a five working day notice to
the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or
renew such insurance and pay any and all premiums in connection therewith, with any sums so
expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting
Agency, offset against funds due the Contractor from the Contracting Agency All costs for insurance,
including any payments of deductible amounts, shall be considered incidental to and included in the
unit contract prices and no additional payment will be made.
The Contractor is responsible for all his subcontractors' actions and omissions.
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic
Add the following after the fourth sentence of the second paragraph
Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when
directed by the Engineer, at the Contracting Agency's expense
Replace item 2 of the second paragraph with the following
2 Keep existing traffic signal and lighting systems in operation as the work proceeds (The
Contracting Agency will continue the routine maintenance on such system )
Add the following to the third paragraph
5. Maintain vehicular and pedestrian access to businesses at all times that businesses are open
Add the following to the sixth paragraph.
7 Open trenches and excavations shall be protected with proper barricades and at night, they shall
be distinctively indicated by adequately placed lights
Add the following paragraph
It shall be the responsibility of the Contractor to seek the approval of and notify the Resident Engineer
and the Police and Fire Departments at least 24 hours prior to closing any street, in addition to
coordinating the proposed closures with the Contracting Agency to ensure proper detouring of traffic.
When the street is re -opened, it shall again be the responsibility of the Contractor to notify the above
named departments and persons.
In addition, the Contractor shall notify Yakima Transit (509) 575-6175 at least one (1) week in advance
prior to closing any street or restricting transit routes, in addition to correlating the proposed closures
with the Contracting Agency to ensure proper detouring of traffic. Each Thursday, the Contractor shall
provide Yakima Transit a construction schedule for the upcoming week. The following streets within
the project vicinity have known bus routes:
• 6th Avenue
• 16th Avenue
1-07.23(2) Construction and Maintenance of Detours
Add the following to the third paragraph -
The Contractor shall maintain vehicular and pedestrian access to businesses at all times that
businesses are open, unless work is occurring immediately in front of the doorway It shall be the
a \PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-28
responsibility of the Contractor to maintain pedestrian traffic and business access throughout the
duration of the project. At a minimum, the Contractor shall:
1. Minimize the disruption in front of the business access by removing sidewalk on either side of
the access and leaving the existing sidewalk in place as long as possible and, likewise, shall
sequence the installation of the new sidewalk to provide access to the business,
2 Provide gravel surfacing (crushed surfacing top course) access across the construction area to
the door of the business,
3 Provide boardwalks and bridging where gravel surfacing cannot be provided or, by the nature
of the business or where directed by the Engineer, wheeled access by strollers and wheelchairs
is critical to the business and cannot be provided through the gravel surfacing,
4 Provide temporary sidewalk signs directing pedestrians ,through the construction, notifying
pedestrians of alternative routes, and directing pedestrians to businesses where means of
access is not obvious; and
5. Adjusting times of construction immediately in front of a business access to times of the day
when the business is closed, or business activity is light. For example, construction in front of
a deli would be restricted during the lunch hour.
6 When construction activities will affect ingress and egress to a property along the project
alignment, the Contractor shall be responsible for notifying the occupant/occupants of the
property 24 hours prior to the construction activity beginning. If personal contact with the
occupant is not possible, the Contractor shall leave written notification.
7. Local access shall be maintained to the residents within the project limits at all times.
1-07.24 Rights of Way
(July 23, 2015 APWA GSP)
Delete this section in its entirety, and replace it with the following.
Street right-of-way lines, limits of easements, and limits of construction permits are indicated in the
Plans. The Contractor's construction activities shall be confined within these limits, unless
arrangements for use of private property are made
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights -of -way and
easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this
are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued
Addendum.
Whenever any of the work is accomplished on or through property other than public right-of-way, the
Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by
the Contracting Agency from the owner of the private property. Copies of the easement agreements
may be included in the Contract Provisions or made available to the Contractor as soon as practical
after they have been obtained by the Engineer
Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so
noted in the Plans The Contractor shall not proceed with any portion of the work in areas where right-
of-way, easements or rights of entry have not been acquired 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 a 48-hour 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
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-29
contract. The statement shall be signed by the private property owner, or proper authority acting for
the owner of the private property affected, stating that permission has been granted to use the property
and all necessary permits have been obtained or, in the case of a release, that the restoration of the
property has been satisfactorily accomplished The statement shall include the parcel number, address,
and date of signature. Written releases must be filed with the Engineer before the Completion Date will
be established.
1-07.28 Safety Standards (New Section)
The following new section shall be added to the Standard Specifications:
All work shall be performed in accordance with all applicable local, state, and federal health and safety
codes, standards, regulations, and/or accepted industry standards It shall be the responsibility of the
Contractor to ensure that his work force and the public are adequately protected against any hazards.
The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to
the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public,
property, or the work force. Such authority shall not, however, relieve the Contractor of responsibility
for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency
or Engineer for the identification of any or all unsafe conditions
1-07.29 Notifying Property Owners (New Section)
The following new section shall be added to the Standard Specifications
When construction activities will affect ingress and egress or utility service to a property along the
project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the
property 24 hours prior to the construction activity beginning If personal contact with the occupant is
not possible, the Contractor shall leave written notification in both English and Spanish Property owner
notification requirements shall be coordinated with the Owner
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;
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.
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-30
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 five (5) working days 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.
Supplement this section with the following:
All work within 16th Avenue and 6th Avenue shall be completed between 7.00 p.m , and 6.00 a.m., during
low flow/demand periods.
All work on Hathaway Street, between 8th Avenue and 16th Avenue and between the dates of April 8th
and June 10th, shall be completed and passable by 4.00 p.m daily.
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Dacx 6-31
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (New Section)
The following new section shall be added to the Standard Specifications
Where the Contractor elects to work on a nonworking day, as defined in Section 1-08 5 of the Standard
Specifications, or longer than the normal working hours specified in Section 1-08.0(2), such work shall
be considered as overtime work. If a 4-10 schedule is approved and the Contractor elects to work the
fifth day, such work shall be considered overtime work, or the Contractor will be charged an additional
working day, at his option. On all such overtime work, a Resident Engineer will be present and a survey
crew may be required at the discretion of the Engineer. In all such cases, the Contracting Agency may
deduct overtime costs of employees and/or representatives of the Contracting Agency from amounts
due or to become due to the Contractor.
The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from
the amount due or to become due to the Contractor.
1-08.1 Subcontracting
Supplement this section with the following.
A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract
until the following documents have been completed and submitted to the Engineer
1 Request to Sublet Work (Form 421-012), and
The Contractor's records pertaining to the requirements of this Special Provision shall be open to
inspection or audit by representatives of the Contracting Agency during the life of the contract and for
a period of not less than three years after the date of acceptance of the contract. The Contractor shall
retain these records for that period The Contractor shall also guarantee that these records of all
Subcontractors and lower tier Subcontractors shall be available and open to similar inspection or audit
for the same time period
(May 17, 2018 APWA GSP, Option 8)
Delete the eighth paragraph.
Revise the ninth paragraph to read
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 within 10 calendar days 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. Retainage withheld by the contractor prior to completion of the
Subcontractors work is exempt from reporting as a payment withheld and is not included int eh withheld
amount. The Contracting Agency's copy of the notice to Subcontractor for deferred payments shall be
submitted to the Engineer concurrently with notification to the Subcontractor
Revise the eighth paragraph to read.
The Contractor shall certify to the actual amounts of Disadvantaged, Minority, or Women's 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 Engineer, on
the Personnel Inventory Form as provided by the Engineer at the Preconstruction Meeting, within 20
calendar days after physical completion of the Contract.
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-32
1
1
1
t
Washington State
�; Department of Transportation
(Check all that apply for State
❑ Disadvantaged Business (DBE) ❑ Veteran Owned Business (VBE)
❑ Minority Owned Business (MBE)
❑ State Small Business (SBE)
Request to Sublet Work
Program)
❑ Woman Owned Business (WBE)
❑ Federal Small Business (FBE) (Federal Program)
Prime Contractor
Federal Employer I D Number *
State Contract Number
Job Description (Title)
Request Number
Approval is Requested to Sublet the Following Described Work to:
❑ Lower Tier Subcontractor ❑ Subcontractor
Lower Tier Subcontract/Subcontract Name
Unified Business Identifier (UBI)
Federal Employer I D Number *
Address
Telephone Number
City
State
Zip Code
Estimated Starting Date
If Lower Tier Subcontractor, Name of Corresponding Sub
Fed ID of Corresponding Sub
* If no Federal EmployerI.D. Number,
Use Owner's Social Security Number
Item No
Partial
Item Description
Amount
I understand and will ensure That the subcontractor will
comply fully with the plans and specifications under
which this work is being performed.
Prime Contractor Signature
Date
Department of Transportation Use Only
Percent of Total Contract
This Request %
DBE Status Verification
Previous Requests %
Sublet to Date %
•
Project Engineer's Signature
Approved
Date
Approved - Region Construction Engineer
(When Required)
Date
DOT Form 421-012
Revised 07/2016
Distribution. White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor
1-08.3 Progress Schedule
Delete this section and replace it with the following:
Following Contract award and satisfactory provision or execution of all required Contract Documents,
the Engineer will schedule a preconstruction conference at a time mutually agreeable to all concerned.
At this conference, all points of the Contract Documents will be open to discussion including scope,
order and coordination of work, equipment lead time required, means and methods of construction,
inspection and reporting procedures, etc The Contractor should satisfy himself that all provisions and
intentions of the Contract are fully understood.
The Contractor shall prepare and submit to the Engineer at the preconstruction conference a
Construction Progress and Completion Schedule using a bar graph format. Items in the Schedule shall
be arranged in the order and sequence in which they will be performed The Schedule shall conform
to the working time and time of completion established under the terms of the Contract and shall be
subject to modification by the Engineer. The Schedule shall be drawn to a time scale, shown along the
base of the diagram, using an appropriate measurement per day with weekends and holidays indicated
The Construction Progress Schedule shall 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 Electronic copies of newly updated schedules shall be sent to the Engineer, as
directed, immediately upon preparation.
Seasonal weather conditions shall be considered in the planning and scheduling of work influenced by
high or low ambient temperature or precipitation to ensure the completion of the work within the
Contract Time No time extensions will be granted for the Contractor's failure to take into account such
weather conditions for the location of the work and for the period of time in which the work is to be
accomplished.
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 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.
Supplement this section with the following:
Failure of the Contractor to begin work by the date set forth in the Notice to Proceed will be considered
grounds for Termination for Default as specified under Section 1-08.10(1) of the Standard
Specifications.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-34
1-08.5 Time for Completion
Add the following to the first paragraph•
Seventy (70) working days after the date set forth in the Notice to Proceed shall be allowed for
completion of all Contract work
Add the following paragraph after the second paragraph.
Inclement weather shall not be a prima facie reason for the granting of an extension of time, and the
Contractor shall make every effort to continue work under prevailing conditions. The Owner may,
however, grant an extension of time if an unavoidable delay as a result of inclement weather in fact
occurs, and such shall then be classified as a "delay" An "inclement" weather delay day is defined as
a day on which the Contractor is prevented by inclement weather or conditions resulting immediately
therefrom adverse to the current controlling operation or critical path activity, as determined by the
Resident Engineer, from proceeding with at least 75 percent of the normal labor and equipment force
engaged on such operation for at least 60 percent of the total daily time being currently spent on the
controlling operation or critical path activity
(September 12, 2016 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
b. Material Acceptance Certification Documents
c Monthly 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
G.\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-35
f. Property owner releases per Section 1-07.24
g. Project record drawings per Section 1-05.3(1)
h Personnel Inventory Form
1-08.9 Liquidated Damages
Replace the third paragraph with the following:
If the Contract work is not completed within the times specified in Section 1-08 5, the Contractor agrees
to pay to the Owner the sum of $1,800 per day for each and every working day said work remains
uncompleted after expiration of the specified time.
1-08.10 Termination of Contract
1-08.10(1) Termination for Default
In the last sentence of the fifth paragraph, replace "State of Washington, Department of Transportation"
with "Contracting Agency "
1-09 MEASUREMENT AND PAYMENT
1-09.2 Weighing Equipment
1-09.2(1) General Requirements for Weighing Equipment
(July 23, 2015 APWA GSP, Option 2)
Revise item 4 of the fifth paragraph to read.
4. Test results and scale weight records for each day's hauling operations are provided to the
Engineer daily Reporting shall utilize WSDOT form 422-027, Scaleman's Daily Report, unless the
printed ticket contains the same information that is on the Scaleman's Daily Report Form. The
scale operator must provide AM and/or PM tare weights for each truck on the printed ticket.
Supplement this section with the following.
Certified weight tickets accompanying each truckload of material will be required to be delivered to the
Resident Engineer at the site. Should the Resident Engineer or Material Receiver be unavailable, it
shall be the responsibility of the Contractor's project superintendent to collect all said certified tickets
for the day and deliver them to the Resident Engineer the morning following the day's construction
The certified tickets shall have project title, date, time, product delivered, gross weight, tare weight, and
net weight shown in pounds. Any certified weight tickets submitted later than the morning following the
day materials are delivered to the site will not be considered for measurement and payment.
1-09.2(3) Specific Requirements for Platform Scales
Supplement this section with the following.
The Contractor will furnish a person, at no cost to the Contracting Agency, who will operate the certified
scales while the loading and hauling of materials is in progress. The Contractor shall provide the
platform scales and any tickets required for self -printing scales.
1-09.2(5) Measurement
(May 2, 2017 APWA GSP)
Revise the first paragraph to read.
Scale Verification Checks — At the Engineer's discretion, the Engineer may perform verification
checks on the accuracy of each bath, hopper, or platform scale used in weighing contract items of
Work
G:\PROJECTS\2018\18041E\SPEC\18041 Spec2018.Docx 6-36
1-09.3 Scope of Payment
Supplement this section with the following
Payment for work performed under this Contract will be based on the items listed in the Unit Price Bid
Proposal. Should a conflict exist between the item descriptions or the units of measurement and
payment listed in the Unit Price Bid Proposal and the "Payment" clauses found in each section of the
Standard Specifications, the Unit Price Bid Proposal items will prevail. If work is required to complete
the project according to the intent of the Plans and Specifications, but no bid item is provided in the
Unit Price Bid Proposal, then the Contractor shall include the cost for providing the necessary work in
the unit or lump sum price for the bid item most closely related to the work.
1-09.4 Equitable Adjustment
Replace Item 2 b with the following.
2 b Per Section 1-09.6, Force Account.
1-09.6 Force Account
(October 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.
Add the following clarification.
The term "project overhead" shall include "jobsite overhead." The term "general company overhead"
shall include "home office overhead "
Supplement paragraph one of Subsection 2 with the following
Sales tax will be applied to payment made to the Contractor and shall not be included in the cost of
materials provided to the Engineer
1-09.7 Mobilization
Supplement this section with the following.
When the contract includes multiple schedules of work containing lump sum contract prices for
"Mobilization", partial payments will be made on the percent of the work schedule totals, not the percent
of the total original contract.
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
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018 Docx 6-37
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 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.
Supplement this section with the following:
The progress estimate cutoff date established at the preconstruction conference shall be a minimum of
ten (10) working days prior to a regularly scheduled meeting of the Contracting Agency governing body
where payments may be authorized. Revisions to the agreed upon progress estimate cutoff date will
only be made by written approval of the Contracting Agency. The Contractor shall submit a signed
Application for Payment within three (3) working days after the progress estimate cutoff date. The
Engineer shall have a minimum of five (5) working days to review the Contractor's Application for
Payment. After the application for payment is reviewed by the Engineer, the Engineer will make a
recommendation to the Contracting Agency for action at the next available meeting of the governing
body that payment be made. Payment to the Contractor will be made within 45 calendar days from the
meeting at which the Contracting Agency's governing body authorizes payment to be made Failure to
submit an Application for Payment within the required time may delay action by the Contracting
Agency's governing body and further delay payment to the Contractor.
All payments for lump sum items over $5,000 00 or a single payment for a lump sum contract of any
amount will be measured by a schedule of values established as follows:
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-38
At the Preconstruction Conference, the contractor shall furnish a breakdown for each lump sum bid
item or for the total lump sum contract price showing the amount bid for each principal category of the
work, in such detail as requested by the Engineer, to provide a basis for determining progress
payments. This breakdown, referred to as the "Schedule of Values," will be approved by the Engineer
as described in Section 1-08 Prosecution and Progress before the first payment is made.
1-09.9(1) Retainage
Add the following to the fourth paragraph•
6 An affidavit is delivered to the Contracting Agency by the Contractor, stating that all persons
performing labor or furnishing materials have been paid.
1-09.9(2) Contracting Agency's Right to Withhold and Disburse Certain Amounts (New Section)
The following new section shall be added to the Standard Specifications
In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12,
and RCW 39 76, the Contractor authorizes the Engineer to withhold progress payments due or deduct
an amount from any payment or payments due the Contractor which, in the Engineer's opinion, may
be necessary to cover the Contracting Agency's costs for or to remedy the following situations.
1 Damage to another contractor when there is evidence thereof and a claim has been filed
2 Where the Contractor has not paid fees or charges to public authorities or municipalities which
the Contractor is obligated to pay
3 Utilizing material, tested and inspected by the Engineer, for purposes not connected with the
work (Section 1-05.6)
4. Landscape damage assessments per Section 1-07 16.
5. For overtime work performed by Contracting Agency personnel or its representative, per
Section 1-08 0(3).
6. Anticipated or actual failure of the Contractor to complete the work on time
a Per Section 1-08.9 Liquidated Damages, or
b Lack of construction progress based upon the Engineer's review of the Contractor's
approved progress schedule which indicates the work will not be completed within the
Contract Time When calculating an anticipated time overrun, the Engineer will make
allowances for weather delays, approved unavoidable delays, and suspensions of the
work The amount withheld under this subparagraph will be based upon the liquidated
damages amount per day set forth in Contract Documents multiplied by the number of days
the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the
Contract may exceed the Contract time
7. Failure of the Contractor to perform any of the Contractor's other obligations under the
Contract, including but not limited to.
a Failure of the Contractor to provide the Engineer with a field office when required by the
Contract Provisions
b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate
survey work as required by Section 1-05 4
c. Failure of the Contractor to correct defective or unauthorized work (Section 1-05 7)
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018 Docx 6-39
d. Failure of the Contractor to furnish a Manufacturer's Certificate of Compliance in lieu of
material testing and inspection as required by Section 1-06 3
e. Failure to submit Intent to Pay Prevailing Wage forms, or correct underpayment to
employees of the Contractor or subcontractor of any tier as required by Section 1-07.9
f. Failure of the Contractor to pay workers' benefits (Title 50 and Title 51 RCW) as required
by Section 1-07.10
g.
Failure of the Contractor to submit and obtain approval of a progress schedule per Section
1-08.3.
The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as
have been withheld pursuant to this section to a party or parties who are entitled to payment.
Disbursement of such funds, if the Engineer elects to do so, will be made only after giving the Contractor
15 calendar days prior written notice of the Contracting Agency's intent to do so, and if prior to the
expiration of the 15-calendar day period:
1. No legal action has commenced to resolve the validity of the claims, and
2 The Contractor has not protested such disbursement.
A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section
will be made. A payment made pursuant to this section shall be considered as payment made under
the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor
for such payment made in good faith
If legal action is instituted to determine the validity of the claims prior to expiration of the 15-day period
mentioned above, the Engineer will hold the funds until determination of the action or written settlement
agreement of the parties.
When the conditions 1-7 are resolved or the Contractor provides a Surety Bond satisfactory to the
Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall
be made for amounts withheld because of them.
1-09.9(3) Final Payment (New Section)
The following new section shall be added to the Standard Specifications:
Upon completion of all work under this Contract, the Contractor shall notify the Engineer, in writing, that
he has completed his part of the Contract and shall request final payment. Upon receipt of such
request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to
acceptance of the completed work and as to the final estimate of the amount due the Contractor Upon
approval of this final estimate and upon final acceptance of the work under this Contract, the Owner
will notify the Department of Revenue of the completion of said Contract. Provided the Department of
Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no
other known claims or liens against the retained funds, and further provided the terms of Section 1-
09.9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this
Contract in accordance with RCW Title 60.28. In the event unsatisfied claims or liens for taxes,
material, labor, and other services are known to exist, an amount will be further withheld from the
retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred,
and the remainder will be released from escrow, or released from the retained funds and paid to the
Contractor.
On contracts for public works, final payment of the retained percentage will not be made until after the
Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39 12.040
certifying that the Contractor and subcontractors have paid not less than the prevailing rate of wages.
G \PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-40
The parties further agree that the Owner may, without liability, withhold final payment to the Contractor
until such time as the Contractor has completed all forms required by the Owner
If a contract is funded by grant, state, or federal money, the public body shall pay the prime contractor
for satisfactory performance within thirty calendar days of the date the public body receives a payment
request that complies with the contract or within thirty calendar days of the date the public body actually
receives the grant or federal money, whichever is later
1-09.11 Disputes and Claims
1-09.11(3) Time Limitations and Jurisdiction
(July 23, 2015 APWA GSP)
Revise this section to read.
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 were 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 Claims Resolution
1-09.13(3) Claims $250,000 or Less
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following
The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or
less, submitted in accordance with Section 1-09 11 and not resolved by nonbinding ADR processes,
shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim
through binding arbitration
1-09.13(3)A Administration of Arbitration
(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 are 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.
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-41
1-10 TEMPORARY TRAFFIC CONTROL
1-10.2 Traffic Control Management
1-10.2(1) General
(January 3, 2017 WSDOT GSP)
Supplement this section with the following:
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 Avenue
Kingston, WA 98346
(360) 297-3035
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778
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
1-10.2(2) Traffic Control Plans
Delete the first two sentences of the first paragraph and replace with the following:
The Contractor shall be required to prepare traffic control plans required to complete the work. No work
shall be done on or adjacent to any traveled way without Contracting Agency approved and Engineer -
approved traffic control plans.
The Contractor shall designate a Traffic Control Supervisor who shall prepare, revise, supplement, or
modify the traffic control plans when needed to show the necessary Class A and B construction signing
and barricades, traffic control devices, and traffic flagging operations required for the contractor's
operation and submit it to the Engineer for review no later than the preconstruction conference date.
When the Class B signing for a particular area will be provided as detailed on one or more of the figures
included in the WSDOT standard plans or MUTCD without modification, the Contractor may reference
the applicable figure or standard plan at the appropriate location on the Plan. When this procedure is
used, variable distances such as minimum length of taper must be specified by the Contractor. The
Traffic Control Supervisor who prepared the traffic control plan shall sign and date the plan
The signed plans prepared by the Contractor's Traffic Control Supervisor shall provide for adequate
warning within the limits of the project and on all streets, alleys, and driveways entering the project so
that approaching traffic may turn left or right onto existing undisturbed streets before reaching the
project.
All costs incurred by the Contractor in preparation of the Traffic Control Plans, including any revisions
required by the Engineer after review, shall be included in the unit contract price for "Project Temporary
Traffic Control," per lump sum
G:\PROJECTS\2018\18041E\SPEC118041 Spec 201 8.Docx 6-42
1-10.4 Measurement
1-10.4(1) Lump Sum Bid for Project (No Unit Items)
(August 2, 2004 WSDOT GSP)
Supplement this section with the following.
The proposal contains the item "Project Temporary Traffic Control", lump sum The provisions of
Section 1-10.4(1) shall apply.
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2-01.1 Description
Supplement this section with the following.
In no case shall the Contractor be required to clear and grub beyond the right-of-way line, except as
specifically directed by the Engineer or noted on the Plans to remove trees, stumps, shrubs, or other
items which, by proximity or due to root growth, would constitute a hazard to the public or endanger the
facility All work beyond the right-of-way line shall be coordinated with affected property owner(s) per
Section 1-07.24 Rights of Way
The Contractor shall temporarily remove, as necessary, and later replace to its original condition or
relocate nearby as directed, all mail boxes, small trees, shrubs, street signs and posts, culverts,
irrigation facilities, concrete or rock walls, guardrail, or other similar obstructions which lie in or near the
line of work and are not intended for removal Should any damage be incurred, the cost of replacement
or repair shall be borne by the Contractor.
All clearing and grubbing includes disposal of unwanted materials, unless otherwise directed by
Engineer
2-01.3 Construction Requirements
2-01.3(4) Roadside Cleanup
Supplement this section with the following.
Roadside cleanup shall include all project areas outside of the road right-of-way, including utility
easements and private property, as shown on the Plans
Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of
the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection
The cleanup work shall be done immediately upon written notification of the Engineer and other work
shall not proceed until this partial cleanup is accomplished Should the Contractor not conduct the
cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work
completed by others and will deduct such costs from any payment due the Contractor
2-01.3(5) Fencing (New Section)
The following new section shall be added to the Standard Specifications
The Contractor shall be required to carefully remove all existing fencing located within or near the
proposed alignments All fencing materials to be removed and reset shall be temporarily placed on the
adjacent properties or stored as directed by the Engineer The removal and reresetting of all fencing,
including any barbed wire, shall be done at the Contractor's expense. Any fencing that is to be reset
shall be relocated and reset by the Contractor along the property lines or as directed by the Engineer
Unless provided for otherwise, the necessary work to restore and reinstall the fencing shall be
considered as incidental work to the various bid items and no separate payment will be made.
G \PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-43
2-01.4 Measurement
Supplement this section with the following.
No unit of measurement shall apply to Roadside Cleanup
2-01.5 Payment
Supplement this section with the following:
Unless a specific bid item has been included in the proposal, all costs incurred to complete the
requirements of this section, including partial roadside cleanup, shall be considered as incidental work
to the various bid items and no separate payment will be made
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2-02-1 Description
Supplement this section with the following:
This work shall consist of the removal and disposal (salvage to City of Yakima if noted or as directed
by Engineer) of various items, including but not limited to.
Schedule A: Water Main Improvements
Existing box culvert within the limits of roadway
1 EA Fire Hydrants
Schedule B: Sewer Improvements
1 EA Manhole
2-02.3 Construction Requirements
2-02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures
Supplement this section with the following:
Existing structures or installations of concrete, brick, blocks, etc , interfering with construction shall be
removed by the Contractor, and shall be considered as incidental work to the various bid items and no
separate payment will be made.
Any pipe openings to be abandoned shall be properly plugged watertight with Class 3000 concrete.
Removal and plugging of pipes shall be considered as incidental work to the various bid items and no
separate payment will be made.
Where structures are removed, the voids shall be backfilled with suitable, job -excavated material and
compacted. All such work shall be considered as incidental work to the various bid items and no
separate payment will be made.
If the Engineer determines the job -excavated material to be unsuitable for backfill, the Contractor shall
place ballast or crushed surfacing material as directed by the Engineer.
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
Supplement this section with the following:
Where shown on the Plans or as directed by the Engineer, the Contractor shall be required to remove
existing pavement, sidewalks, curbs, etc., which are outside the right-of-way line and are required to
be removed for construction of the improvements.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-44
In those areas where asphalt pavement removal is required, the Contractor shall, prior to excavation,
score the edge of the asphalt concrete pavement with an approved pavement cutter such as a concrete
saw. During the course of the work, the Contractor shall take precautions to preserve the integrity of
this neat, clean pavement edge Should the pavement edge be damaged prior to asphalt concrete
paving activities, the Contractor shall be required to trim the edge with an approved pavement cutter
as directed by the Engineer immediately prior to paving
No separate payment shall be made for saw -cutting pavement.
2-02.5 Payment
Supplement this section with the following
Unless a specific bid item has been included in the proposal, all costs incurred to complete the
requirements of this section, including sawcutting, shall be considered as incidental work to the various
bid items and no separate payment will be made
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.1 Description
Supplement this section with the following.
Unclassified excavation shall consist of removing the existing material of whatever nature encountered
to the subgrade elevation and shaping the subgrade to conform to the cross-section shown on the
Plans or as staked in the field. Concrete curb, gutter, and sidewalk removal shall be included as
"Unclassified Excavation Ind Haul " The material to be excavated shall be classified as "Unclassified
Excavation Incl. Haul "
Where directed by the Engineer, the Contractor shall excavate beyond the right-of-way in order to
adequately slope adjacent properties. No additional compensation will be made for excavating outside
the right-of-way.
The Contractor shall use caution while performing roadway excavation Heavy, rubber -tired equipment,
particularly front-end loaders, shall limit their travel over a single area as much as possible Trucks
shall observe a 10-mph speed limit when traveling over exposed subgrade areas.
The Contracting Agency will, at its own cost, reference all known existing monuments or markers
relating to subdivisions, plats, roads, street centerline intersections, etc The Contractor shall take
special care to protect these monuments or markers and also the reference points In the event the
Contractor is negligent in preserving such monuments and markers, the points will be reset by a
licensed surveyor at the Contractor's expense
2-03.3 Construction Requirements
2-03.3(3) Excavation Below Subgrade
Supplement this section with the following
At the direction of the Engineer, areas within the street subgrade which exhibit instability due to high
moisture content shall be.
1 Aerated and allowed to dry;
2 Over -excavated as directed by the Engineer and backfilled with ballast, or crushed surfacing
base course The contractor may be instructed to install construction geotextile for soil
stabilization in the excavation; or
3 A combination of any of the above
G \PROJECTS\2018\18041E\SPEC\18041 Spec 2018 Docx 6-45
Compensation for work done by the Contractor as described above shall be by increasing the quantities
of the various appropriate bid items such as "Unclassified Excavation Incl. Haul" and "Crushed
Surfacing Base Course" and applying the unit bid price No separate compensation will be made for
any equipment, tools, materials, or labor required to perform this work.
2-03.3(7) Disposal of Surplus Materials
2-03.3(7)A General
Supplement this section with the following:
The Contractor shall comply with the requests of the Contracting Agency for placement and compaction
of excess excavated suitable material at various locations within the project limits, as directed by the
Engineer.
Excavated material shall be bladed or hauled to fill low sections within the project area, except for sod
or extraneous material, which shall be hauled to waste at the Contractor's expense.
Suitable materials from the excavations shall be used in the embankments Unsuitable material or soft
spots shall be removed from the roadway and replaced with suitable material and compacted as for
embankments Topsoil shall be saved to use for backfill adjacent to the sidewalk and new improve-
ments, and shall be stockpiled separate from other material.
A waste site has not been provided by the Contracting Agency for disposal of unsuitable material,
asphalt, concrete, debris, waste material, or any other objectionable material which is directed to waste
by the Engineer.
The Contractor shall comply with the State of Washington's regulations regarding disposal of waste
material as outlined in WAC 173-304, Subchapter 461.
2-03.3(14)D Compaction and Moisture Control Tests
Delete this section and replace it with the following:
Compaction shall be 95% of maximum density as determined by ASTM D 698 (Standard Proctor). The
Contractor shall notify the Engineer when ready for in -place subgrade density tests All costs
associated with failed tests/testing shall be the responsibility of the Contractor. Placement of courses
of aggregate shall not proceed until density requirements are met.
2-03.4 Measurement
Supplement this section with the following:
"Unclassified Excavation Incl. Haul" will be measured by the cubic yard
Only one determination of the original ground elevation will be made on this project. Measurement for
roadway excavation and embankment will be based on the original ground elevations recorded
previous to the award of this Contract, and the alignment, profile, grade, and roadway section as shown
on the Plans and as staked by the Engineer. Control stakes will be set during construction to provide
the Contractor with all essential information for the construction of excavation and embankment.
If discrepancies are discovered in the ground elevations which will materially affect the quantities of
earthwork, the original computations of earthwork quantities will be adjusted accordingly.
Earthwork quantities will be computed, either manually or by means of electronic data processing
equipment, by -use of the average end area method.
Copies of the ground cross -sections and notes will be available for the bidder's inspection upon request,
at the office of the Project Engineer.
G:\PROJECTS12018118041E\SPEC\18041 Spec 2018.Docx 6-46
2-03.5 Payment
Supplement this section with the following
The unit contract price per cubic yard for "Unclassified Excavation Inc' Haul" shall be full compensation
for all labor, equipment, tools, and materials necessary to complete this item as specified
No separate payment shall be made for embankment compaction and all costs to perform this work as
required shall be merged in the unit price bid per cubic yard for "Unclassified Excavation Ind Haul "
2-04 HAUL
2-04.5 Payment
Delete this section and replace it with the following.
All haul of materials on this project shall be considered as incidental work to the various bid items and
no separate payment will be made.
2-07 WATERING
2-07.1 Description
Supplement this section with the following
The Contractor shall be solely responsible for dust control on this project and shall protect motoring
public, adjacent homes and businesses, orchards, crops, and school yards from damage due to dust,
by whatever means necessary The Contractor shall be responsible for any claims for damages and
shall protect the Contracting Agency and the Engineer from any and all such claims
When directed by the Engineer, the Contractor shall provide water for dust control within two hours of
such order and have equipment and manpower available at all times including weekends and holidays
to respond to orders for dust control measures
2-07.3 Construction Requirements
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 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 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 possible damage. The
Contractor will be billed for repairing the damage to a hydrant or meter if resulting from improper use.
Any 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.
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018 Docx 6-47
2-09 STRUCTURE EXCAVATION
2-09.3 Construction Requirements
2-09.3(3)D Shoring and Cofferdams
Replace the fifth paragraph with the following.
The design of structural shoring or cofferdams shall be by an Engineer employed by the Contractor and
licensed in the State of Washington to perform such work The Project Engineer will not review or
approve submittals
2-09.3(4) Construction Requirements, Structure Excavation, Class B
Delete the fourth paragraph and the last two sentences of the fifth paragraph.
2-09.4 Measurement
Delete paragraph two under the Horizontal Limits section and the second sentence under the Shoring or
Extra Excavation section.
Supplement this section as follows:
"Shoring or Extra Excavation," per linear foot, shall be measured along the centerline of the trench or
excavation.
2-09.5 Payment
Supplement this section as follows.
Delete "Shoring or Extra Excavation Class B", per square foot, and add "Shoring or Extra Excavation",
per linear foot.
The unit contract price per linear foot for "Shoring or Extra Excavation" shall be full pay for all
excavation, backfill, haul, compaction, and other work required when extra excavation is used in lieu of
constructing shoring If select backfill material is required for backfilling within the limits of the structure
excavation, it shall also be required as backfill material for the extra excavation at the Contractor's
expense.
2-11 TRIMMING AND CLEANUP
2-11.5 Payment
Supplement this section with the following.
Unless a specific bid item has been included in the proposal, all costs incurred to complete the
requirements of this section shall be considered as incidental work to the various bid items and no
separate payment will be made.
4-04 BALLAST AND CRUSHED SURFACING
4-04.1 Description
Supplement this section with the following.
Aggregates to be paid by the ton shall not be placed in stockpiles.
G.\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-48
4-04.3 Construction Requirements
4-04.3(5) Shaping and Compaction
Supplement this section with the following.
The Contractor shall notify the Engineer when he is ready for in -place ballast, base course, or top
course density tests All costs associated with failed tests/testing shall be the responsibility of the
Contractor. Placement of successive courses of aggregate or asphalt concrete shall not proceed until
density requirements are met.
5-04 HOT MIX ASPHALT
5-04.1 Description
Supplement this section with the following
An asphalt prime coat will not be required on this project, nor will a soil sterilant be required to be
applied to the subgrade
Asphalt concrete surfaces shall be so constructed that the finished pavement will conform to the
cross-section, line, and grade as shown on the Plans and in accordance with the referenced Standard
Specifications
5-04.2 Materials
Supplement this section with the following•
The grade of asphalt binder that shall be used for this project is PG 64-28.
The Engineer may require an adjustment in the asphalt binder content of the mix design by ± 0 5% at
no additional cost to the Contracting Agency
5-04.2(1) How to Get an HMA Mix Design on the QPL
Supplement this section with the following:
Delete the reference to Statistical Evaluation in Table 1 Nonstatistical Evaluation or Visual Evaluation
will be the basis for acceptance.
Mix designs for HMA accepted by Nonstatistical evaluation shall
• Be submitted to the Project Engineer on WSDOT Form 350-042
• Have the aggregate structure and asphalt binder content determined in accordance with
WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03 8(2)
and 9-03 8(6).
• Have anti -strip requirements, if any, for the proposed mix design determined in accordance
with WSDOT Test Method T 718 or based on historic anti -strip and aggregate source
compatibility from WSDOT lab testing. Anti -strip evaluation of HMA mix designs utilized that
include RAP will be completed without the inclusion of the RAP.
The Contractor may submit for acceptance an approved WSDOT mix design for the class of HMA
specified in the contract if the mix design is listed on the Qualified Products List (QPL), having been
approved within the previous 24-month period using aggregate and asphalt binder from the same
sources. The Contractor shall provide the mix design to the Engineer at least fifteen (15) working days
prior to any paving.
The Contractor shall be responsible for verification of the mix design.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec2018.Docx 6-49
5-04.3 Construction Requirements
5-04.3(3)B Hauling Equipment
Supplement this section with the following
Sufficient numbers of trucks shall be provided by the Contractor to assure a continuous paving
operation at proper HMA mix temperatures. Paving operations shall not proceed until hauling
equipment sufficient to assure continuous operations is provided.
5-04.3(3)C Pavers
Supplement this section with the following:
The HMA paver that is utilized on this project shall be capable of spreading and finishing courses of
HMA plant mix material in a width from centerline of the roadway to the edge of the roadway or gutter
in a single pass (up to 22-foot width).
5-04.3(4)C Pavement Repair
Supplement this section with the following'
After the completion of trench and patch repairs, the Contractor shall seal all joints with CSS-1 and
concrete sand The cost of sealing shall be included in the unit contract price for "HMA Cl. 1/2-Inch PG
64-28 "
5-04.3(9) HMA Mixture Acceptance
Delete the reference to Statistical Evaluation in Table 7 and replace it with Nonstatistical Evaluation
5-04.3(9)D Mixture Acceptance — Visual Evaluation
Replace all references to "Visual Evaluation" with "Nonstatistical Evaluation, Visual Evaluation or
Commercial Evaluation".
Supplement this section with the following•
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following
applications: Sidewalks, road approaches, ditches, slopes, paths, trails, gores and other nonstructural
applications as approved by the Engineer. Sampling and testing of HMA accepted by commercial
evaluation will be at the option of the Engineer
Commercial HMA can be used for patching utility or conduit trenches less than 24 inches in width.
5-04.3(9)E Mixture Acceptance — Notification of Acceptance Test Results
Delete the first paragraph and replace it with the following•
Payment will be made on the basis of the unit contract price for HMA for all HMA accepted on the
project. HMA not meeting the quality requirements of the Contract shall be rejected.
5-04.3(10) HMA Compaction Acceptance
Delete the reference to Statistical Evaluation of HMA in column 1 of Table 14 Replace it with Nonstatistical
Evaluation or Visual Evaluation of HMA at the Engineer's discretion Visual Evaluation will also remain in
column 2 of Table 14
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-50
5-04.3(10)A HMA Compaction — General Compaction Requirements
Supplement this section and with the following:
HMA used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and
having specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified
level relative density The specified level of relative density shall be a minimum of 91.0% of the
reference maximum density as determined by WSDOT for AASHTO T 209. The reference maximum
density shall be determined as the moving average of the most recent five determinations for the lot of
HMA being placed. The specified level of density attained will be determined by five nuclear gauge
tests taken in accordance with WAQTC FOP TM8 and WSDOT SOPT 729 on the day the mix is placed
(after completion of the finish rolling) at locations determined by the stratified random sampling
procedure conforming to WSDOT Test Method 716 within each density lot. The quantity represented
by each density lot will be no greater than a single day's production or approximately 400 tons,
whichever is less. The Engineer will furnish the Contractor with a copy of the results of all acceptance
testing performed in the field within one working day.
In addition to the randomly selected locations for tests of density, the Engineer may also isolate from a
normal lot any area that is suspected of being defective in relative density. Such isolated material will
not include an original sample location A minimum of five (5) randomly located density tests will be
taken.
Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory
material.
HMA constructed under conditions other than those listed above shall be compacted on the basis of a
test point evaluation of the compaction train The test point evaluation shall be performed in accordance
with instructions from the Project Engineer The number of passes with an approved compaction train,
required to attain the maximum test point density, shall be used on all subsequent paving.
5-04.3(10)D HMA Compaction — Visual Evaluation
Add the following to the end of the first sentence
"and HMA CI 1/2-Inch PG 64-28, at the discretion of the Engineer "
5-04.3(11) Reject Work
Supplement this section with the following.
Delete all references to Statistical Evaluation and Combined Pay Factor (CPF). Payment will be made
on the basis of the unit contract price for "HMA CI 1/2-Inch PG 64-28" for all HMA accepted on the
project. HMA not meeting the quality requirements of the Contract shall be rejected, including use of
HMA CI 3/8-Inch
5-04.3(13) Surface Smoothness
Supplement this section with the following.
Where directed by the Engineer, the Contractor shall feather the HMA pavement in a manner to produce
a smooth -riding connection to the existing pavement.
All costs and expenses in connection with providing, placing material, and feathering the asphalt
concrete pavement shall be paid for as the unit contract price per ton for "HMA CI 1/2-Inch PG 64-28 "
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-51
5-04.3(15) Sealing Pavement Surfaces
Revise the first sentence to read:
"The Contractor shall apply a fog seal to all travel lanes and allow it to cure prior to opening the lane to
traffic, when the wearing course is placed after October 1 and before April 1. Fog Seal must be
completely cured before pavement markings are applied."
Add the following:
The cost of providing and applying the fog seal shall be considered as incidental work to the various
bid items and no separate payment will be made.
5-04.3(16) HMA Road Approaches
Supplement this section with the following.
Where asphalt driveways or road approach HMA aprons are shown on the Plans, they shall be
constructed with 0.40-foot compacted depth of crushed surfacing top course and 0.20-foot compacted
depth of HMA. The portion of the driveways not paved with asphalt shall be surfaced with 0.25-foot
compacted depth crushed surfacing top course. Materials used for construction of driveways and road
approaches shall be paid at the unit contract prices for "HMA Cl. 1/2-Inch PG 64-28" and "Crushed
Surfacing Top Course."
Driveway matchlines shall be cut or scored with an approved pavement cutter prior to excavation Any
portion of the existing driveway (road approach) beyond the construction limits that is damaged by the
Contractor's operations shall be replaced in kind to the satisfaction of the Engineer at no expense to
the Contracting Agency.
All transitions to existing asphalt concrete and cement concrete driveways, curb, asphalt thickened
edge for gutter, and walkways shall be vertically sawcut full depth with straight, uniform edges, or milled
if shown on the plans. Existing asphalt pavement may be cut with a wheel, provided the wheel cut is
full depth and no damage occurs to the pavement which is to remain
5-04.5 Payment
Supplement this section with the following:
If there are no proposal bid items for "Temporary Pavement Marking" and "Removing Temporary
Pavement Marking", they shall be installed in accordance with Section 8-23 and the MUTCD, and the
work shall be considered as incidental work to the various bid items and no separate payment will be
made
If there is no proposal bid item for "Sawcutting Asphalt Pavement" or "Sawcutting Cement Concrete",
then all costs, including labor and equipment, associated with cutting asphalt pavement or cement
concrete shall be considered as incidental work to the various bid items and no separate payment will
be made.
Payment for HMA Cl. 3/8-Inch shall be incidental and included in the unit contract price for "HMA CI
1/2-Inch PG 64-28."
The following sections shall be deleted:
5-04.3(9)A Test Section
9-04.3(9)A1 Test Section — When Required, When to Stop
5-04.3(9)A2 Test Section — Evaluating the HMA Mixture in a Test Section
5-04.3(9)B Mixture Acceptance — Statistical Evaluation
5-04.3(9)B1 Mixture Statistical Evaluation — Lots and Sublots
5-04.3(9)B2 Mixture Evaluation — Sampling
5-04.3(9)B3 Mixture Statistical Evaluation — Acceptance Testing
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-52
5-04.3(9)B4 Mixture Statistical Evaluation — Pay Factors
5-04.3(9)65 Mixture Statistical Evaluation — Composite Pay Factors (CPF)
5-04.3(9)66 Mixture Statistical Evaluation — Price Adjustments
5-04.3(9)67 Mixture Statistical Evaluation — Retests
5-04.3(10)C1 HMA Compaction — Statistical Evaluation
5-04.3(10)C2 HMA Compaction — Acceptance Testing
5-04.3(10)C3 HMA Compaction — Price Adjustments
5-04.3(10)C4 HMA Compaction — Requests for Retesting
5-04.3(11)D Rejection — A Partial Sublot (Mixture or Compaction)
5-04.3(11)E Rejection — An Entire Sublot (Mixture or Compaction)
5-04.3(11)F Rejection — A Lot in Progress (Mixture or Compaction)
5-04.3(11)G Rejection — An Entire Lot (Mixture or Compaction)
7-02 CULVERTS
7-02.3(1) Placing Culvert Pipe — General
Supplement this section with the following.
Work within the existing irrigation channel shall be completed prior to March 15, 2019, when irrigation
will be turned on.
The Contractor shall coordinate with the City of Yakima to develop a suitable stockpile location for
roadway excavation material that will be used to backfill over the CDF backfill outside the roadway.
Placement and compaction of this material shall be included in the unit price for "Corrugated
Polyethylene Culv. Pipe 30 In. Diam "
7-02.4 Measurement
Remove the eighth paragraph and supplement this section the with following.
The unit of measurement for "Headwall for Culvert Pipe" shall be per each
7-02.5 Payment
Supplement this section with the following.
The unit contract price per each for "Headwall for Culvert Pipe" shall be full compensation for all labor,
tools, equipment, materials, and incidental costs required to construct a pipe headwall, including
excavation, backfill, and dewatering Construction shall be in accordance with WSDOT Standard Plan
B-75.20-01
The unit contract price per linear foot for "Corrugated Polyethylene Culv. Pipe 30 In Diam ", shall be
full compensation for all labor, tools, equipment, materials, and incidental costs required to install culvert
pipe, including excavation, backfill, CDF backfill, laying and jointing pipe and fittings, and cleanup
7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
7-05.3 Construction Requirements
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
Supplement this section with the following.
The Contractor shall establish reference points for the center of each utility appurtenance before its
removal for the purpose of relocation for final adjustment to final grade
Manholes, water valve boxes, catch basins, and similar utility appurtenances and structures shall not
be adjusted until the asphalt pavement is completed, at which time the center of each structure shall
be relocated from references previously established by the Contractor.
G:\PROJECTS\2018\18041E\SPEC118041 Spec2018.Docx 6-53
The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall
be equal to the outside diameter of frame plus two (2) feet, or as shown in the Plan details. The frame
shall be placed on cement concrete blocks or adjustment rings and brought up to the desired grade.
The base materials shall be removed and Class 3000 cement concrete shall be placed as shown in the
Plans.
On the following day, a tack coat of asphalt shall be applied to the concrete, the edges of the asphalt
concrete pavement, and the outer edge of the casting. HMA Cl. 3/8-Inch asphalt concrete shall then
be placed and compacted with hand tampers and a patching roller.
The completed patch shall match the existing paved surface for texture, density, and uniformity of
grade. The joint between the patch and the existing pavement shall then be sealed with emulsified
asphalt and shall be immediately covered with dry paving sand before the tack has broken
Utility appurtenances outside paved areas shall be adjusted to match the finish grade of the area
surrounding the structure and shall include a concrete collar extending one foot in all directions beyond
the cover. The utility cover shall be cleaned of all concrete prior to acceptance
7-05.3(2) Abandon Existing Manholes
Supplement this section with the following:
The existing pipe openings shall be plugged watertight with Class 3000 concrete, remove the top 4' of
manhole, and the manhole bottom slab shall be broken to promote drainage.
The void resulting from manhole abandonment shall be backfilled with crushed surfacing top course,
or as directed by Engineer. Restore surface to the condition existing prior to excavation with native
material, gravel surfacing,or asphalt concrete pavement as shown for trench repair on the Plans.
7-05.4 Measurement
Replace the first paragraph of this section with the following:
Manholes will be measured per each, regardless of height.
7-05.5 Payment
Supplement this section with the following.
The unit contract price per each for "Manhole 48 In Diam. Type 1", shall be full compensation for all
labor, materials, tools, and equipment necessary to furnish and install the manhole to the depth shown
on the plans including, but not necessarily limited to, sawcutting, removal of HMA pavement,
excavation, structural shoring or extra excavation, dewatering, bypass pumping, fittings, crushed
surfacing top course, manhole, steps, adjustment rings, mortar, grout, installing City provided frame
and cover, collar, adjustment to finished grade, backfill, compaction, and removal of excess material as
shown on the Plans and specified herein.
In addition to the items listed above for measurement and payment for catch basin and manhole
construction, payment per each shall be full compensation for foundation construction including
crushed surfacing and cement concrete, excavation, backfilling, dewatering, compaction, adjustment
of the manhole to finished grade including trimming and removal of HMA pavement, cement concrete
pad, tack coat, and replacement of HMA pavement, complete and in place.
Shoring or extra excavation shall be included in the unit price bid for "Shoring or Extra Excavation," as
measured per linear foot of pipeline installed, and no separate payment will be made for that work
required for manhole construction
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-54
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.1 Description
Delete this section and replace it with the following
This work includes installing culverts, storm sewers, sanitary sewers, water main, irrigation mains, and
conduits The Contractor shall also follow Section 7-02, 7-04, 7-09, 7-16, 7-17, or 8-20 as it applies to
the specific kind of work. In cases of conflict between sections, the more stringent regulation shall
apply.
7-08.2 Materials
Revise the second paragraph to read
Gravel Backfill for Pipe Zone Bedding
The crushed gravel used for gravel backfill for pipe zone bedding shall be crushed surfacing top course
meeting the requirements of Section 9-03 12(3)
7-08.3 Construction Requirements
7-08.3(1)C Bedding the Pipe
Delete this section and replace it with the following
Imported pipe zone material for flexible pipes shall be Crushed Surfacing Top Course meeting the
requirements of section 9-03 9(3), and shall be placed and compacted in layers as designated by the
Engineer Pipe zone material for rigid pipes shall be Crushed Surfacing Base Course meeting the
requirements of Section 9-03 9(3), or as approved by the Engineer
7-08.3(2)B Pipe Laying - General
Supplement this section with the following
Detectable marker tape shall be installed over non-metallic pipe lines The tape shall be placed
approximately three feet above the top of the pipe (unless otherwise noted on the Plans) and shall
extend its full length. The horizontal location of the tape shall vary no more than one foot from the
centerline alignment of the pipe Detectable marker tape shall meet the requirements of Section 9-
15.18 of the Standard Specifications
The Contractor shall furnish and install at his expense all fittings for making connections to existing
pipelines and services/laterals, including those necessary for horizontal and vertical deflections,
regardless if shown on plans
All capped utility extensions shall be left exposed and protected until the Engineer surveys the final
locations and grades prior to backfilling Caps shall be marked with a 3' vertical piece of #4 rebar
directly vertical above the cap
When parallel to existing utilities, new domestic water mains shall be installed a minimum of 10 feet
horizontally (outside pipe wall to outside pipe wall, typical) and 18 inches vertically above other
nonpotable pipelines. Where this is not possible at the discretion of the Engineer, a water main may
be installed a minimum of five feet horizontally and 18 inches vertically above other nonpotable
pipelines, as long as the water main is placed in a separate trench and on a bench of undisturbed earth
G:\PROJECTS\2018\18041E\SPEC\18041 Spec2018.Docx 6-55
When crossing existing utilities, new domestic water mains shall be installed a minimum of 18 inches
vertically above nonpotable pipelines. Where this is not possible, or the water main passes under a
nonpotable pipeline, the water main shall be installed in a pressure rated pipe casing extending 10 feet
each side of the crossing. In addition, where the water main passes under .an existing nonpotable
pipeline, support shall be provided for the nonpotable pipeline by backfilling the nonpotable pipeline
trench with controlled density backfill or other approved methods. A minimum of 6 inches of separation
between the crossing pipelines must be maintained in all cases
When parallel to existing potable water mains, new nonpotable pipelines shall be installed a minimum
of 10 feet horizontally and 18 inches vertically below existing water mains. Where this is not possible
at the discretion of the Engineer, a nonpotable pipeline may be installed a minimum of five feet
horizontally from an existing water main, as long as the nonpotable pipeline is installed a minimum of
18 inches vertically below the water main and the nonpotable pipeline is placed in a separate trench.
If the vertical separation cannot be met, then the nonpotable pipeline shall be constructed of or encased
in materials equal to water main standards with a minimum pressure rating of 150psi (C90O PVC, ductile
iron, etc ).
When crossing existing potable water mains, new nonpotable pipelines shall be installed a minimum of
18 inches vertically below existing water mains Support shall be provided for the water main by
backfilling the nonpotable pipeline trench with controlled density backfill or other approved methods.
Where the minimum clearance is not possible, or the nonpotable pipeline passes above a water main,
a full length of nonpotable pipeline shall be centered at the crossing In addition, the nonpotable
pipeline shall either be installed in a pressure rated pipe casing extending 10 feet each side of the
crossing, or be constructed of one standard length of pipe material equal to waterline standards with a
minimum pressure rating of 150psi (C900 PVC, ductile iron, etc ). A minimum of 6 inches of separation
between the crossing pipelines must be maintained in all cases.
The contractor is responsible for meeting these standards, and all costs shall be considered as
incidental work to the various bid items and no separate payment will be made.
7-08.3(3) Backfilling
Supplement this section with the following.
Street crossing trenches and other locations as directed by the Engineer shall be backfilled for the full
depth of the trench with Select Backfill meeting the requirements for crushed surfacing base course, in
Section 9-03.9(3).
Delete the fourth paragraph and replace with the following.
Mechanical compaction shall be required for all trenches The Contractor is hereby cautioned that time
extensions shall not be granted due to inadequate compaction or unstable trench backfill conditions
caused by excessive watering. The Contractor shall be responsible for correcting such conditions
caused by his own construction activities.
The density of the compacted material shall be at least 95% of the maximum density as determined by
ASTM D 1557 Tests (Modified Proctor). The Contractor shall notify the Engineer when they are ready
for in -place density tests of the trench line. Density tests shall be taken at various depths in the trench
The Contractor shall provide a backhoe and operator for the excavation and backfill of test holes. The
cost of the backhoe and operator shall be considered as incidental work to the various bid items and
no separate payment will be made. Placement of courses of aggregate shall not proceed until density
requirements have been met.
The first 500 feet of trench backfill operations shall be considered a test section for the Contractor to
demonstrate his backfilling and compaction techniques. The Contractor shall notify the Engineer at
least three (3) working days prior to beginning trench excavation and backfill operations, and shall
arrange for in -place density tests to be taken on the completed test section in accordance with the
above requirements. No further trenching will be allowed until the specified density is achieved in the
test section. Passing in -place density tests in the test section will not relieve the Contractor from
achieving the specified densities throughout the project.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec2018.Docx 6-56
Add the following to the fifth paragraph.
Backfill around all structures shall be water settled with a minimum of 2,000 gallons of water, in addition
to mechanical methods, to achieve required compaction
Payment for mechanical compaction shall be included in the unit price bid for the specified pipe.
Payment for water settling adjacent to structures shall be included in the unit price bid for the specified
structure
7-08.3(5) Existing Utilities (New Section)
The following new section shall be added to the Standard Specifications
The locations and/or elevations of existing utilities shown on the Plans are based upon utility information
of record, visible structures such as catch basins, manholes, valve boxes, etc , and utility locate
markings in the field. These are shown for convenience only, and the Engineer assumes no
responsibility for improper locations or failure to show utility locations on the Plans. Contractor shall
call 1-800-424-5555 prior to any excavation work per RCW 19 122 030
When utility services occupy the same space as new pipelines, the Contractor shall complete necessary
excavation to fully expose such services The Contractor shall protect said services, and work around
them during excavating and pipe laying operations. Any damages to services resulting from the
Contractor's operation shall be reported to the appropriate utility Such damage shall be repaired at
the Contractor's expense
7-08.4 Measurement
Delete the last paragraph and replace it with the following
Shoring or extra excavation will be measured by the linear foot.
Supplement this section with the following
There will be no separate measurement or payment for dewatering operations by the Contractor All
costs associated with dewatering operations shall be included in the various bid items associated with
the work.
There will be no separate measurement or payment for sawcutting the existing asphalt concrete
roadway at drainage and utility crossings All costs for sawcutting necessary for trench excavation shall
be included in the various bid items associated with the work.
The length and depth of "Select Backfill, as Directed" shall be neat -line field measured by the Engineer.
The trench width payment line limit for "Select Backfill, as Directed" shall be as shown on the Plans.
No measurement or payment will be made for backfill material beyond the payment line limit.
7-08.5 Payment
Delete the seventh bid item and replace it with the following
The unit contract price per linear foot for "Shoring or Extra Excavation", shall be full compensation for
all labor, equipment, tools, and material required to construct the shoring, cofferdam, or caisson
including excavation, installation and removal of the shoring, backfilling, and compaction, all as shown
on the Plans and as specified herein When extra excavation is used by the Contractor in lieu of
constructing the shoring, cofferdam, or caisson, the unit price bid shall be full pay for all additional
excavation, backfill, compaction, and other work required. If select backfill material is required within
the limits of the trench excavation, it shall also be required as backfill material for the extra excavation
at the Contractor's expense
G \PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-57
Supplement this section with the following:
Payment for all pipe items shall be made as follows: 75% of the unit contract bid price for materials
and initial installation; the next 15% of the unit contract bid price upon the successful completion of
density testing; and the final 10% of the unit contract bid price upon the completion of pipe testing
including hydrostatic, bacteriological, air pressure and mandrel testing, as well as televising if required
Payment for "Select Backfill, as Directed" will be made at the unit contract price per cubic yard per neat
line as shown in details, which shall be full compensation for furnishing, hauling, placing, and
compacting the material where directed by the Engineer. The cost for hauling and disposal of
excavated material to be replaced with select backfill shall be considered as incidental work to the
various bid items and no separate payment will be made.
7-09 WATER MAINS
7-09.1 Description
Supplement this section with the following:
The City Water/Irrigation Division will operate all existing water valves required as part of the project.
Existing valves within the project area shall remain accessible at all times.
All new water mains crossing nonpotable lines such as sanitary and storm sewer lines shall conform to
the City of Yakima's Waterline Separation from Nonpotable Conveyance Systems standards.
7-09.1(1)D Pipe Zone Backfill
Delete this section and replace it with the following.
Pipe zone backfill includes material above the pipe zone bedding up to the depths shown on the Details.
7-09.2 Materials
Pipe for main line approved for use on this project shall be as follows:
Pipe for Main Line:
Ductile Iron Pipe
Supplement this section with the following:
Ductile Iron Pipe Ductile iron pipe shall be Standard Thickness Class 52. All cast iron fittings and
flanged ductile iron fittings shall be Class 250. All ductile iron mechanical joint fittings shall be Class
350 conforming to AWWA C110/ANSI A-21 10 and AWWA C153/ANSI A-21.53. Mortar lining thickness
for fittings shall be the same thickness as specified for pipe
Fittings for Main Lines:
Connection Couplings: Non -restraining couplings for Ductile Iron pipe, either transition or straight
couplings, shall be rubber gasket, push -on type (Tyton Joint), conforming to ANSI/AWWA
C111/A21.11, most current addition.
Aggregates:
Gravel Backfill for Pipe Zone: Imported pipe zone material for flexible pipes shall be Crushed Surfacing
Top Course meeting the requirements of section 9-03.9(3), and shall be placed and compacted in layers
as designated by the Engineer Pipe zone material for rigid pipes shall be Crushed Surfacing Base
Course meeting the requirements of Section 9-03.9(3), or as approved by the Engineer.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-58
Trench Backfill: All longitudinal water main trenches shall be backfilled full depth above the pipe zone
with native material (free of organic material, wood, rocks, or pavement chunks larger than 6-inches in
maximum dimension), unless otherwise directed by the Engineer Street crossing trenches and other
locations as directed by the Engineer shall be backfilled full depth with imported select backfill.
Imported select backfill, where directed by the Engineer, shall be crushed surfacing base course, placed
and compacted in layers.
7-09.3 Construction Requirements
7-09.3(5) Grade and Alignment
Revise the first sentence of the third paragraph to read as follows
The depth of trenching for water mains shall be such as to give a minimum cover of 48 inches over the
top of the pipe unless otherwise specified in the Special Provisions.
7-09.3(6) Existing Utilities
Delete this section and refer to Section 7-08.3(6) Existing Utilities (New Section).
7-09.3(9) Bedding the Pipe
Delete the first sentence
Revise the second sentence to read:
Gravel backfill for pipe zone bedding shall be placed to the depths shown on the City of Yakima
Standard Detail for Typical Trench Section, W3.
7-09.3(10 Backfilling Trenches
Supplement this section with the following -
Street crossing trenches and other locations as shown on the plans or directed by the Engineer shall
be backfilled for the full depth of the trench with Crushed Surfacing Top Course meeting the
requirements of Section 9-03 12(3).
7-09.3(11) Compaction of Backfill
Delete the first paragraph and supplement this section with the following.
The density of the compacted material shall be at least 95% of the maximum density as determined by
ASTM D 698 Tests (Standard proctor). Placement of courses of aggregate shall not proceed until
density requirements have been met.
The first 500 feet of trench backfill operations shall be considered a test section for the Contractor to
demonstrate his backfilling and compaction techniques. The Contractor shall notify the Engineer at
least 3 working days prior to beginning trench excavation and backfill operations and the Engineer will
arrange for in -place density tests to be taken on the completed test section in accordance with the
above requirements No further trenching will be allowed until the specified density is achieved in the
test section. Passing in -place density tests in the test section will not relieve the contractor from
achieving the specified densities throughout the project.
7-09.3(19)A Connections to Existing Mains
Add the following•
No connection to existing mains shall be allowed prior to a successful pressure test, disinfection,
flushing and a satisfactory bacteriological test result is obtained.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018 Docx 6-59
Prior to installing new water main, the Contractor shall pothole the existing water main at the designed
point of connection to determine exact size, type, depth and location of existing water main. The new
water main shall be laid at the same depth as the existing water main to avoid an unnecessary fitting
as part of the final connection.
Mechanical joint fittings, valves, and fire hydrants shall be connected with ROMAC "Grip Ring", or an
approved equivalent.
7-09.3(23) Hydrostatic Pressure Test
Replace the first sentence with the following.
All water mains and appurtenances shall be tested under a hydrostatic pressure of 180 psi.
Supplement this section with the following:
Test shall be made with main gate valves open. Upon completion of the test, each valve shall be tested
by closing each in turn and relieving the pressure beyond. This test of the valve will be acceptable if
there is no immediate loss of pressure on the gauge when the pressure comes against the valve being
checked. The Contractor shall verify that the pressure differential across the valve does not exceed
the rated working pressure of the valve.
7-09.3(23)A Testing Extensions From Existing Mains
Delete this section
7-09.3(23)B Testing Section with Hydrants Installed
Revise this section to read:
When hydrants are included with the section of water main to be tested, the testing shall be conducted
as described in Section 7-09.3(23) in two separate tests as follows.
Test No. 1 — Hydrant auxiliary gate valves closed, with the hydrant operating stem valves and hose
ports open
Test No. 2 — Hydrant operating the stem valves closed, with the hydrant auxiliary gate valves and hose
ports open
7-09.3(24) Disinfection of Water Main
Supplement this section with the following:
A representative from the City of Yakima Water/Irrigation Division will collect all bacteriological samples
for testing and pay the cost associated with the initial samples. If test results are unsatisfactory, the
Contractor shall disinfect the water main as previously outlined. New bacteriological samples will be
taken by a representative of the Water/Irrigation Division The Contractor will be responsible for all
costs associated with subsequent disinfection and sample testing.
7-09.3(24)A Flushing
Revise the first paragraph to read:
All filling, flushing, and chlorinating of the new water system shall be done through a metered hydrant
or blowoff connection with an approved double check assembly. Contractor shall secure the metered
connection and double check assembly from the City of Yakima Water/Irrigation Division (see also 2-
07 3(A) Water Supplied From Hydrants). Sections of pipe to be disinfected shall first be flushed to
remove any solids or contaminated material that may have become lodged in the pipe. If a hydrant is
not installed at the end of the new main, then a temporary blowoff shall be provided by the Contractor
large enough to develop a flow velocity of at least 2.5 fps in the water main. No portion of the temporary
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 201 8.Docx 6-60
blowoff shall remain in place as part of the permanent water system Contractor is required to
dechlorinate all water flushed onto the street surface or into any storm drain system Flushing may
only be done into the sanitary sewer system if previously approved by the City's Wastewater Division
Delete the second paragraph.
7-09.3(24)H Point of Application
Delete this section.
7-09.3(24)N Final Flushing and Testing
Revise the last sentence in the third paragraph to read.
Samples will be collected and bacteriological tests obtained by the City of Yakima Water/Irrigation
Division
7-09.4 Measurement
Supplement this section with the following.
There will be no separate measurement or payment for dewatering operations by the Contractor
The length and depth of "Select Backfill, as Directed" shall be field measured by the Resident Engineer
The trench width payment line limit for "Select Backfill, as Directed" shall be as shown on the Plans
No measurement or payment will be made for excavation or backfill material beyond the payment line
limit.
7-09.5 Payment
Supplement this section with the following
The unit contract price per linear foot for "D I Pipe for Water Main In Diam ", shall be full
compensation for all labor, tools, equipment, and materials necessary to furnish and install water main
pipe and fittings as shown on the Plans, including, but not limited to, trench excavation of all materials
regardless of the nature, trench dewatering, bedding, imported pipe bedding material in the pipe zone,
laying and jointing pipe and fittings, restrained joints, locating wire, detectable marking tape, concrete
thrust blocking, backfilling and compaction, testing, disinfecting the pipeline, flushing, dechlorination of
water used for flushing, and cleanup
Payment for all pipe items shall be made as follows: 75% of the unit contract bid price for materials
and initial installation; the next 15% of the unit contract bid price upon the successful completion of
density testing, and the final 10% of the unit contract bid price upon the completion of pipe testing,
including hydrostatic, and bacteriological
The unit contract price per linear foot for "Shoring or Extra Excavation", shall be full compensation for
all labor, tools, equipment, and materials necessary to furnish and install shoring or over -excavate on
trenches exceeding four (4) feet in depth, per Section 2-09 of the Standard Specifications and
applicable amendments.
Payment for "Select Backfill, as Directed" will be made at the unit contract bid price per cubic yard per
neat line as shown in details, which shall be full compensation for furnishing, hauling, placing, and
compacting the material where directed by the Engineer. The cost for hauling and disposal of
excavated material to be replaced with select backfill shall be considered as incidental work to the
various bid items and no separate payment will be made
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-61
7-12 VALVES FOR WATER MAINS
7-12.2 Materials
Supplement this section with the following.
Butterfly and Gate Valves. See Section 9-30 3.
Valve Boxes: See Section 9-30.3(4)
7-12.3 Construction Requirements
Supplement this section with the following:
Valve box tops and lids shall be placed so that the ears of the lid/notches of the top section are in -line
with the direction of the main
Where valve boxes are installed in unpaved areas, the Contractor shall install a 24-inch
square/diameter x 4-inch thick pad of 3,000 psi concrete pad around the valve box. The valve box and
concrete pad shall be set flush to the surrounding surface
Valves Upon completion of all work in connection with this Contract, the Contractor shall coordinate
with the City of Yakima to open all valves involved in this work and the Engineer so notified.
Valve Boxes. Valve boxes should be set to position during backfilling operations so they will be in a
vertically centered alignment to the valve operating stem.
Adjustment to Grade: The Contractor shall adjust all water valve boxes to the final grade of the
surrounding area including new concrete sidewalk, asphalt pavement, gravel surfacing, or topsoil
surfacing. Valve box cover shall be rotated such that lugs are in -line with pipe alignment.
In asphalt concrete areas, water valve boxes shall be adjusted to grade in accordance with the
procedure outlined in Section 7-05.3(1) of these Special Provisions. The Contractor shall keep the
valve boxes free from debris caused by the construction activities. All valve boxes will be inspected
during final walk-thru to verify that the valve box is plumb and that the valve wrench can be placed on
the operating nut.
7-12.3(1) Installation of Valve Marker Post
Delete this section.
7-12.5 Payment
Supplement this section with the following:
The unit contract price per each for " Valve _ In.", shall be full pay for all work to furnish and install
the valve complete in place on the water main, including excavation, dewatering, existing pipe removal,
bedding, jointing and laying, concrete blocking, painting, disinfecting, hydrostatic testing, backfill,
compaction, valve nut extension, valve box, and final adjustment to finish grade including collar.
The unit contract price per each for "Abandon Water Valve", shall be full compensation for work to
abandon existing water mainline valves, including, but not necessarily limited to, excavation, closing
existing water valve, removal of existing valve box, select backfill and compaction of select material,
placing and compacting HMA as shown on the Plans and specified herein.
G.\PROJECTS\2018\18041E\SPEC \18041 Spec2018.Docx 6-62
7-14 HYDRANTS
7-14.1 Description
Supplement this section with the following.
This work consists of furnishing and installing new fire hydrants as shown on the Plans
7-14.2 Materials
Supplement this section with the following.
The City of Yakima accepts fire hydrants of the following manufacturers.
Mueller Super Centurion 250
M & H 129
All hydrants shall have a main valve opening (MVO) of 5-1/4", equipped with a 5" storz quick coupling
and two (2) 2-1/2" diameter ports Threads on all ports shall be National Standard Thread Hydrants
shall be painted a color acceptable to the City of Yakima
7-14.3(1) Setting Hydrants
Delete the fourth paragraph.
Supplement this section with the following•
The hydrant shall be set to the correct elevation on a concrete block base 12-inch x 12-inch x 6-inch
thick, which has been placed on undisturbed earth. Around the base of the hydrant, the Contractor
shall place 0 25 C Y of drain rock ranging in size from %-inch to 1 %-inch, said drain rock being for the
purpose of allowing free drainage of the hydrant. Hydrants shall be installed according to City of Yakima
Standard Detail for Hydrant Assembly, W 1
Where fire hydrants are installed in unpaved areas, the Contractor shall install a 5-foot square x 4-inch
thick pad of 3,000 psi concrete pad around fire hydrant at the bury line The concrete pad shall be set
flush to the surrounding surface
7-14.3(2) Hydrant Connections
Replace this section with the following
Hydrant runs shall be connected to the main with a 6-inch minimum diameter ductile iron water main
or as shown on the Plans, and shall include an auxiliary gate valve set vertically and valve box placed
as shown on the Plans
7-14.3(2)A Hydrant Restraints
Revise this section to read as follows.
All mechanical joints associated with the hydrant (shoe, auxiliary gate valve, tee) shall be connected
with ROMAC "Grip Ring" accessory pack or approved equivalent. Where the length between the
auxiliary valve and hydrant shoe is greater than 18 feet, a Tyton joint "Filed-lok" type gasket shall be
used at the pipe joint for restraint. No concrete thrust blocking is required at the hydrant tee or at the
hydrant shoe
7-14.3(2)B Auxiliary Gate Valves and Valve Boxes
Revise this section as follows
Auxiliary gate valves and valve boxes shall be installed in accordance with Section 7-12.
G.\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-63
7-14.5 Payment
Supplement this section with the following:
The unit price bid for "Hydrant Guard Post," per each, shall be full compensation to furnish and install
new guard post including but not limited to, excavation, steel posts, commercial cement concrete base
and fill, steel cap, backfill, paint, and reflective tape Precast posts may be submitted for acceptance
consideration by the Engineer
7-15 SERVICE CONNECTIONS
7-15.1 Description
This section is supplemented with the following
Contractor shall install service connections from the main to and including the meter setter as shown
and noted on the plans as part of the new water line installation.
7-15.5 Payment
Replace with the following.
The unit contract price per each for "Service Connection In. Diam.", shall be full compensation to
furnish and install new water service pipe and make connection to the water main including but not
limited to, excavation, tapping the main, service saddle, corporation stop, water service pipe, new meter
box with lid, valve, all fittings and appurtenances, connection to existing water service pipe on the
customer side of the water meter, backfilling, testing, flushing, and disinfection of the service.
7-17 SANITARY SEWERS
7-17.1 Description
This section is supplemented with the following.
The term "sewer(s)" and "sanitary sewer(s)" shall mean the same.
7-17.2 Materials
Pipe approved for use on this project shall be as follows.
PVC Sanitary Sewer Pipe. Polyvinyl chloride pipe with flexible gasketed joints shall conform to the
requirements of Section 9-05.12(1) of the Standard Specifications.
PVC fittings for sanitary sewer pipe such as wyes, plugs, caps, etc , shall be flexible gasket joint fittings
acceptable for use and connection to PVC pipe. Pipe transition couplings shall be rigid Romac LSSI
or approved equal
Detectable Marker Tape Marker tape shall be a detectable type and shall be marked "SEWER," and
shall conform to Section 9-15.18 of the Standard Specifications
7-17.3 Construction Requirements
7-17.3(2)A General
Delete the first paragraph and replace it with the following:
All sewer pipes and appurtenances shall be cleaned and tested after backfilling by either the exfiltration
or low pressure air method at the option of the Contractor. Deflection testing shall be done by pulling
a steel mandrel through the pipe All testing shall be witnessed by the Engineer.
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-64
7-17.3(2)H Television Inspection
Delete the first paragraph and replace it with the following
All new sewer lines shall be inspected by the City by use of television camera before final acceptance
The Contractor shall notify the Owner and Engineer a minimum of one week prior to scheduling any
television inspection(s).
7-17.4 Measurement
Delete the second paragraph and replace it with the following.
There will be no separate measurement for testing and video inspection.
Supplement this section with the following
"Abandon Existing Sewer Pipe" will be measured per linear foot.
"Remove Existing Sewer Pipe" will be measured per linear foot.
7-17.5 Payment
Add the following to the first paragraph:
"C900 PVC Sanitary Sewer Pipe 8 In Diam ", per linear foot.
Delete the second paragraph and replace it with the following
The unit contract price per linear foot for sewer pipe shall be full compensation for all labor, materials,
tools, and equipment necessary to furnish and install the PVC pipe and fittings including, but not
necessarily limited to, sawcutting, trench excavation, protecting, stabilizing, and supporting existing
utilities, structures, and utility services to remain, dewatering, pipe zone bedding, laying and jointing the
pipe and fittings, backfill and compaction, adjustment of inverts to manholes, connection to new and
existing manholes, detectable marking tape, grading and fine grading, testing, and removal and
disposal of excess material as shown on the Plans and specified herein
This section is supplemented with the following
The unit contract price per linear foot for "Abandon Existing Sewer Pipe", shall be full pay for complete
abandonment of existing sewer main in place, outside of the roadway with no remaining side sewer
services including grouting/capping of any pipe ends and controlled density fill (CDF) full depth of pipe
The unit contract price per linear foot for "Remove Existing Sewer Pipe," shall be full pay for all Work
to remove existing sewer main within the roadway with no remaining side sewer services including
excavation, haul, disposal of pipe, backfill, and compaction
Payment for all pipe items shall be made as follows: 75% of the unit contract bid price for materials
and initial installation; the next 15% of the unit contract bid price upon the successful completion of
density testing; and the final 10% of the unit contract bid price upon the completion of pipe testing
including infiltration/exfiltration, deflection, and televising as required
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-65
7-18 SIDE SEWERS
7-18.3 Construction Requirements
7-18.3(1) General
Supplement this section with the following
Side sewers shall not be backfilled prior to inspection by the Resident Engineer. All deficiencies shall
be corrected as directed by the Engineer prior to the backfilling and acceptance of the side sewer.
7-18.3(3) Testing
Delete this section and replace it with the following
Side sewers shall be tested up to the property line, or nearest joint thereto, simultaneously with the
sanitary sewer main, for the required exfiltration test. The Contractor shall provide all fittings necessary
to test the side sewers as outlined in Section 7-17 3(2) of the Standard Specifications That segment
of the side sewer between the property line and the building structure may be tested with the main line,
or separately, and the Contractor may install a tee fitting at the property line to facilitate testing All
necessary test fittings shall be removed and all openings plugged at the completion of the test.
7-18.3(4) Extending Side Sewers Into Private Property
Supplement this section with the following.
The Contractor shall provide at least three a (3) day notice to a property owner in advance of when
construction will take place on the owner's property, but no more than a seven (7) day notice
Side sewer stub ends (future connections) shall be marked with an 18" long section of #4 rebar buried
horizontally with the rebar set 6" to 12" below the finished surface tied in marker tape.
The Contractor shall use extreme care when working on private property and minimize the extent of
the on -site construction activities All items damaged shall be repaired or replaced at no cost to the
Contracting Agency or property Owner
Prior to excavating for the side sewer, the Contractor shall remove all existing topsoil to a depth of at
least 6 inches and stockpile After backfilling operations are complete, the topsoil shall be replaced
and all rocks, clods, and other deleterious materials shall be removed. The ground surface shall be
restored to grade, raked to a uniform surface, and left in a condition ready to accept the property owner's
landscaping improvements No payment will be made for side sewer improvements on a given parcel
until the Engineer has accepted the final surface conditions.
7-18.5 Payment
Replace this section with the following:
Payment shall be made in accordance with Section 7-17.5 of these Technical Specifications.
Supplement this section with the following:
"Reconnect Side Sewer Service," by force account as provided in Section 1-09.6 that is to take place
outside City right-of-way (Addresses include 1419, 721, 717, 713, 709, 705, 701, 621, 617, 613, and
609 Hathaway Street, Elks Memorial Park, 1002, 1004, and 1006 6th Avenue, and 722 J. Street)
"Reconnect Side Sewer Service," shall be full compensation for all labor, tools, materials, and
equipment necessary to complete this item in place including all wyes, tees, special fittings, cleanout(s),
joint materials, bedding and backfill material, connection to existing service, reconfiguration of
household plumbing (if necessary), and landscape restoration for the completion of the installation.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-66
7-19 SEWER CLEANOUTS
7-19.1 Description
Supplement this section with the following.
Cleanouts shall be Solid Wall PVC Sanitary Sewer Pipe. Provide side sewer cleanouts at the following
minimum locations:
A. At the outside of the building structure
B. At intervals not to exceed 100 feet in straight pipe runs.
C. At the end of aggregate changes in direction exceeding 90 degrees
D At other locations deemed necessary by the Engineer
E. As shown on the Plans
Manholes may be used in lieu of cleanouts and shall be placed at intervals not to exceed 300 feet,
unless otherwise shown on the Plans If manholes are used, the minimum location requirements for
cleanouts will apply except for spacing in straight runs. Manholes are required in side sewers 8-inches
in diameter and larger and shall be placed at all changes in horizontal alignment or vertical grade
7-19.2 Materials
Delete this section and replace it with the following
Cleanouts shall be Solid Wall PVC Sanitary Sewer Pipe
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
8-01.3(16) Removal
Delete the first sentence of the first paragraph and replace it with the following.
The Contractor shall remove and dispose of all erosion control BMPs at project completion Removal
and disposal will be a condition of granting physical completion.
8-01.5 Payment
Replace with the following
All costs to comply with this section shall be considered as incidental work to the various bid items and
no separate payment will be made
8-02 ROADSIDE RESTORATION
8-02.1 Description
Supplement this section with the following.
This work consists of preparing sub -grade or topsoil and replacing landscaping material as directed by
the Engineer
8-02.3 Construction Requirements
8-02.3(17) Landscape Restoration (New Section)
The following new section shall be added to the Standard Specifications.
"Landscape Restoration" shall include all landscape restoration at locations as directed by the
Engineer
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx 6-67
8-02.5 Payment
Supplement this section with the following.
"Landscape Restoration", by force account as provided in Section 1-09 6
8-04 CURBS, GUTTERS, AND SPILLWAYS
8-04.3 Construction Requirements
8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways
Supplement this section with the following:
Cement concrete traffic curb and gutter constructed on this project shall be as shown on the Details.
Full Height or "Barrier" cement concrete traffic curb and gutter as shown on the Detail Sheet shall be
used on the roadway as shown on the Plans. Depressed or "Driveway" cement concrete traffic curb
and gutter as shown on the Detail Sheet shall be used at all driveway and wheelchair ramp locations
as shown on the Plans and as directed in the field by the Engineer. Cement concrete curb and gutter
which does not comply with the section details on the Plans shall be removed and replaced at the
Contractor's expense
A template shall be required to be placed at the back of curb for construction of driveway transitions
from Barrier to Driveway curb and gutter. The template shall extend from the bottom of curb to the top
of the curb, and shall have a minimum length of 6 feet. The Contractor shall also be required to use a
template at the back of Driveway/Depressed curb and gutter to ensure a straight and uniform back of
curb in conformance with the Details
The new concrete curb and gutter shall be cured in accordance with Section 5-05.3(13)A of the
Standard Specifications. Application of the curing compound shall be in accordance with the
manufacturer's recommendations
First-class workmanship and finish will be required on all portions of concrete curb and gutter work.
Quality of workmanship and finish will be evaluated continuously and will be based solely upon the
judgment of the Engineer The Contractor shall be required to construct a minimum 20 linear foot
section of curb and gutter which demonstrates quality which is acceptable by the Owner and Engineer.
This "model" section will be referenced during construction for comparison to newly poured curb. If at
any time it is found that quality is unacceptable, work shall be immediately stopped, and no additional
curb and gutter shall be placed. Cement concrete curb and gutter which does not comply with the
section details on the Plans, or in the Engineer's opinion does not demonstrate first-class workmanship
and finish, shall be removed and replaced at the Contractor's expense. Should the Contractor's
equipment or methods be unable to produce curb and gutter meeting the requirements of the Details
and Specifications, no further curb and gutter construction will be allowed until corrections have been
made to said equipment or methods.
8-04.5 Payment
Supplement this section with the following.
The unit contract price per linear foot for "Cement Conc. Traffic Curb and Gutter," shall include steel
reinforcement in driveway or catch basins sections. This unit contract price shall apply to all curb types
including barrier, driveway, spill, and pedestrian (except pedestrian curb adjacent to curb ramps), and
curb transitions
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-68
8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES
8-06.3 Construction Requirements
Supplement this section with the following.
The concrete driveway entrance/sidewalk shall be six (6) inches in thickness New concrete driveways
shown in the Plans shall be six (6) inches in thickness
8-06.5 Payment
Delete the first paragraph and replace it with the following
All work required for the construction of new cement concrete driveways shall be paid under the contract
bid item "Cement Conc Sidewalk 6-Inch Thick," per square yard and no further payment shall be made.
Payment for crushed surfacing top course placed under concrete driveways shall be considered as
incidental work to the various bid items and no separate payment will be made
8-14 CEMENT CONCRETE SIDEWALKS
8-14.3(3) Placing and Finishing Concrete
Supplement this section with the following:
All sidewalks not located in driveway entrance areas shall be four (4) inches in thickness All concrete
approaches located behind a depressed curb and gutter section including wings, shall be six (6) inches
in thickness.
Sidewalks shall be marked across the entire width every five (5) feet and with preformed asphalt
impregnated joint fillers 3/8-inch thick every twenty (20) feet. Concrete sidewalk shall be cured in
accordance with Section 5-05 3(13)A of the Standard Specifications Application of the curing
compound shall be in accordance with the manufacturer's recommendations Failure to properly secure
or seal the cement concrete sidewalk will require the Contractor to remove and replace the sidewalk
section at his expense.
First-class workmanship and finish will be required on all portions of cement concrete sidewalk work.
Quality of workmanship and finish will be evaluated continuously and will be based solely upon the
judgment of the Engineer If at any time it is found that quality is unacceptable, work shall be
immediately stopped, and no additional sidewalk shall be placed Cement concrete sidewalk which
does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate
first-class workmanship and finish, shall be removed and replaced at the Contractor's expense Should
the Contractor's equipment or methods be unable to produce sidewalk meeting the requirements of the
Plans and Specifications, no further sidewalk construction will be allowed until corrections have been
made to said equipment or methods
8-14.5 Payment
Supplement this section with the following:
"Cement Conc. Sidewalk -Inch Thick," per square yard.
Payment for crushed surfacing top course placed under sidewalks and sidewalk ramps shall be
considered as incidental work to the various bid items and no separate payment will be made
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-69
9-30 WATER DISTRIBUTION MATERIALS
9-30.1 Pipe
9-30.1(1) Ductile Iron Pipe
The last sentence of paragraph 1 is replaced with the following
All other ductile iron pipe shall be Special Thickness Class 52 with cement mortar lining complying with,
AWWA C151/A21 51 and C104/A21.4 most current editions.
Paragraph 2 is replaced with the following.
Non -restraining joints shall be rubber gasket, push -on type (Tyton Joint), conforming to ANSI/AWWA
CIII/A21.11, most current edition.
Paragraph 3 is replaced with the following.
Restrained pipe joints shall utilize US Pipe "Field-lok" gaskets or approved equal
9-30.1(4) Steel Pipe
Delete this section.
9-30.1(5) Polyvinyl Chloride (PVC)
Delete this section
9-30.1(6) Polyethylene (PE) Pressure Pipe (4 Inches and Over)
Delete this section
9-30.2 Fittings
9-30.2(4) Steel Pipe
Delete this section
9-30.2(5) Polyvinyl Chloride (PVC) Pipe
Delete this section
9-30.2(6) Restrained Joints
Revise this section to read.
Mechanically restrained pipe and fittings will be used in lieu of thrust blocking as approved by the City.
The engineer shall provide appropriate restraint calculations, indicating the length of pipe and fittings
to be restrained for each particular size and type of fitting to be installed. Thrust restraint calculators
such as those provided by Ductile Iron Pipe Research Association, EBAA Iron or similar may be used
to determine required restraint lengths.
The restraining of ductile iron fittings, and valves shall be accomplished by the use of ROMAC "Grip
Ring" follower gland or approved equal Any device utilizing round point set screws shall not be
permitted
All couplings installed underground to connect ductile iron shall be manufactured of ductile iron.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec2018.Docx 6-70
9-30.2(9) Grooved and Shouldered Joints
Delete this section
9-30.2(10) Polyethylene (PE) Pipe (4 Inches and Over)
Delete this section.
9-30.2(11) Fabricated Steel Mechanical Slip -Type Expansion Joints
Delete this section
9-30.3 Valves
9-30.3(1) Gate Valves (3 to 16 Inches)
Delete this section and replace it with the following
9-30.3(1) Gate Valves (2-inches to 8-inches)
Gate valves, sized 2-inch through 8-inch, shall be resilient seated gate valves conforming to
ANSI/AWWA C 509 latest edition The valves shall have mechanical joint connections including
accessories, or flanged connections, as noted on the Plans
The Contractor shall provide an affidavit of compliance stating that the valve furnished fully complies
with AWWA C509
Approved gate valve manufacturers include:
• Mueller Co.
• Clow Valve Co.
• M&H Valve Co
• Kennedy Valve Co
• American Flow Control
9.30.3(3) Butterfly Valves
Supplement this section with the following.
All valves 12-inches and over shall be butterfly valves conforming to ANSI/AWWA C504, latest edition.
9-30.3(4) Valve Boxes
Supplement this section with the following.
The top section of the valve boxes shall be Rich Model 940-B, or equal, 18 inches high The bottom
section shall be a Rich Model R-36, orequal,36 inches high. Extension section shall be Rich Model
044, or equal, 12 inches high
9-30.3(5) Valve Marker Posts
Delete this section
9-30.3(8) Tapping Sleeve and Valve Assembly
Delete this section
G.\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-71
9-30.5 Hydrants
9-30.5(1) End Connections
Replace this section with the following.
The end connection shall be mechanical joint, meeting the requirements of AWWA C11O.
Hydrants domes and nozzle caps to be painted black using Moore's Urethane Gloss Safety Black or
approved equal. Hydrant nozzle body to be painted yellow using Moore's Urethane Gloss Safety Yellow
or approved equal Nozzle caps and operating nut to be 1-1/2-inch pentagon point to flat. Hydrants to
have weather caps installed on or over the operating nut. Hydrant pumper port to be supplied with 5-
inch Storz coupling nozzle x 4-1/2-inch NST connection with cap and cable
Approved hydrants include.
• Mueller Super Centurion 250
• M&H Style 129
9-30.6 Water Service Connections (2 Inches and Smaller)
Delete this section.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx 6-72
APPENDIX A
AMENDMENTS TO THE 2018
WASHINGTON STATE DEPARTMENT OF TRANSPORTATION
STANDARD SPECIFICATIONS
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx
t
1
1 INTRO.AP1
2 INTRODUCTION
3 The following Amendments and Special Provisions shall be used in conjunction with the
4 2018 Standard Specifications for Road, Bridge, and Municipal Construction.
5
6 AMENDMENTS TO THE STANDARD SPECIFICATIONS
7
8 The following Amendments to the Standard Specifications are made a part of this contract
9 and supersede any conflicting provisions of the Standard Specifications For informational
10 purposes, the date following each Amendment title indicates the implementation date of the
11 Amendment or the latest date of revision
12
13 Each Amendment contains all current revisions to the applicable section of the Standard
14 Specifications and may include references which do not apply to this particular project.
15
16 1-01.AP1
17 Section 1-01, Definitions and Terms
18 August 6, 2018
19 1-01.3 Definitions
20 The following new term and definition is inserted before the definition for "Shoulder".
21
22 Sensitive Area — Natural features, which may be previously altered by human activity,
23 that are present on or adjacent to the project location and protected, managed, or
24 regulated by local, tribal, state, or federal agencies.
25
26 The following new term and definition is inserted after the definition for "Working Drawings"
27
28 WSDOT Form — Forms developed and maintained by WSDOT that are required or
29 available for use on a project. These forms can be downloaded from the forms
30 catalogue at:
31
32 http://wsdot.wa gov/forms/pdfForms.html
33
34 1-02.AP1
35 Section 1-02, Bid Procedures and Conditions
36 October 30, 2018
37 1-02.4(1) General
38 This section is supplemented with the following:
39
40 Prospective Bidders are advised that the Contracting Agency may include a partially
41 completed Washington State Department of Ecology (Ecology) Transfer of Coverage
42 (Ecology Form ECY 020-87a) for the Construction Stormwater General Permit
43 (CSWGP) as part of the Bid Documents. When the Contracting Agency requires the
44 transfer of coverage of the CSWGP to the Contractor, an informational copy of the
45 Transfer of Coverage and the associated CSWGP will be included in the appendices
46 As a condition of Section 1-03 3, the Contractor is required to complete sections I, III,
47 and VIII of the Transfer of Coverage and return the form to the Contracting Agency.
48
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 The Contracting Agency is responsible for compliance with the CSWGP until the end of
2 day that the Contract is executed Beginning on the day after the Contract is executed,
3 the Contractor shall assume complete legal responsibility for compliance with the
4 CSWGP and full implementation of all conditions of the CSWGP as they apply to the
5 Contract Work.
6
7 1-02.5 Proposal Forms
8 The first sentence of the first paragraph is revised to read
9
10 At the request of a Bidder, the Contracting Agency will provide a physical Proposal
11 Form for any project on which the Bidder is eligible to Bid
12
13 1-02.6 Preparation of Proposal
14 Item number 1 of the second paragraph is revised to read.
15
16 1. A unit price for each item (omitting digits more than two places to the right of the
17 decimal point),
18
19 In the third sentence of the fourth paragraph, "WSDOT Form 422-031" is revised to read
20 "WSDOT Form 422-031 U"
21
22 The following new paragraph is inserted before the last paragraph
23
24 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law
25 Compliance form (WSDOT Form 272-009) Failure to return this certification as part of
26 the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award A
27 Contractor Certification of Wage Law Compliance form is included in the Proposal
28 Forms
29
30
31 1-03.AP 1
32 Section 1-03, Award and Execution of Contract
33 January 2, 2018
34 1-03.3 Execution of Contract
35 The first paragraph is revised to read.
36
37 Within 20 calendar days after the Award date, the successful Bidder shall return the
38 signed Contracting Agency -prepared Contract, an insurance certification as required by
39 Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer
40 of Coverage form for the Construction Stormwater General Permit with sections I, III,
41 and VIII completed when provided, and shall be registered as a contractor in the state of
42 Washington.
43
44 1-03.5 Failure to Execute Contract
45 The first sentence is revised to read.
46
47 Failure to return the insurance certification and bond with the signed Contract as
48 required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's
49 Business Enterprise information if required in the Contract, or failure or refusal to sign
50 the Contract, or failure to register as a contractor in the state of Washington, or failure to
51 return the completed Transfer of Coverage for the Construction Stormwater General
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
t
1
1
1 Permit to the Contracting Agency when provided shall result in forfeiture of the proposal
2 bond or deposit of this Bidder.
3
4 1-05.AP1
5 Section 1-05, Control of Work
6 August 6, 2018
7 1-05.5 Vacant
8 This section, including title, is revised to read:
9
10 1-05.5 Tolerances
11 Geometrical tolerances shall be measured from the points, lines, and surfaces defined
12 in Contract documents
13
14 A plus (+) tolerance increases the amount or dimension to which it applies, or raises a
15 deviation from level. A minus (-) tolerance decreases the amount or dimension to which
16 it applies, or lowers a deviation from level. Where only one signed tolerance is specified
17 (+ or -), there is no specified tolerance in the opposing direction
18
19 Tolerances shall not be cumulative The most restrictive tolerance shall control.
20
21 Tolerances shall not extend the Work beyond the Right of Way or other legal
22 boundaries identified in the Contract documents. If application of tolerances causes the
23 extension of the Work beyond the Right of Way or legal boundaries, the tolerance shall
24 be reduced for that specific instance.
25
26 Tolerances shall not violate other Contract requirements. If application of tolerances
27 causes the Work to violate other Contract requirements, the tolerance shall be reduced
28 for that specific instance. If application of tolerances causes conflicts with other
29 components or aspects of the Work, the tolerance shall be reduced for that specific
30 instance
31
32 1-05.9 Equipment
33 The following new paragraph is inserted before the first paragraph:
34
35 Prior to mobilizing equipment on site, the Contractor shall thoroughly remove all loose
36 dirt and vegetative debris from drive mechanisms, wheels, tires, tracks, buckets and
37 undercarriage. The Engineer will reject equipment from the site until it returns clean.
38
39 This section is supplemented with the following-
40
41 Upon completion of the Work, the Contractor shall completely remove all loose dirt and
42 vegetative debris from equipment before removing it from the job site.
43
44 1-06.AP 1
45 Section 1-06, Control of Material
46 October 30, 2018
47 1-06.1(3) Aggregate Source Approval (ASA) Database
48 This section is supplemented with the following:
49
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 Regardless of status of the source, whether listed or not listed in the ASA database the
2 source owner may be asked to provide testing results for toxicity in accordance with
3 Section 9-03.21(1)
4
5 1-06.2(2)D Quality Level Analysis
6 This section is supplemented with the following new subsection.
7
8 1-06.2(2)D5 Quality Level Calculation — HMA Compaction
9 The procedures for determining the quality level and pay factor for HMA compaction are
10 as follows
11
12 1. Determine the arithmetic mean, Xm, for compaction of the lot:
13
14 X=fix
m
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
n
Where.
x = individual compaction test values for each sublot in the lot
Ix = summation of individual compaction test values
n = total number test values
2 Compute the sample standard deviation, "S", for each constituent:
S=
nEx2 —(1x)2
n(n-1)
i
2
Where:
Zx2 = summation of the squares of individual compaction test values
(Zx)2 = summation of the individual compaction test values squared
3 Compute the lower quality index (QL)
X —LSL
OL = m
S
32
33 Where
34 LSL = 91 5
35
36 4 Determine PL (the percent within the lower Specification limit which
37 corresponds to a given QL) from Table 1 For negative values of QL, PL is equal
38 to 100 minus the table PL If the value of QL does not correspond exactly to a
39 figure in the table, use the next higher value
40
41 5 Determine the quality level (the total percent within Specification limits).
42
43 Quality Level = PL
44
45 6. Using the quality level from step 5, determine the composite pay factor (CPF)
46 from Table 2
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1
1
1
2 7 If the CPF determined from step 6 is 1 00 or greater: use that CPF for the
3 compaction lot; however, the maximum HMA compaction CPF using an LSL =
4 91.5 shall be 1.05.
5
6 8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an
7 LSL = 91.0. The value thus determined shall be the HMA compaction CPF for
8 that lot; however, the maximum HMA compaction CPF using an LSL = 91 00
9 shall be 1.00
10
11 1-06.2(2)D4 Quality Level Calculation
12 The first paragraph (excluding the numbered list) is revised to read
13
14 The procedures for determining the quality level and pay factors for a material, other
15 than HMA compaction, are as follows:
16
17 1-06.6 Recycled Materials
18 The first three sentences of the second paragraph is revised to read.
19
20 The Contractor shall submit a Recycled Material Utilization Plan on WSDOT Form 350-
21 075A within 30 calendar days after the Contract is executed The plan shall provide the
22 Contractor's anticipated usage of recycled concrete aggregates for meeting the
23 requirements of these Specifications. The quantity of recycled concrete aggregate will
24 be provided in tons and as a percentage of the Plan quantity for eligible material listed
25 in Section 9-03.21(1)E Table on Maximum Allowable percent (By Weight) of Recycled
26 Material
27
28 The last paragraph is revised to read
29
30 Within 30 calendar days after Physical Completion, the Contractor shall report the
31 quantity of recycled concrete aggregates that were utilized in the construction of the
32 project for each eligible item listed in Section 9-03.21(1)E The Contractor's report shall
33 be provided on WSDOT Form 350-075A, Recycled Materials Reporting.
34
35 1-06.6(1)A General
36 Item 1(a) in the second paragraph is revised to read
37
38 a The estimated costs for the Work for each material with 25 percent recycled
39 concrete aggregate. The cost estimate shall include for each material a
40 documented price quote from the supplier with the lowest total cost for the Work.
41
42 1-07.AP 1
43 Section 1-07, Legal Relations and Responsibilities to the Public
44 August 6, 2018
45 1-07.5 Environmental Regulations
46 This section is supplemented with the following new subsections:
47
48 1-07.5(5) U.S. Army Corps of Engineers
49 When temporary fills are permitted, the Contractor shall remove fills in their entirety and
50 the affected areas retumed to pre -construction elevations
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 If a U S. Army Corps of Engineers permit is noted in Section 1-07 6 of the Special
2 Provisions, the Contractor shall retain a copy of the permit or the verification letter (in
3 the case of a Nationwide Permit) on the worksite for the life of the Contract. The
4 Contractor shall provide copies of the permit or verification letter to all subcontractors
5 involved with the authorized work prior to their commencement of any work in waters of
6 the U.S
7
8 1-07.5(6) U.S. Fish/Wildlife Services and National Marine Fisheries Service
9 The Contracting Agency will provide fish exclusion and handling services if the Work
10 dictates However, if the Contractor discovers any fish stranded by the project and a
11 Contracting Agency biologist is not available, they shall immediately release the fish into
12 a flowing stream or open water
13
14 1-07.5(1) General
15 The first sentence is deleted and replaced with the following
16
17 No Work shall occur within areas under the jurisdiction of resource agencies unless
18 authorized in the Contract.
19
20 The third paragraph is deleted
21
22 1-07.5(2) State Department of Fish and Wildlife
23 This section is revised to read
24
25 In doing the Work, the Contractor shall
26
27 1 Not degrade water in a way that would harm fish, wildlife, or their habitat.
28
29 2 Not place materials below or remove them from the ordinary high water line
30 except as may be specified in the Contract.
31
32 3 Not allow equipment to enter waters of the State except as specified in the
33 Contract.
34
35 4 Revegetate in accordance with the Plans, unless the Special Provisions permit
36 otherwise
37
38 5 Prevent any fish -threatening silt buildup on the bed or bottom of any body of
39 water
40
41 6 Ensure continuous stream flow downstream of the Work area
42
43 7 Dispose of any project debris by removal, burning, or placement above high-
44 water flows
45
46 8 Immediately notify the Engineer and stop all work causing impacts, if at any
47 time, as a result of project activities, fish are observed in distress or a fish kill
48 occurs
49
50 If the Work in (1) through (3) above differs little from what the Contract requires, the
51 Contracting Agency will measure and pay for it at unit Contract prices But if Contract
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
r
1
1
1
1 items do not cover those areas, the Contracting Agency will pay pursuant to Section 1-
2 09.4. Work in (4) through (8) above shall be incidental to Contract pay items.
3
4 1-07.5(3) State Department of Ecology
5 This section is revised to read
6
7 In doing the Work, the Contractor shall:
8
9 1. Comply with Washington State Water Quality Standards.
10
11 2 Perform Work in such a manner that all materials and substances not
12 specifically identified in the Contract documents to be placed in the water do
13 not enter waters of the State, including wetlands These include, but are not
14 limited to, petroleum products, hydraulic fluid, fresh concrete, concrete
15 wastewater, process wastewater, slurry materials and waste from shaft drilling,
16 sediments, sediment -laden water, chemicals, paint, solvents, or other toxic or
17 deleterious materials
18
19 3. Use equipment that is free of external petroleum -based products
20
21 4 Remove accumulations of soil and debris from drive mechanisms (wheels,
22 tracks, tires) and undercarriage of equipment prior to using equipment below
23 the ordinary high water line.
24
25 5. Clean loose dirt and debris from all materials placed below the ordinary high
26 water line. No materials shall be placed below the ordinary high water line
27 without the Engineer's concurrence
28
29 6 When a violation of the Construction Stormwater General Permit (CSWGP)
30 occurs, immediately notify the Engineer and fill out WSDOT Form 422-011,
31 Contractor ECAP Report, and submit the form to the Engineer within 48 hours
32 of the violation
33
34 7 Once Physical Completion has been given, prepare a Notice of Termination
35 (Ecology Form ECY 020-87) and submit the Notice of Termination
36 electronically to the Engineer in a PDF format a minimum of 7 calendar days
37 prior to submitting the Notice of Termination to Ecology
38
39 8 Transfer the CSWGP coverage to the Contracting Agency when Physical
40 Completion has been given and the Engineer has determined that the project
41 site is not stabilized from erosion
42
43 9. Submit copies of all correspondence with Ecology electronically to the
44 Engineer in a PDF format within four calendar days
45
46 1-07.5(4) Air Quality
47 This section is revised to read.
48
49 The Contractor shall comply with all regional clean air authority and/or State
50 Department of Ecology rules and regulations
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 The air quality permit process may include additional State Environment Policy Act
2 (SEPA) requirements Contractors shall contact the appropriate regional air pollution
3 control authority well in advance of beginning Work.
4
5 When the Work includes demolition or renovation of any existing facility or structure that
6 contains Asbestos Containing Material (ACM) and/or Presumed Asbestos -Containing
7 Material (PACM), the Contractor shall comply with the National Emission Standards for
8 Hazardous Air Pollutants (NESHAP).
9
10 Any requirements included in Federal and State regulations regarding air quality that
11 applies to the "owner or operator" shall be the responsibility of the Contractor
12
13 1-07.7(1) General
14 The first sentence of the third paragraph is revised to read:
15
16 When the Contractor moves equipment or materials on or over Structures, culverts or
17 pipes, the Contractor may operate equipment with only the Toad -limit restrictions in
18 Section 1-07 7(2).
19
20 The first sentence of the last paragraph is revised to read:
21
22 Unit prices shall cover all costs for operating over Structures, culverts and pipes
23
24 1-07.9(1) General
25 The last sentence of the sixth paragraph is revised to read
26
27 Generally, the Contractor initiates the request by preparing standard form 1444 Request
28 for Authorization of Additional Classification and Rate, available at
29 https.//www dol.gov/whd/recovery/dbsurvey/conformance htm, and submitting it to the
30 Engineer for further action
31
32 1-07.9(2) Posting Notices
33 The second sentence of the first paragraph (up until the colon) is revised to read.
34
35 The Contractor shall ensure the most current edition of the following are posted
36
37 In items 1 through 10, the revision dates are deleted
38
39 1-07.11(2) Contractual Requirements
40 In this section, "creed" is revised to read "religion"
41
42 Item numbers 1 through 9 are revised to read 2 through 10, respectively
43
44 After the preceding Amendment is applied, the following new item number 1 is inserted
45
46 1 The Contractor shall maintain a Work site that is free of harassment, humiliation,
47 fear, hostility and intimidation at all times Behaviors that violate this requirement
48 include but are not limited to:
49
50 a Persistent conduct that is offensive and unwelcome.
51
52 b. Conduct that is considered to be hazing.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
s
1
1
1
1
2 c Jokes about race, gender, or sexuality that are offensive.
3
4 d. Unwelcome, unwanted, rude oroffensive conduct or advances of a sexual
5 nature which interferes with a person's ability to perform their job or creates an
6 intimidating, hostile, or offensive work environment.
7
8 e Language or conduct that is offensive, threatening, intimidating or hostile
9 based on race, gender, or sexual orientation.
10
11 f Repeating rumors about individuals in the Work Site that are considered to be
12 harassing or harmful to the individual's reputation
13
14 1-07.11(5) Sanctions
15 This section is supplemented with the following
16
17 Immediately upon the Engineer's request, the Contractor shall remove from the Work
18 site any employee engaging in behaviors that promote harassment, humiliation, fear or
19 intimidation including but not limited to those described in these specifications
20
21 1-07.11(6) Incorporation of Provisions
22 The first sentence is revised to read:
23
24 The Contractor shall include the provisions of Section 1-07 11(2) Contractual
25 Requirements (1) through (5) and the Section 1-07 11(5) Sanctions in every subcontract
26 including procurement of materials and leases of equipment.
27
28 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan
29 The last sentence of the first paragraph is revised to read-
30
31 An SPCC Plan template and guidance information is available at
32 http.//www wsdot.wa.gov/environment/technical/disciplines/hazardous-materials/spill-
33 prevent -report.
34
35 1-07.18 Public Liability and Property Damage Insurance
36 Item number 1 is supplemented with the following new sentence:
37
38 This policy shall be kept in force from the execution date of the Contract until the
39 Physical Completion Date.
40
41 1-08.AP1
42 Section 1-08, Prosecution and Progress
43 August 6, 2018
44 1-08.1 Subcontracting
45 The first sentence of the seventh paragraph is revised to read.
46
47 All Work that is not performed by the Contractor will be considered as subcontracting
48 except. purchase of sand, gravel, crushed stone, crushed slag, batched concrete
49 aggregates, ready -mix concrete, off -site fabricated structural steel, other off -site
50 fabricated items, and any other materials supplied by established and recognized
51 commercial plants; or (2) delivery of these materials to the Work site in vehicles owned
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 or operated by such plants or by recognized independent or commercial hauling
2 companies hired by those commercial plants
3
4 1-08.5 Time for Completion
5 Item number 2 of the sixth paragraph is supplemented with the following
6
7 f A copy of the Notice of Termination sent to the Washington State Department of
8 Ecology (Ecology), the elapse of 30 calendar days from the date of receipt of the
9 Notice of Termination by Ecology; and no rejection of the Notice of Termination by
10 Ecology. This requirement will not apply if the Construction Stormwater General
11 Permit is transferred back to the Contracting Agency in accordance with Section 8-
12 01.3(16)
13
14 1-08.7 Maintenance During Suspension
15 The fifth paragraph is revised to read
16
17 The Contractor shall protect and maintain all other Work in areas not used by traffic. All
18 costs associated with protecting and maintaining such Work shall be the responsibility
19 of the Contractor
20
21 1-09.AP1
22 Section 1-09, Measurement and Payment
23 August 6, 2018
24 1-09.2(1) General Requirements for Weighing Equipment
25 The last paragraph is supplemented with the following
26
27 When requested by the Engineer, the Contractor's representative shall collect the
28 tickets throughout the day and provide them to the Engineer's designated receiver, not
29 later than the end of shift, for reconciliation Tickets for Toads not verified as delivered
30 will receive no pay.
31
32 1-09.2(2) Specific Requirements for Batching Scales
33 The last sentence of the first paragraph is revised to read
34
35 Batching scales used for concrete or hot mix asphalt shall not be used for batching
36 other materials
37
38 1-09.10 Payment for Surplus Processed Materials
39 The following sentence is inserted after the first sentence of the second paragraph
40
41 For Hot Mix Asphalt, the Plan quantity and quantity used will be adjusted for the quantity
42 of Asphalt and quantity of RAP or other materials incorporated into the mix.
43
44 2-02.AP2
45 Section 2-02, Removal of Structures and Obstructions
46 April 2, 2018
47 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
48 In item number 3 of the first paragraph, the second sentence is revised to read
49
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
i
i
1 For concrete pavement removal, a second vertical full depth relief saw cut offset 12 to
2 18 inches from and parallel to the initial saw cut is also required, unless the Engineer
3 allows otherwise
4
5 2-09.AP2
6 Section 2-09, Structure Excavation
7 April 2, 2018
8 2-09.2 Materials
9 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland
10 Cement Concrete" are revised to read:
11
12 Cement 9-01
13 Fine Aggregate for Concrete 9-03 1(2)
14
15 2-09.3(3)D Shoring and Cofferdams
16 The first sentence of the sixth paragraph is revised to read.
17
18 Structural shoring and cofferdams shall be designed for conditions stated in this Section
19 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for
20 Highway Bridges Seventeenth Edition — 2002 for allowable stress design, or the
21 AASHTO LRFD Bridge Design Specifications for load and resistance factor design.
22
23 3-01.AP3
24 Section 3-01, Production from Quarry and Pit Sites
25 April 2, 2018
26 3-01.1 Description
27 The first paragraph is revised to read:
28
29 This Work shall consist of manufacturing and producing crushed and screened
30 aggregates including pit run aggregates of the kind, quality, and grading specified for
31 use in the construction of concrete, hot mix asphalt, crushed surfacing, maintenance
32 rock, ballast, gravel base, gravel backfill, gravel borrow, riprap, and bituminous surface
33 treatments of all descriptions.
34
35 4-04.AP4
36 Section 4-04, Ballast and Crushed Surfacing
37 April 2, 2018
38 4-04.3(5) Shaping and Compaction
39 This section is supplemented with the following new paragraph:
40
41 When using 100% Recycled Concrete Aggregate, the Contractor may submit a written
42 request to use a test point evaluation for compaction acceptance testing in lieu of
43 compacting to 95% of the standard density as determined by the requirements of
44 Section 2-03 3(14)D. The test point evaluation shall be performed in accordance with
45 SOP 738
46
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 5-04.AP5
2 Section 5-04, Hot Mix Asphalt
3 April 2, 2018
4 5-04.1 Description
5 The last sentence of the first paragraph is revised to read-
6
7 The manufacture of HMA may include additives or processes that reduce the optimum
8 mixing temperature (Warm Mix Asphalt) or serve as a compaction aid in accordance
9 with these Specifications
10
11 5-04.2 Materials
12 The reference to "Warm Mix Asphalt Additive" is revised to read "HMA Additive"
13
14 5-04.2(1) How to Get an HMA Mix Design on the QPL
15 The last bullet in the first paragraph is revised to read:
16
17 • Do not include HMA additives that reduce the optimum mixing temperature or serve
18 as a compaction aid when developing a mix design or submitting a mix design for
19 QPL evaluation The use of HMA additives is not part of the process for obtaining
20 approval for listing a mix design on the QPL Refer to Section 5-04 2(2)B
21
22 In the table, "WSDOT Standard Practice QC-8" is revised to read "WSDOT Standard
23 Practice QC-8 located in the WSDOT Materials Manual M 46-01"
24
25 5-04.2(1)C Mix Design Resubmittal for QPL Approval
26 Item number 3 of the first paragraph is revised to read-
27
28 3 Changes in modifiers used in the asphalt binder
29
30 5-04.2(2)B Using Warm Mix Asphalt Processes
31 This section, including title, is revised to read:
32
33 5-04.2(2)B Using HMA Additives
34 The Contractor may, at the Contractor's discretion, elect to use additives that reduce the
35 optimum mixing temperature or serve as a compaction aid for producing HMA. Additives
36 include organic additives, chemical additives and foaming processes. The use of
37 Additives is subject to the following.
38
39 • Do not use additives that reduce the mixing temperature in accordance with
40 Section 5-04.3(6) in the production of High RAP/Any RAS mixtures.
41
42 • Before using additives, obtain the Engineer's approval using WSDOT Form
43 350-076 to describe the proposed additive and process
44
45 5-04.3(3)A Mixing Plant
46 In item number 5 of the first paragraph, "WSDOT T 168" is revised to read "FOP for
47 AASHTO T 168"
48
49 5-04.3(4) Preparation of Existing Paved Surfaces
50 The first sentence of the fourth paragraph is revised to read
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1
2 Unless otherwise allowed by the Engineer, use cationic emulsified asphalt CSS-1, CSS-
3 1 h, or Performance Graded (PG) asphalt for tack coat.
4
5 5-04.3(6) Mixing
6 The first paragraph is revised to read-
7
8 The asphalt supplier shall introduce recycling agent and anti -stripping additive, in the
9 amount designated on the QPL for the mix design, into the asphalt binder prior to
10 shipment to the asphalt mixing plant.
11
12 The seventh paragraph is revised to read
13
14 Upon discharge from the mixer, ensure that the temperature of the HMA does not
15 exceed the optimum mixing temperature shown on the accepted Mix Design Report by
16 more than 25°F, or as allowed by the Engineer. When an additive is included in the
17 manufacture of HMA, do not heat the additive (at any stage of production including in
18 binder storage tanks) to a temperature higher than the maximum recommended by the
19 manufacturer of the additive
20
21 5-04.3(7) Spreading and Finishing
22
23
The last row of the table is revised to read:
3/8 inch
0 25 feet
0 30 feet
24
25 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
26 The following new paragraph is inserted after the first paragraph-
27
28 The Contracting Agency's combined aggregate bulk specific gravity (Gsb) blend as
29 shown on the HMA Mix Design will be used for VMA calculations until the Contractor
30 submits a written request for a Gsb test. The new Gsb will be used in the VMA
31 calculations for HMA from the date the Engineer receives the written request for a Gsb
32 retest. The Contractor may request aggregate specific gravity (Gsb) testing be
33 performed by the Contracting Agency twice per project. The Gsb blend of the combined
34 stockpiles will be used to calculate voids in mineral aggregate (VMA) of any HMA
35 produced after the new Gsb is determined.
36
37 5-04.3(9)A1 Test Section — When Required, When to Stop
38 The following new row is inserted after the second row in Table 9.
39
VMA
Minimum PF, of 0.95
based on the criteria in
None4
Section 5-04.3(9)642
40
41
42
43
44
45 5-04.3(9)B3 Mixture Statistical Evaluation — Acceptance Testing
46 In Table 11, "Va" is revised to read "VMA and Va"
47
5-04.3(9)A2 Test Section — Evaluating the HMA Mixture in a Test Section
In Table 9a, the test property "Gradation, Asphalt Binder, and Va" is revised to read
"Gradation, Asphalt Binder, VMA, and Va"
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 5-04.3(9)B5 Mixture Statistical Evaluation — Composite Pay Factors (CPF)
2 The following new row is inserted above the last row in Table 12
3
Voids in Mineral Aggregate
(VMA)
2
4
5 5-04.3(9)B7 Mixture Statistical Evaluation — Retests
6 The second to last sentence is revised to read
7
8 The sample will be tested for a complete gradation analysis, asphalt binder content,
9 VMA and Va, and the results of the retest will be used for the acceptance of the HMA
10 mixture in place of the original mixture sublot sample test results.
11
12 5-04.3(10)C1 HMA Compaction Statistical Evaluation — Lots and Sublots
13 The bulleted item in the fourth paragraph is revised to read:
14
15 • For a compaction lot in progress with a compaction CPF less than 0 75 using an
16 LSL = 91 0, a new compaction lot will begin at the Contractor's request after the
17 Engineer is satisfied that material conforming to the Specifications can be
18 produced. See also Section 5-04 3(11)F
19
20 5-04.3(10)C2 HMA Compaction Statistical Evaluation — Acceptance Testing
21 In the table, "WSDOT FOP for AASHTO T 355" is revised to read "FOP for AASHTO T 355"
22
23 5-04.3(10)C3 HMA Statistical Compaction — Price Adjustments
24 In the first paragraph, "WSDOT FOP for AASHTO T 355" is revised to read "FOP for
25 AASHTO T 355".
26
27 The first sentence in the second paragraph is revised to read
28
29 For each HMA compaction lot (that is accepted by Statistical Evaluation) which does not
30 meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in
31 accordance with Section 1-06.2(2)D5 to determine the appropriate Composite Pay
32 Factor (CPF)
33
34 The last two paragraphs are revised to read.
35
36
37
38
39
40
41
42
Determine the Compaction Price Adjustment (CPA) from the table below, selecting the
equation for CPA that corresponds to the value of CPF determined above
Calculating HMA Compaction Price Adjustment (CPA)
Value of CPF
Equation for Calculating CPA
When CPF > 1 00
CPA = [0 80 x (CPF — 1 00)] x Q x
UP
When CPF = 1 00
CPA = $0
When CPF <1 0
CPA = [0 40 x (CPF — 1 00)]xQx
UP
Where
CPA = Compaction Price Adjustment for the compaction lot ($)
CPF = Composite Pay Factor for the compaction lot (maximum is 1 05)
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
t
e
1 Q = Quantity in the compaction lot (tons)
2 UP = Unit price of the HMA in the compaction lot ($/ton)
3
4 5-04.3(13) Surface Smoothness
5 The second to last paragraph is revised to read.
6
7 When concrete pavement is to be placed on HMA, the surface tolerance of the HMA
8 shall be such that no surface elevation lies above the Plan grade minus the specified
9 Plan depth of concrete pavement. Prior to placing the concrete pavement, bring any
10 such irregularities to the required tolerance by grinding or other means allowed by the
11 Engineer
12
13 5-04.5 Payment
14 The paragraph following the Bid item "Crack Sealing-LF", per linear foot is revised to read
15
16 The unit Contract price per linear foot for "Crack Sealing-LF" shall be full payment for all
17 costs incurred to perform the Work described in Section 5-04.3(4)A:
18
19
20 7-02.AP7
21 Section 7-02, Culverts
22 April 2, 2018
23 7-02.2 Materials
24 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland
25 Cement Concrete" are revised to read
26
27 Cement 9-01
28 Aggregates for Concrete 9-03 1
29
30 7-02.3(6)A4 Excavation and Bedding Preparation
,31 The first sentence of the third paragraph is revised to read
32
33 The bedding course shall be a 6-inch minimum thickness layer of culvert bedding
34 material, defined as granular material either conforming to Section 9-03 12(3) or to
35 AASHTO Grading No. 57 as specified in Section 9-03 1(4)C.
36
37 7-05.AP7
38 Section 7-05, Manholes, Inlets, Catch Basins, and Drywells
39 August 6, 2018
40 7-05.3 Construction Requirements
41 The fourth sentence of the third paragraph is deleted
42
43 7-08.AP7
44 Section 7-08, General Pipe Installation Requirements
45 April 2, 2018
46 7-08.3(3) Backfilling
47 The fifth sentence of the fourth paragraph is revised to read
48
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 All compaction shall be in accordance with the Compaction Control Test of Section 2-
2 03.3(14)D except in the case that 100% Recycled Concrete Aggregate is used
3
4 The following new sentences are inserted after the fifth sentence of the fourth paragraph
5
6 When 100% Recycled Concrete Aggregate is used, the Contractor may submit a written
7 request to use a test point evaluation for compaction acceptance. Test Point evaluation
8 shall be performed in accordance with SOP 738
9
10 8-01.AP8
11 Section 8-01, Erosion Control and Water Pollution Control
12 April 2, 2018
13 8-01.1 Description
14 This section is revised to read
15
16 This Work consists of furnishing, installing, maintaining, removing and disposing of best
17 management practices (BMPs), as defined in the Washington Administrative Code
18 (WAC) 173-201A, to manage erosion and water quality in accordance with these
19 Specifications and as shown in the Plans or as designated by the Engineer
20
21 The Contracting Agency may have a National Pollution Discharge Elimination System
22 Construction Stormwater General Permit (CSWGP) as identified in the Contract Special
23 Provisions The Contracting Agency may or may not transfer coverage of the CSWGP
24 to the Contractor when a CSWGP has been obtained The Contracting Agency may not
25 have a CSWGP for the project but may have another water quality related permit as
26 identified in the Contract Special Provisions or the Contracting Agency may not have
27 water quality related permits but the project is subject to applicable laws for the Work.
28 Section 8-01 covers all of these conditions
29
30 8-01.2 Materials
31 The first paragraph is revised to read
32
33 Materials shall meet the requirements of the following sections:
34
35 Corrugated Polyethylene Drain Pipe 9-05 1(6)
36 Quarry Spalls 9-13
37 Erosion Control and Roadside Planting 9-14
38 Construction Geotextile 9-33
39
40 8-01.3(1) General
41 This section is revised to read
42
43 Adaptive management shall be employed throughout the duration of the project for the
44 implementation of erosion and water pollution control permit requirements for the
45 current condition of the project site The adaptive management includes the selection
46 and utilization of BMPs, scheduling of activities, prohibiting unacceptable practices,
47 implementing maintenance procedures, and other managerial practices that when used
48 singularly or in combination, prevent or reduce the release of pollutants to waters of the
49 State The adaptive management shall use the means and methods identified in this
50 section and means and methods identified in the Washington State Department of
51 Transportation's Temporary Erosion and Sediment Control Manual or the Washington
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
i
1
1 State Department of Ecology's Stormwater Management Manuals for construction
2 stormwater.
3
4 The Contractor shall install a high visibility fence along the site preservation lines shown
5 in the Plans or as instructed by the Engineer
6
7 Throughout the life of the project, the Contractor shall preserve and protect the
8 delineated preservation area, acting immediately to repair or restore any fencing
9 damaged or removed
10
11 All discharges to surface waters shall comply with surface water quality standards as
12 defined in Washington Administrative Code (WAC) Chapter 173-201A. All discharges to
13 the ground shall comply with groundwater quality standards WAC Chapter 173-200.
14
15 The Contractor shall comply with the CSWGP when the project is covered by the
16 CSWGP Temporary Work, at a minimum, shall include the implementation of.
17
18 1. Sediment control measures prior to ground disturbing activities to ensure all
19 discharges from construction areas receive treatment prior to discharging from
20 the site
21
22 2 Flow control measures to prevent erosive flows from developing.
23
24 3 Water management strategies and pollution prevention measures to prevent
25 contamination of waters that will be discharged to surface waters or the
26 ground
27
28 4. Erosion control measures to stabilize erodible earth not being worked.
29
30 5 Maintenance of BMPs to ensure continued compliant performance
31
32 6. Immediate corrective action if evidence suggests construction activity is not in
33 compliance Evidence includes sampling data, olfactory or visual evidence
34 such as the presence of suspended sediment, turbidity, discoloration, or oil
35 sheen in discharges
36
37 To the degree possible, the Contractor shall coordinate this temporary Work with
38 permanent drainage and erosion control Work the Contract requires.
39
40
41
42
Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose
more erodible earth than as listed below:
Western Washington
(West of the Cascade
Mountain Crest)
May 1 through
September 30
17 Acres
October 1
through April
30
5 Acres
Eastern Washington
(East of the Cascade
Mountain Crest)
April 1 through
October 31
17 Acres
November 1
through March
31
5 Acres
43
44 The Engineer may increase or decrease the limits based on project conditions.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1
2
4
5
7
8
9
10
11
Erodible earth is defined as any surface where soils, grindings, or other materials may
be capable of being displaced and transported by rain, wind, or surface water runoff
Erodible earth not being worked, whether at final grade or not, shall be covered within
the specified time period (see the table below), using BMPs for erosion control
Western Washington
(West of the Cascade
Mountain Crest)
October 1
through April
30
2 days
maximum
May 1 to
September 30
7 days
maximum
Eastern Washington
(East of the Cascade
Mountain Crest)
October 1
through June
30
5 days
maximum
November 1
through March
31
10 days
maximum
When applicable, the Contractor shall be responsible for all Work required for
compliance with the CSWGP including annual permit fees
12 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall
13 continue to comply with this division during the suspension
14
15 Nothing in this Section shall relieve the Contractor from complying with other Contract
16 requirements
17
18 8-01.3(1)A Submittals
19 This section's content is deleted
20
21 This section is supplemented with the following new subsection
22
23 8-01.3(1)A1 Temporary Erosion and Sediment Control
24 A Temporary Erosion and Sediment Control (TESC) plan consists of a narrative section
25 and plan sheets that meets the Washington State Department of Ecology's Stormwater
26 Pollution Prevention Plan (SWPPP) requirement in the CSWGP Abbreviated TESC
27 plans are not required to include plan sheets and are used on small projects that disturb
28 soil and have the potential to discharge but are not covered by the CSWGP The
29 contract uses the term "TESC plan" to describe both TESC plans and abbreviated
30 TESC plans When the Contracting Agency has developed a TESC plan for a Contract,
31 the narrative is included in the appendix to the Special Provisions and the TESC plan
32 sheets, when required, are included in the Contract Plans. The Contracting Agency
33 TESC plan will not include off -site areas used to directly support construction activity
34
35 The Contractor shall either adopt the TESC Plan in the Contract or develop a new
36 TESC Plan If the Contractor adopts the Contracting Agency TESC Plan, the Contractor
37 shall modify the TESC Plan to meet the Contractor's schedule, method of construction,
38 and to include off -site areas that will be used to directly support construction activity
39 such as equipment staging yards, material storage areas, or borrow areas. Contractor
40 TESC Plans shall include all high visibility fence delineation shown on the Contracting
41 Agency Contract Plans. All TESC Plans shall meet the requirements of the current
42 edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be
43 adaptively managed as needed throughout construction based on site inspections and
t
1
t
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 discharge samples to maintain compliance with the CSWGP. The Contractor shall
2 develop a schedule for implementation of the TESC work and incorporate it into the
3 Contractor's progress schedule.
4
5 The Contractor shall submit their TESC Plan (either the adopted plan or new plan) and
6 implementation schedule as Type 2 Working Drawings. At the request of the Engineer,
7 updated TESC Plans shall be submitted as Type 1 Working Drawings
8
9 8-01.3(1)B Erosion and Sediment Control (ESC) Lead
10 This section is revised to read
11
12 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the
13 TESC Plan. The ESC Lead shall have, for the life of the Contract, a current Certificate
14 of Training in Construction Site Erosion and Sediment Control from a course approved
15 by the Washington State Department of Ecology. The ESC Lead must be onsite or on
16 call at all times throughout construction. The ESC Lead shall be listed on the
17 Emergency Contact List required under Section 1-05 13(1)
18
19 The ESC Lead shall implement the TESC Plan Implementation shall include, but is not
20 limited to
21
22 1. Installing, adaptively managing, and maintaining temporary erosion and
23 sediment control BMPs to assure continued performance of their intended
24 function Damaged or inadequate BMPs shall be corrected immediately.
25
26 2. Updating the TESC Plan to reflect current field conditions.
27
28 3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to
29 the Washington State Department of Ecology in accordance with the CSWGP
30
31 4. Develop and maintain the Site Log Book as defined in the CSWGP. When the
32 Site Log Book or portion thereof is electronically developed, the electronic
33 documentation must be accessible onsite. As a part of the Site Log Book, the
34 Contractor shall develop and maintain a tracking table to show that identified
35 TESC compliance issues are fully resolved within 10 calendar days The table
36 shall include the date an issue was identified, a description of how it was
37 resolved, and the date the issue was fully resolved.
38
39 The ESC Lead shall also inspect all areas disturbed by construction activities, all on -site
40 erosion and sediment control BMPs, and all stormwater discharge points at least once
41 every calendar week and within 24-hours of runoff events in which stormwater
42 discharges from the site. Inspections of temporarily stabilized, inactive sites may be
43 reduced to once every calendar month. The Washington State Department of Ecology's
44 Erosion and Sediment Control Site Inspection Form, located at
45 https://ecology.wa.gov/Regulations-Permits/Permits-certifications/Stormwater-general-
46 permits/Construction-stormwater-permit, shall be completed for each inspection and a
47 copy shall be submitted to the Engineer no later than the end of the next working day
48 following the inspection
49
50 8-01.3(1)C Water Management
51 This section is supplemented with the following new subsections
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 8-01.3(1)C5 Water Management for In -Water Work Below Ordinary High Water
2 Mark (OHWM)
3 Work over surface waters of the state (defined in WAC 173-201A-010) or below the
4 OHWM (defined in RCW 90 58 030) must comply with water quality standards for
5 surface waters of the state of Washington
6
7 8-01.3(1)C6 Environmentally Acceptable Hydraulic Fluid
8 All equipment containing hydraulic fluid that extends from a bridge deck over surface
9 waters of the state or below the OHWM, shall be equipped with an environmentally
10 acceptable hydraulic fluid The fluid shall meet specific requirements for
11 biodegradability, aquatic toxicity, and bioaccumulation in accordance with the United
12 States Environmental Protection Agency (EPA) publication EPA800-R-11-002
13 Acceptance shall be in accordance with Section 1-06 3, Manufacturer's Certification of
14 Compliance.
15
16 The designation of environmentally acceptable hydraulic fluid does not mean fluid spills
17 are acceptable. The Contractor shall respond to spills to land or water in accordance
18 with the Contract.
19
20 8-01.3(1)C7 Turbidity Curtain
21 All Work for the turbidity curtain shall be in accordance with the manufacturer's
22 recommendations for the site conditions Removal procedures shall be developed and
23 used to minimize silt release and disturbance of silt. The Contractor shall submit a Type
24 2 Working Drawing, detailing product information, installation and removal procedures,
25 equipment and workforce needs, maintenance plans, and emergency
26 repair/replacement plans
27
28 Turbidity curtain materials, installation, and maintenance shall be sufficient to comply
29 with water quality standards
30
31 The Contractor shall notify the Engineer 10 days in advance of removing the turbidity
32 curtain All components of the turbidity curtain shall be removed from the project
33
34 8-01.3(1)C1 Disposal of Dewatering Water
35 This section is revised to read
36
37 When uncontaminated groundwater is encountered in an excavation on a project it may
38 be infiltrated within vegetated areas of the right of way not designated as Sensitive
39 Areas or incorporated into an existing stormwater conveyance system at a rate that will
40 not cause erosion or flooding in any receiving surface water
41
42 Altematively, the Contractor may pursue independent disposal and treatment
43 altematives that do not use the stormwater conveyance system provided it is in
44 compliance with the applicable WACs and permits
45
46 8-01.3(1)C2 Process Wastewater
47 This section is revised to read
48
49 Wastewater generated on -site as a byproduct of a construction process shall not be
50 discharged to surface waters of the State. Some sources of process wastewater may be
51 infiltrated in accordance with the CSWGP with concurrence from the Engineer Some
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 sources of process wastewater may be disposed via independent disposal and
2 treatment alternatives in compliance with the applicable WACs and permits
3
4 8-01.3(1)C3 Shaft Drilling Slurry Wastewater
5 This section is revised to read:
6
7 Wastewater generated on -site during shaft drilling activity shall be managed and
8 disposed of in accordance with the requirements below. No shaft drilling slurry
9 wastewater shall be discharged to surface waters of the State. Neither the sediment nor
10 liquid portions of the shaft drilling slurry wastewater shall be contaminated, as
11 detectable by visible or olfactory indication (e g., chemical sheen or smell)
12
13 1 Water -only shaft drilling slurry or water slurry with accepted flocculants may be
14 infiltrated on -site Flocculants used shall meet the requirements of Section 9-
15 14 5(1) or shall be chitosan products listed as General Use Level Designation
16 (GULD) on the Washington State Department of Ecology's stormwater
17 treatment technologies webpage for construction treatment. Infiltration is
18 permitted if the following requirements are met:
19
20 a. Wastewater shall have a pH of 6 5 — 8.5 prior to discharge
21
22 b The amount of flocculant added to the slurry shall be kept to the minimum
23 needed to adequately settle out solids. The flocculant shall be thoroughly
24 mixed into the slurry
25
26 c. The slurry removed from the shaft shall be contained in a leak proof cell or
27 tank for a minimum of 3 hours.
28
29 d The infiltration rate shall be reduced if needed to prevent wastewater from
30 leaving the infiltration location. The infiltration site shall be monitored
31 regularly during infiltration activity All wastewater discharged to the
32 ground shall fully infiltrate and discharges shall stop before the end of
33 each work day.
34
35 e. Drilling spoils and settled sediments remaining in the containment cell or
36 tank shall be disposed of in accordance with Section 6-19 3(4)F
37
38 f. Infiltration locations shall be in upland areas at least 150 feet away from
39 surface waters, wells, on -site sewage systems, aquifer sensitive recharge
40 areas, sole source aquifers, well head protection areas, and shall be
41 marked on the plan sheets before the infiltration activity begins.
42
43 g. Prior to infiltration, the Contractor shall submit a Shaft Drilling Slurry
44 Wastewater Management and Infiltration Plan as a Type 2 Working
45 Drawing. This Plan shall be kept on -site, adapted if needed to meet the
46 construction requirements, and updated to reflect what is being done in
47 the field. The Working Drawing shall include, at a minimum, the following
48 information:
49
50 i. Plan sheet showing the proposed infiltration location and all surface
51 waters, wells, on -site sewage systems, aquifer -sensitive recharge
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 areas, sole source aquifers, and well -head protection areas within
2 150 feet.
3
4 ii The proposed elevation of soil surface receiving the wastewater for
5 infiltration and the anticipated phreatic surface (i e , saturated soil)
6
7 iii. The source of the water used to produce the slurry.
8
9 iv The estimated total volume of wastewater to be infiltrated
10
11 v The accepted flocculant to be used (if any)
12
13 vi The controls or methods used to prevent surface wastewater runoff
14 from leaving the infiltration location
15
16 vii The strategy for removing slurry wastewater from the shaft and
17 containing the slurry wastewater once it has been removed from the
18 shaft.
19
20 viii The strategy for monitoring infiltration activity and adapting methods
21 to ensure compliance
22
23 ix. A contingency plan that can be implemented immediately if it
24 becomes evident that the controls in place or methods being used are
25 not adequate
26
27 x. The strategy for cleaning up the infiltration location after the infiltration
28 activity is done Cleanup shall include stabilizing any loose sediment
29 on the surface within the infiltration area generated as a byproduct of
30 suspended solids in the infiltrated wastewater or soil disturbance
31 associated with BMP placement and removal.
32
33 2 Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives
34 not allowed for infiltration shall be contained and disposed of by the Contractor
35 at an accepted disposal facility in accordance with Section 2-03 3(7)C. Spoils
36 that have come into contact with mineral slurry shall be disposed of in
37 accordance with Section 6-19.3(4)F
38
39 8-01.3(1)C4 Management of Off -Site Water
40 This section is revised to read
41
42 Prior to clearing and grubbing, the Contractor shall intercept all sources of off -site
43 surface water and overland flow that will run-on to the project. Off -site surface water
44 run-on shall be diverted through or around the project in a way that does not introduce
45 construction related pollution It shall be diverted to its preconstruction discharge
46 location in a manner that does not increase preconstruction flow rate and velocity and
47 protects contiguous properties and waterways from erosion The Contractor shall submit
48 a Type 2 Working Drawing consisting of the method for performing this Work.
49
50 8-01.3(1)E Detention/Retention Pond Construction
51 This section is revised to read
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
t
1 Whether permanent or temporary, ponds shall be constructed before beginning other
2 grading and excavation Work in the area that drains into that pond. Detention/retention
3 ponds may be constructed concurrently with grading and excavation when allowed by
4 the Engineer Temporary conveyances shall be installed concurrently with grading in
5 accordance with the TESC Plan so that newly graded areas drain to the pond as they
6 are exposed.
7
8 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
9 In the table, the second column heading is revised to read:
10
11 Eastern Washington'
12 (East of the Cascade Mountain Crest)
13
14 Footnote 1 in the table is revised to read
15
16 Seeding may be allowed outside these dates when allowed or directed by the Engineer
17
18 8-01.3(5) Plastic Covering
19 The first sentence of the first paragraph is revised to read.
20
21 Erosion Control — Plastic coverings used to temporarily cover stockpiled materials,
22 slopes or bare soils shall be installed and maintained in a way that prevents water from
23 intruding under the plastic and prevents the plastic cover from being damaged by wind.
24
25 8-01.3(7) Stabilized Construction Entrance
26 The first paragraph is revised to read
27
28 Temporary stabilized construction entrance shall be constructed in accordance with the
29 Standard Plans, prior to construction vehicles entering the roadway from locations that
30 generate sediment track out on the roadway Material used for stabilized construction
31 entrance shall be free of extraneous materials that may cause or contribute to track out.
32
33 8-01.3(8) Street Cleaning
34 This section is revised to read.
35
36 Self-propelled pickup street sweepers shall be used to remove and collect dirt and other
37 debris from the Roadway The street sweeper shall effectively collect these materials
38 and prevent them from being washed or blown off the Roadway or into waters of the
39 State. Street sweepers shall not generate fugitive dust and shall be designed and
40 operated in compliance with applicable air quality standards. Material collected by the
41 street sweeper shall be disposed of in accordance with Section 2-03 3(7)C
42
43 When allowed by the Engineer, power broom sweepers may be used in non-
44 environmentally sensitive areas. The broom sweeper shall sweep dirt and other debris
45 from the roadway into the work area The swept material shall be prevented from
46 entering or washing into waters of the State.
47
48 Street washing with water will require the concurrence of the Engineer.
49
50 8-01.3(12) Compost Socks
51 The first two sentences of the first paragraph are revised to read.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 Compost socks are used to disperse flow and sediment. Compost socks shall be
2 installed as soon as construction will allow but before flow conditions create erosive
3 flows or discharges from the site Compost socks shall be installed prior to any mulching
4 or compost placement.
5
6 8-01.3(13) Temporary Curb
7 The second to last sentence of the second paragraph is revised to read:
8
9 Temporary curbs shall be a minimum of 4 inches in height.
10
11 8-01.3(14) Temporary Pipe Slope Drain
12 The third and fourth paragraphs are revised to read:
13
14 The pipe fittings shall be water tight and the pipe secured to the slope with metal posts,
15 wood stakes, sand bags, or as allowed by the Engineer
16
17 The water shall be discharged to a stabilized conveyance, sediment trap, stormwater
18 pond, rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain
19 water quality compliance.
20
21 The last paragraph is deleted.
22
23 8-01.3(15) Maintenance
24 This section is revised to read:
25
26 Erosion and sediment control BMPs shall be maintained or adaptively managed as
27 required by the CSWGP until the Engineer determines they are no longer needed
28 When deficiencies in functional performance are identified, the deficiencies shall be
29 rectified immediately
30
31 The BMPs shall be inspected on the schedule outlined in Section 8-01 3(1)B for
32 damage and sediment deposits Damage to or undercutting of BMPs shall be repaired
33 immediately.
34
35 In areas where the Contractor's activities have compromised the erosion control
36 functions of the existing grasses, the Contractor shall overseed at no additional cost to
37 the Contracting Agency
38
39 The quarry spalls of construction entrances shall be refreshed, replaced, or screened to
40 maintain voids between the spalls for collecting mud and dirt.
41
42 Unless otherwise specified, when the depth of accumulated sediment and
43 debris reaches approximately % the height of the BMP the deposits shall be removed
44 Debris or contaminated sediment shall be disposed of in accordance with Section 2-
45 03.3(7)C Clean sediments may be stabilized on -site using BMPs as allowed by the
46 Engineer
47
48 8-01.3(16) Removal
49 This section is revised to read
50
51 The Contractor shall remove all temporary BMPs, all associated hardware and
52 associated accumulated sediment deposition from the project limits prior to Physical
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1
t
1 Completion unless otherwise allowed by the Engineer When the temporary BMP
2 materials are made of natural plant fibers unaltered by synthetic materials the Engineer
3 may allow leaving the BMP in place.
4
5 The Contractor shall remove BMPs and associated hardware in a way that minimizes
6 soil disturbance The Contractor shall permanently stabilize all bare and disturbed soil
7 after removal of BMPs. If the installation and use of the erosion control BMPs have
8 compacted or otherwise rendered the soil inhospitable to plant growth, such as
9 construction entrances, the Contractor shall take measures to rehabilitate the soil to
10 facilitate plant growth This may include, but is not limited to, ripping the soil,
11 incorporating soil amendments, or seeding with the specified seed.
12
13 At the request of the Contractor and at the sole discretion of the Engineer the CSWGP
14 may be transferred back to the Contracting Agency Approval of the Transfer of
15 Coverage request will require the following
16
17 1. All other Work required for Contract Completion has been completed
18
19 2 All Work required for compliance with the CSWGP has been completed to the
20 maximum extent possible. This includes removal of BMPs that are no longer
21 needed and the site has undergone all Stabilization identified for meeting the
22 requirements of Final Stabilization in the CSWGP.
23
24 3. An Equitable Adjustment change order for the cost of Work that has not been
25 completed by the Contractor
26
27 4 Submittal of the Washington State Department of Ecology Transfer of
28 Coverage form (Ecology form ECY 020-87a) to the Engineer.
29
30 If the Engineer approves the transfer of coverage back to the Contracting Agency, the
31 requirement in Section 1-07.5(3) for the Contractor's submittal of the Notice of
32 Termination form to the Washington State Department of Ecology will not apply.
33
34 8-01.4 Measurement
35 This section's content is deleted and replaced with the following new subsections
36
37 8-01.4(1) Lump Sum Bid for Project (No Unit Items)
38 When the Bid Proposal contains the item "Erosion Control and Water Pollution
39 Prevention" there will be no measurement of unit or force account items for Work
40 defined in Section 8-01 except as described in Sections 8-01 4(3) and 8-01.4(4). Also,
41 except as described in Section 8-01.4(3), all of Sections 8-01 4(2) and 8-01 5(2) are
42 deleted.
43
44 8-01.4(2) Item Bids
45 When the Proposal does not contain the items "Erosion Control and Water Pollution
46 Prevention", Section 8-01 4(1) and 8-01.5(1) are deleted and the Bid Proposal will
47 contain some or all of the following items measured as noted.
48
49 ESC lead will be measured per day for each day that an inspection is made and a
50 report is filed.
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 Biodegradable erosion control blanket and plastic covering will be measured by the
2 square yard along the ground slope line of surface area covered and accepted
3
4 Turbidity curtains will be measured by the linear foot along the ground line of the
5 installed curtain.
6
7 Check dams will be measured per linear foot one time only along the ground line of
8 the completed check dam. No additional measurement will be made for check
9 dams that are required to be rehabilitated or replaced due to wear.
10
11 Stabilized construction entrances will be measured by the square yard by ground
12 slope measurement for each entrance constructed
13
14 Tire wash facilities will be measured per each for each tire wash installed.
15
16 Street cleaning will be measured by the hour for the actual time spent cleaning
17 pavement, refilling with water, dumping and transport to and from cleaning
18 locations within the project limits, as authorized by the Engineer Time to mobilize
19 the equipment to or from the project limits on which street cleaning is required will
20 not be measured
21
22 Inlet protections will be measured per each for each initial installation at a
23 drainage structure.
24
25 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by
26 the linear foot along the ground line of the completed barrier.
27
28 Wattles and compost socks will be measured by the linear foot
29
30 Temporary curbs will be measured by the linear foot along the ground line of the
31 completed installation
32
33 Temporary pipe slope drains will be measured by the linear foot along the flow line
34 of the pipe.
35
36 Coir logs will be measured by the linear foot along the ground line of the completed
37 installation
38
39 Outlet protections will be measured per each initial installation at an outlet location.
40
41 Tackifiers will be measure by the acre by ground slope measurement
42
43 8-01.4(3) Reinstating Unit Items with Lump Sum Erosion Control and Water
44 Pollution Prevention
45 The Contract Provisions may establish the project as lump sum, in accordance with
46 Section 8-01.4(1) and also include one or more of the items included above in Section
47 8-01 4(2) When that occurs, the corresponding measurement provision in Section 8-
48 01 4(2) is not deleted and the Work under that item will be measured as specified.
49
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution
2 Prevention
3 Compost blanket will be measured by the square yard by ground slope surface area
4 covered and accepted.
5
6 Mulching will be measured by the acre by ground slope surface area covered and
7 accepted
8
9 Seeding, fertilizing, liming, mulching, and mowing, will be measured by the acre by
10 ground slope measurement.
11
12 Seeding and fertilizing by hand will be measured by the square yard by ground slope
13 measurement. No adjustment in area size will be made for the vegetation free zone
14 around each plant.
15
16 Fencing will be measured by the linear foot along the ground line of the completed
17 fence
18
19 8-01.5 Payment
20 This section's content is deleted and replaced with the following new subsections.
21
22 8-01.5(1) Lump Sum Bid for Project (No Unit Items)
23 Payment will be made for the following Bid item when it is included in the Proposal.
24
25 "Erosion Control and Water Pollution Prevention", lump sum.
26
27 The lump sum Contract price for "Erosion Control and Water Pollution Prevention"
28 shall be full pay to perform the Work as described in Section 8-01 except for costs
29 compensated by Bid Proposal items inserted through Contract Provisions as
30 described in Section 8-01 4(2). Progress payments for the lump sum item "Erosion
31 Control and Water Pollution Prevention" will be made as follows
32
33 1 The Contracting Agency will pay 15 percent of the bid amount for the
34 initial set up for the item. Initial set up includes the following:
35
36 a Acceptance of the TESC Plan provided by the Contracting Agency or
37 submittal of a new TESC Plan,
38
39 b Submittal of a schedule for the installation of the BMPs, and
40
41 c Identifying water quality sampling locations.
42
43 2. 70 percent of the bid amount will be paid in accordance with Section 1-
44 09.9.
45
46 3. Once the project is physically complete and copies of the all reports
47 submitted to the Washington State Department of Ecology have been
48 submitted to the Engineer, and, if applicable, transference of the CSWGP
49 back to the Contracting Agency is complete, the remaining 15 percent of
50 the bid amount shall be paid in accordance with Section 1-09 9.
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 8-01.5(2) Item Bids
2 "ESC Lead", per day
3
4 "Turbidity Curtain", per linear foot.
5
6 "Biodegradable Erosion Control Blanket", per square yard
7
8 "Plastic Covering", per square yard.
9
10 "Check Dam", per linear foot.
11
12 "Inlet Protection", per each
13
14 "Gravel Filter Berm", per linear foot.
15
16 "Stabilized Construction Entrance", per square yard
17
18 "Street Cleaning", per hour
19
20 "Silt Fence", per linear foot
21
22 "Wood Chip Berm", per linear foot.
23
24 "Compost Berm", per linear foot.
25
26 "Wattle", per linear foot.
27
28 "Compost Sock", per linear foot.
29
30 "Coir Log", per linear foot.
31
32 "Temporary Curb", per linear foot.
33
34 "Temporary Pipe Slope Drain", per linear foot.
35
36 "Temporary Seeding", per acre
37
38 "Outlet Protection", per each
39
40 "Tackifier", per acre
41
42 "Erosion/Water Pollution Control", by force account as provided in Section 1-09 6
43
44 Maintenance and removal of erosion and water pollution control devices including
45 removal and disposal of sediment, stabilization and rehabilitation of soil disturbed
46 by these activities, and any additional Work deemed necessary by the Engineer to
47 control erosion and water pollution will be paid by force account in accordance with
48 Section 1-09 6
49
50 To provide a common Proposal for all Bidders, the Contracting Agency has entered an
51 amount in the Proposal to become a part of the Contractor's total Bid
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
t
1 8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water
2 Pollution Prevention
3 The Contract may establish the project as lump sum, in accordance with Section 8-
4 01.4(1) and also reinstate the measurement of one or more of the items described in
5 Section 8-01.4(2), except for Erosion/Water Pollution Control, by force account. When
6 that occurs, the corresponding payment provision in Section 8-01 5(2) is not deleted
7 and the Work under that item will be paid as specified.
8
9 8-01.5(4) Items not included with Lump Sum Erosion Control and Water Pollution
10 Prevention
11 Payment will be made for each of the following Bid items when they are included in the
12 Proposal
13
14 "Compost Blanket", per square yard.
15
16 "Mulching", per acre
17
18 "Mulching with PAM", per acre
19
20 "Mulching with Short -Term Mulch", per acre
21
22 "Mulching with Moderate -Term Mulch", per acre
23
24 "Mulching with Long -Term Mulch", per acre.
25
26 "Seeding, Fertilizing and Mulching", per acre
27
28 "Seeding and Fertilizing", per acre
29
30 "Seeding and Fertilizing by Hand", per square yard
31
32 "Second Application of Fertilizer", per acre.
33
34 "Liming", per acre.
35
36 "Mowing", per acre.
37
38 "Seeding and Mulching", per acre.
39
40 "High Visibility Fence", per linear foot.
41
42 8-02.AP8
43 Section 8-02, Roadside Restoration
44 January 2, 2018
45 8-02.2 Materials
46 The reference to the material "Soil" is revised to read "Topsoil".
47
48 8-02.5 Payment
49 The following new paragraph is inserted following the Bid item "Plant Selection ", per
50 each:
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 The unit Contract price for "Plant Selection ", per each shall be full pay for all Work
2 to perform the work as specified within the planting area prior to planting for weed
3 control, planting area preparation and installation of plants with initial watering
4
5 The paragraph following the Bid item "PSIPE ", per each is revised to read
6
7 The unit Contract price for "PSIPE ", per each, shall be full pay for all Work to
8 perform the work as specified within the planting area for weed control and planting
9 area preparation, planting, cleanup, and water necessary to complete planting
10 operations as specified to the end of first year plant establishment.
11
12 8-04.AP8
13 Section 8-04, Curbs, Gutters, and Spillways
14 April 2, 2018
15 8-04.2 Materials
16 In the first paragraph, the reference to "Portland Cement" is revised to read
17
18 Cement 9-01
19
20 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways
21 The first paragraph is supplemented with the following.
22
23 Roundabout truck apron cement concrete curb and gutter shall be constructed with air
24 entrained concrete Class 4000 conforming to the requirements of Section 6-02
25
26 8-06.AP8
27 Section 8-06, Cement Concrete Driveway Entrances
28 April 2, 2018
29 8-06.2 Materials
30 In the first paragraph, the reference to "Portland Cement" is revised to read
31
32 Cement 9-01
33
34 8-06.3 Construction Requirements
35 The first paragraph is revised to read:
36
37 Cement concrete driveway approaches shall be constructed with air entrained concrete
38 Class 4000 conforming to the requirements of Section 6-02 or Portland Cement or
39 Blended Hydraulic Cement Concrete Pavement conforming to the requirements of
40 Section 5-05
41
42 8-14.AP8
43 Section 8-14, Cement Concrete Sidewalks
44 April 2, 2018
45 8-14.2 Materials
46 In the first paragraph, the reference to "Portland Cement" is revised to read
47
48 Cement 9-01
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1
1
2 In the second paragraph, each reference to "Federal Standard 595" is revised to read "SAE
3 AMS Standard 595".
4
5 8-16.AP8
6 Section 8-16, Concrete Slope Protection
7 April 2, 2018
8 8-16.2 Materials
9 In the first paragraph, the last two material references are revised to read
10
11 Poured Portland Cement or Blended Hydraulic Cement
12 Concrete Slope Protection 9-13 5(2)
13 Pneumatically Placed Portland Cement or Blended
14 Hydraulic Cement Concrete Slope Protection 9-13.5(3)
15
16
17 9-02.AP9
18 Section 9-02, Bituminous Materials
19 April 2, 2018
20 9-02.1 Asphalt Material, General
21 The second paragraph is revised to read
22
23 The Asphalt Supplier of Performance Graded (PG) asphalt binder and emulsified
24 asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2
25 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and
26 Emulsified Asphalts" The Asphalt Supplier's QCP shall be submitted and receive the
27 acceptance of the WSDOT State Materials Laboratory Once accepted, any change to
28 the QCP will require a new QCP to be submitted for acceptance. The Asphalt Supplier
29 of PG asphalt binder and emulsified asphalt shall certify through the Bill of Lading that
30 the PG asphalt binder or emulsified asphalt meets the Specification requirements of the
31 Contract.
32
33 9-02.1(4) Performance Graded Asphalt Binder (PGAB)
34 This section's title is revised to read
35
36 Performance Graded (PG) Asphalt Binder
37
38 The first paragraph is revised to read:
39
40 PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades
41 specified in the Contract shall be used in the production of HMA. For HMA with greater
42 than 20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt
43 binder, recycling agent and recovered asphalt (RAP and/or RAS) when blended in the
44 proportions of the mix design shall meet the PG asphalt binder requirements of
45 AASHTO M 332 Table 1 for the grade of asphalt binder specified by the Contract.
46
47 The second paragraph, including the table, is revised to read
48
49 In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders
50 shall meet the following requirements.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1
1
Additional Requirements by
Performance Grade (PG) Asphalt Binders
Property
Test
Method
PG58S-
22
PG58H-
22
PG58V-
22
PG64S-28
PG64H-
28
PG64V-
28
RTFO
Residue.
Average
Percent
Recovery
@ 3.2
kPa
AASHTO
T 3501
30% Min
20% Min.
25% Min
30% Min
1Specimen conditioned in accordance with AASHTO T 240 — RTFO
2
3 The third paragraph is revised to read.
4
5 The RTFO Jnrdiff and the PAV direct tension specifications of AASHTO M 332 are not
6 required
7
8 This section is supplemented with the following
9
10 If the asphalt binder verification sample test results fail to meet AASHTO Test Method T
11 350 "Standard Method of Test for Multiple Stress Creep Recovery (MSCR) Test of
12 Asphalt Binder Using a Dynamic Shear Rheometer (DSR)" for average percent recovery
13 @ 3.2 kPa for the applicable grades of binder in accordance with Section 9-02.1(4), the
14 Contracting Agency may elect to test the sample using AASHTO Test Method T 301
15 "Standard Method of Test for Elastic Recovery Test of Asphalt Materials by Means of a
16 Ductilometer "
17
18 When AASHTO T 301 is used, a minimum of 65% elastic recovery (ER) will be required
19 when tested at 25°C ± 0 5°C
20
21 9-02.1(6) Cationic Emulsified Asphalt
22 This section is revised to read
23
24 Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the
25 grades specified in the Contract shall be used
26
27 9-02.5 Warm Mix Asphalt (WMA) Additive
28 This section, including title, is revised to read
29
30 9-02.5 HMA Additive
31 Additives for HMA shall be accepted by the Engineer
32
33 9-03.AP9
34 Section 9-03, Aggregates
35 October 30, 2018
36 9-03.1 Aggregates for Portland Cement Concrete
37 This section's title is revised to read.
38
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Aggregates for Concrete
2
3 9-03.1(1) General Requirements
4 The first two sentences of the first paragraph are revised to read.
5
6 Concrete aggregates shall be manufactured from ledge rock, talus, or sand and gravel
7 in accordance with the provisions of Section 3-01 Reclaimed aggregate may be used if
8 it complies with the specifications for concrete
9
10 The second paragraph (up until the colon) is revised to read
11
12 Aggregates for concrete shall meet the following test requirements.
13
14 The second sentence of the second to last paragraph is revised to read.
15
16 The Contractor shall submit test results according to ASTM C1567 through the Engineer
17 to the State Materials Laboratory that demonstrate that the proposed fly ash when used
18 with the proposed aggregates and cement will control the potential expansion to 0 20
19 percent or less before the fly ash and aggregate sources may be used in concrete
20
21 9-03.1(2) Fine Aggregate for Portland Cement Concrete
22 This section's title is revised to read.
23
24 Fine Aggregate for Concrete
25
26 9-03.1(4) Coarse Aggregate for Portland Cement Concrete
27 This section's title is revised to read.
28
29 Coarse Aggregate for Concrete
30
31 9-03.1(4)C Grading
32 The first paragraph (up until the colon) is revised to read
33
34 Coarse aggregate for concrete when separated by means of laboratory sieves shall
35 conform to one or more of the following gradings as called for elsewhere in these
36 Specifications, Special Provisions, or in the Plans:
37
38 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete
39 This section's title is revised to read:
40
41 Combined Aggregate Gradation for Concrete
42
43 9-03.1(5)B Grading
44 In the last paragraph, "WSDOT FOP for WAQTC/AASHTO T 27/T 11" is revised to read
45 "FOP for WAQTC/AASHTO T 27/T 11"
46
47 9-03.2 Aggregate for Job -Mixed Portland Cement Mortar
48 This section's title is revised to read.
49
50 Aggregate for Job -Mixed Portland Cement or Blended Hydraulic Cement Mortar
51
52 The first sentence of the first paragraph is revised to read:
1
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1
1
2 Fine aggregate for portland cement or blended hydraulic cement mortar shall consist of
3 sand or other inert materials, or combinations thereof, accepted by the Engineer, having
4 hard, strong, durable particles free from adherent coating
5
6 9-03.4(1) General Requirements
7 The first paragraph (up until the colon) is revised to read:
8
9 Aggregate for bituminous surface treatment shall be manufactured from ledge rock,
10 talus, or gravel, in accordance with Section 3-01 Aggregates for Bituminous Surface
11 Treatment shall meet the following test requirements.
12
13 9-03.8(1) General Requirements
14 The first paragraph (up until the colon) is revised to read
15
16 Aggregates for Hot Mix Asphalt shall meet the following test requirements
17
18 9-03.8(2) HMA Test Requirements
19 The two tables in the second paragraph are replaced with the following three tables:
20
Mix Criteria
HMA Class
34 inch
1/2 inch
'/a inch
1 inch
Min
Max.
Min.
Max.
Min
Max.
Min
Max.
Voids in Mineral
Aggregate (VMA), %
15 0
14 0
13 0
12.0
Voids Filled With Asphalt (VFA), %
ESAL's (millions)
VFA
< 0 3
70
80
70
80
70
80
67
80
0 3 to < 3
65
78
65
78
65
78
65
78
>_ 3
73
76
65
75
65
75
65
75
Dust/Asphalt Ratio
0 6
1 6
0.6
1 6
0 6
1 6
0 6
1 6
21
22
Test Method
ESAL's (millions)
Number of Passes
Hamburg Wheel -Track Testing, FOP for
AASHTO T 324 Minimum Number of
Passes with no Stripping Inflection
Point and Maximum Rut Depth of
10mm
< 0 3
10,000
0 3 to < 3
12,500
'— 3
15,000
Indirect Tensile (IDT) Strength (psi) of Bituminous Materials FOP for ASTM
D6931
175 Maximum
ESAL's (millions)
N initial
N design
N maximum
%Gmm
<03
5915
960
5980
03to<3
5905
960
5980
3
5890
960
_<980
Gyratory Compaction
(number of gyrations)
< 0 3
6
50
75
0 3 to < 3
7
75
115
3
8
100
160
23
24 9-03.8(7) HMA Tolerances and Adjustments
25 In the table in item number 1, the fifth row is revised to read.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1
Asphalt binder
-0.4% to 0 5%
±0.7%
2
3 In the table in item number 1, the following new row is inserted before the last row-
4
Voids in Mineral
-1.5%
Aggregate, VMA
5
6 9-03.9(1) Ballast
7 The second paragraph (up until the colon) is revised to read
8
9 Aggregates for ballast shall meet the following test requirements
10
11 9-03.14(4) Gravel Borrow for Structural Earth Wall
12 The second sentence of the first paragraph is revised to read.
13
14 The material shall be substantially free of shale or other soft, poor durability particles,
15 and shall not contain recycled materials, such as glass, shredded tires, concrete rubble,
16 or asphaltic concrete rubble.
17
18 9-03.21(1)B Recycled Concrete Aggregate Approval and Acceptance
19 This section is supplemented with the following new subsection.
20
21
22
23
24
25
9-03.21(1)B1 Recycled Concrete Aggregate Approval and Acceptance
Recycled concrete aggregate may be approved through a three tiered system that
consists of the following
Tier 1
Approval Requirements
Approval of the Reclamation Facility is not
required.
Acceptance Requirements
Certification of toxicity characteristics in
accordance with Section 9-03.21(1)
Field acceptance testing in accordance with
Section 3-04
Approved to provide the following Aggregate Materials:
9-03 10 Aggregate for Gravel Base
9-03 12(1)B Gravel Backfill for Foundations Class B
9-03 12(2) Gravel Backfill for Walls
9-03 12(3) Gravel Backfill for Pipe Zone Bedding
9-03 14(1) Gravel Borrow
9-03 14(2) Select Borrow
9-03.14(2) Select Borrow (greater than 3 feet below subgrade and side slope)
9-03.14(3) Common Borrow
9-03.14(3) Common Borrow (greater than 3 feet below subgrade and side
slope)
9-03.17 Foundation Material Class A and Class B
9-03.18 Foundation Material Class C
9-03.19 Bank Run Gravel for Trench Backfill
Tier 2
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1
Approval Requirements
The Reclamation Facility shall have a Quality
Control Plan (QCP) in accordance with
WSDOT QC 9 "Standard Practice for
Approval of Reclamation Facilities of WSDOT
Recycled Concrete and Returned Concrete"
The Reclamation Facility's QCP shall be
submitted and approved by the WSDOT
State Materials Laboratory Once accepted,
any changes to the QCP will require a new
QCP to be submitted for acceptance
Evaluation of aggregate source properties
(LA Wear and Degradation) for the recycled
concrete aggregate is not required
Acceptance Requirements
Certification of toxicity characteristics in
accordance with Section 9-03.21(1), required
if requested
Field acceptance testing in accordance with
Section 3-04 is required
Provide certification in accordance with
WSDOT QC 9 for every lot. A lot shall be no
larger than 10,000 tons
Approved to provide the following Aggregate Materials:
Tier 1 aggregate materials
9-03 1 Coarse Aggregate for Commercial Concrete or Concrete class 3000
9-03 9(1) Ballast
9-03 9(2) Permeable Ballast
9-03.9(3) Crushed Surfacing
9-03.12(1)A Gravel Backfill for Foundations Class A
Tier 3
Approval Requirements
Acceptance Requirements
The Reclamation Facility shall have a Quality
Control Plan (QCP) in accordance with
WSDOT QC 10 "Standard Practice for
Approval of Reclamation Facilities of
Recycled Concrete Aggregates from
Stockpiles of Unknown Sources". The
Reclamation Facility's QCP shall be
submitted and approved by the WSDOT
State Materials Laboratory. Once accepted,
any changes to the QCP will require a new
QCP to be submitted for acceptance.
Evaluation of aggregate source properties
(LA Wear and Degradation) for the recycled
concrete aggregate is required.
Certification of toxicity characteristics in
accordance with Section 9-03.21(1) is
required.
Field acceptance testing in accordance with
Section 3-04 is required.
Provide certification in accordance with
WSDOT QC 10 for every lot. A lot shall be
_ no larger than 10,000 tons
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1
1
1
1
1
3
4
5
Approved to provide the following Aggregate Materials:
Tier 1 aggregate materials
9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000
9-03 9(1) Ballast
9-03.9(2) Permeable Ballast
9-03.9(3) Crushed Surfacing
9-03.12(1)A Gravel Backfill for Foundations Class A
For Reclamation Facilities that do not participate in Tier 2 and Tier 3, approval of
recycled concrete aggregate will be in accordance with Section 9-03.21(1), and
acceptance will be in accordance with Section 3-04
6 9-03.21(1)E Table on Maximum Allowable percent (By Weight) of Recycled
7 Material
8 "Portland Cement" is deleted from the first two rows in the table
9
10 The first column of the third row is revised to read.
11
12 Coarse Aggregate for Commercial Concrete and Class 3000 Concrete
13
14 9-04.AP9
15 Section 9-04, Joint and Crack Sealing Materials
16 April 2, 2018
17 9-04.1(2) Premolded Joint Filler for Expansion Joints
18 In this section, each reference to "AASHTO T 42" is revised to read "ASTM D 545"
19
20 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement
21 This section is supplemented with the following:
22
23 Hot poured sealant for cement concrete pavement is acceptable for installations in joints
24 where cement concrete pavement abuts a bituminous pavement.
25
26 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement
27 This section is supplemented with the following:
28
29 Hot poured sealant for bituminous pavement is acceptable for installations in joints
30 where cement concrete pavement abuts a bituminous pavement.
31
32 9-04.2(1)B Sand Slurry for Bituminous Pavement
33 Item number 2 of the first paragraph is revised to read.
34
35 2 Two percent portland cement or blended hydraulic cement, and
36
37 9-04.3 Joint Mortar
38 The first paragraph is revised to read
39
40 Mortar for hand mortared joints shall conform to Section 9-20.4(3) and consist of one
41 part portland cement or blended hydraulic cement, three parts fine sand, and sufficient
42 water to allow proper workability.
43
1
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 9-05.AP9
2 Section 9-05, Drainage Structures and Culverts
3 April 2, 2018
4 9-05.3(1)C Age at Shipment
5 The last sentence of the first paragraph is revised to read
6
7 Unless it is tested and accepted at an earlier age, it shall not be considered ready for
8 shipment sooner than 28 days after manufacture when made with Type II portland
9 cement or blended hydraulic cement, nor sooner than 7 days when made with Type III
10 portland cement.
11
12 9-14.AP9
13 Section 9-14, Erosion Control and Roadside Planting
14 August 6, 2018
15 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs)
16 In Table 1, the last four rows are deleted
17
18 9-14.4(2)A Long -Term Mulch
19 The first paragraph is supplemented with the following
20
21 Products containing cellulose fiber produced from paper or paper components will not
22 be accepted
23
24 Table 2 is supplemented with the following new rows.
25
Water Holding Capacity
ASTM D 7367
800 percent minimum
Organic Matter Content
AASHTO T 267
90 percent minimum
Seed Germination
Enhancement
ASTM D 7322
Long Term
420 percent minimum
26
27
28 9-14.4(2)B Moderate -Term Mulch
29 This section is revised to read
30
31 Wthin 48 hours of application, the Moderate -Term Mulch shall bond with the soil
32 surface to create a continuous, absorbent, flexible, erosion -resistant blanket. Moderate-
33 Term Mulch shall effectively perform the intended erosion control function in accordance
34 with Section 8-01 3(1) for a minimum of 3 months, or until temporary vegetation has
35 been established, whichever comes first.
36
37 Moderate -Term Mulch shall not be used in conjunction with permanent seeding
38
39 9-14.4(2)C Short -Term Mulch
40 This section is revised to read
41
42 Short -Term Mulch shall effectively perform the intended erosion control function in
43 accordance with Section 8-01.3(1) for a minimum of 2 months, or until temporary
44 vegetation has been established, whichever comes first. Short -Term Mulch shall not be
45 used in conjunction with permanent seeding
1
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
e
1
1
2 9-16.AP9
3 Section 9-16, Fence and Guardrail
4 August 6, 2018
5 9-16.3(1) Rail Element
6 The last sentence of the first paragraph is revised to read:
7
8 All rail elements shall be formed from 12-gage steel except for thrie beam reducer
9 sections, reduced length thrie beam rail elements, thrie beams used for bridge rail
10 retrofits, and Design F end sections, which shall be formed from 10-gage steel.
11
12 9-16.3(5) Anchors
13 The last paragraph is revised to read:
14
15 Cement grout shall conform to Section 9-20.3(4) and consist of one part portland
16 cement or blended hydraulic cement and two parts sand
17
18 9-20.AP9
19 Section 9-20, Concrete Patching Material, Grout, and Mortar
20 August 6, 2018
21 9-20.1 Patching Material
22 This section, including title, is revised to read.
23
24 9-20.1 Patching Material for Cement Concrete Pavement
25 Concrete patching material shall be prepackaged mortar extended with aggregate The
26 amount of aggregate for extension shall conform to the manufacturer's
27 recommendation
28
29 Patching mortar and patching mortar extended with aggregate shall contain
30 cementitious material and conform to Sections 9-20.1(1) and 9-20.1(2). The
31 Manufacturer shall use the services of a laboratory that has an equipment calibration
32 verification system and a technician training and evaluation process in accordance with
33 AASHTO R 18 to perform all tests specified in Section 9-20.1
34
35
36
37
9-20.1(1) Patching Mortar
Patching mortar shall conform to the following requirements
Compressive Strength
ASTM Test Method
Specification
at 3 hours
C 39
Minimum 3,000 psi
at 24 hours
C 39
Minimum 5,000 psi
Length Change
at 28 days
C 157
0.15 percent maximum
Total Chloride Ion Content
C 1218
1 Ib/yd3 maximum
Bond Strength
at 24 hours
C 882 (As modified by C
928, Section 9.5)
Minimum 1,000 psi
Scaling Resistance (at 25
cycles of freezing and
thawing)
C 672 (As modified by C
928, Section 9 4)
1 Ib/ft2 maximum
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1
2
4
5
6
7
8
10
11
12
13 9-20.1(4) Water
14 Water shall meet the requirements of Section 9-25 1 The quantity of water shall be
15 within the limits recommended by the repair material manufacturer
16
17 9-20.2 Specifications
18 This section, including title, is revised to read.
19
20 9-20.2 Patching Material for Concrete Structure Repair
21 Concrete patching material shall be a prepackaged mixture of portland or blended
22 hydraulic cement, aggregate, and admixtures Fly ash, ground granulated blast furnace
23 slag and microsilica fume may be used. The concrete patching material may be
24 shrinkage compensated. The concrete patching material shall also meet the following
25 requirements.
26
27 • Compressive strength of 6000 psi or higher at 28 days in accordance with
28 AASHTO T 22 (ASTM C 39), unless noted otherwise
29
30 • Bond strength of 250 psi or higher at 28 days or less in accordance with ASTM
31 C 1583 or ICRI 210.3R
32
33 • Shrinkage shall be 0 05 percent (500 microstrain) or lower at 28 days in
34 accordance with AASHTO T 160 (ASTM C 157) as modified by ICRI 320 3R
35
36 • Permeability shall be 2,000 coulombs or lower at 28 days in accordance with
9-20.1(2) Patching Mortar Extended with Aggregate
Patching mortar extended with aggregate shall meet the following requirements
Compressive Strength
ASTM Test Method
Specification
at 3 hours
C 39
Minimum 3,000 psi
at 24 hours
C 39
Minimum 5,000 psi
Length Change
at 28 days
C 157
0 15 percent maximum
Bond Strength
at 24 hours
C 882 (As modified by
ASTM C928, Section 9 5)
Minimum 1,000 psi
Scaling Resistance (at 25
cycles of freezing and
thawing)
C 672
2 Maximum Visual Rating
Freeze thaw
C 666
Maximum expansion 0 10%
Minimum durability 90 0%
9-20.1(3) Aggregate
Aggregate used to extend the patching mortar shall conform to Section 9-03.1(4)
and be AASHTO Grading No 8 A Manufacturer's Certificate of Compliance shall
be submitted showing the aggregate source and the gradation Mitigation for Alkali
Silica Reaction (ASR) will not be required for the extender aggregate used for
concrete patching material
37 AASHTO T 277 (ASTM C 1202)
38
e
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
t
1 • Freeze -thaw resistance shall have a durability factor of 90 percent or higher
2 after a minimum of 300 cycles in accordance with AASHTO T 161 Procedure A
3 (ASTM C 666)
4
5 • Soluble chloride ion limits in Section 6-02 3(2) shall be satisfied
6
7 9-20.2(1) Patching Mortar
8 This section, including title, is deleted in its entirety
9
10 9-20.2(2) Patching Mortar Extended with Aggregate
11 This section, including title, is deleted in its entirety.
12
13 9-20.5 Bridge Deck Repair Material
14 Item number 3 of the first paragraph is revised to read
15
16 3. Permeability of less than 2,000 coulombs at 28-days or more in accordance with
17 AASHTO T 277.
18
19 9-28.AP9
20 Section 9-28, Signing Materials and Fabrication
21 April 2, 2018
22 9-28.10 Vacant
23 This section, including title, is revised to read
24
25 9-28.10 Digital Printing
26 Transparent and opaque durable inks used in digital printed sign messages shall be as
27 recommended by the manufacturer When properly applied, digital printed colors shall
28 have a warranty life of the base retroreflective sign sheeting. Digital applied colors shall
29 present a smooth surface, free from foreign material, and all messages and borders
30 shall be clear and sharp. Digital printed signs shall conform to 70% of the retroreflective
31 minimum values established for its type and color. Digitally printed signs shall meet the
32 daytime color and luminance, and nighttime color requirements of ASTM D 4956 No
33 variations in color or overlapping of colors will be permitted. Digital printed permanent
34 traffic signs shall have an integrated engineered match component clear protective
35 overlay recommended by the sheeting manufacturer applied to the entire face of the
36 sign. On Temporary construction/maintenance signs printed with black ink only, the
37 protective overlay film is optional, as long as the finished sign has a warranty of a
38 minimum of three years from sign sheeting manufacturer.
39
40 All digital printed traffic control signs shall be an integrated engineered match
41 component system. The integrated engineered match component system shall consist
42 of retroreflective sheeting, durable ink(s), and clear overlay film all from the same
43 manufacturer applied to aluminum substrate conforming to Section 9-28.8.
44
45 The sign fabricator shall use an approved integrated engineered match component
46 system as listed on the Qualified Products List (QPL). Each approved digital printer
47 shall only use the compatible retroreflective sign sheeting manufacturer's engineered
48 match component system products.
49
50 Each retroreflective sign sheeting manufacturer/integrated engineered match
51 component system listed on the QPL shall certify a department approved sign fabricator
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 is approved to operate their compatible digital printer The sign fabricator shall re -certify
2 annually with the retroreflective sign manufacturer to ensure their digital printer is still
3 meeting manufacturer's specifications for traffic control signs Documentation of each
4 re -certification shall be submitted to the QPL Engineer annually
5
6 9-28.11 Hardware
7 The last paragraph is revised to read
8
9 All steel parts shall be galvanized in accordance with AASHTO M111 Steel bolts and
10 related connecting hardware shall be galvanized in accordance with ASTM F 2329
11
12 9-28.14(2) Steel Structures and Posts
13 The first sentence of the third paragraph is revised to read
14
15 Anchor rods for sign bridge and cantilever sign structure foundations shall conform to
16 Section 9-06 5(4), including Supplemental Requirement S4 tested at -20°F.
17
18 In the second sentence of the fourth paragraph, "AASHTO M232" is revised to read "ASTM
19 F 2329"
20
21 The first sentence of the fifth paragraph is revised to read
22
23 Except as otherwise noted, steel used for sign structures and posts shall have a
24 controlled silicon content of either 0 00 to 0 06 percent or 0 15 to 0.25 percent.
25
26 The last sentence of the last paragraph is revised to read
27
28 If such modifications are contemplated, the Contractor shall submit a Type 2 Working
29 Drawing of the proposed modifications
30
31 9-34.AP9
32 Section 9-34, Pavement Marking Material
33 January 2, 2018
34 9-34.2(2) Color
35 Each reference to "Federal Standard 595" is revised to read "SAE AMS Standard 595".
36
37 9-34.2(5) Low VOC Waterborne Paint
38 The heading "Standard Waterborne Paint" is supplemented with "Type 1 and 2".
39
40 The heading "High -Build Waterborne Paint" is supplemented with "Type 4"
41
42 The heading "Cold Weather Waterborne Paint" is supplemented with "Type 5"
43
44 In the row beginning with "° @90°F", each minimum value is revised to read "60".
45
46 In the row beginning with "Fineness of Grind, (Hegman Scale)", each minimum value is
47 revised to read "3".
48
49 The last four rows are replaced with the following.
50
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
t
1
2
3
4
Vehicle Composition
ASTM D
2621
100% acrylic emulsion
100% cross -linking
acrylic4
100% acrylic emulsion
Freeze -Thaw
Stability, KU
ASTM D
2243 and D
562
@ 5 cycles show no
coagulation or change
in viscosity greater
than ± 10 KU
@ 5 cycles show no
coagulation or change
in viscosity greater
than ± 10 KU
@ 3 cycles show no
coagulation or change
in viscosity greater
than ± 10 KU
Heat Stability
ASTM D
5622
± 10 KU from the
initial viscosity
± 10 KU from the
initial viscosity
± 10 KU from the
initial Viscosity
Low Temperature
Film Formation
ASTM D
28053
No Cracks*
No Cracks
Cold Flexibility5
ASTM D522
Pass at 0.5 in
mandrel*
Test Deck
Durability6
ASTM D913
.70%paint retention
in wheel track*
Mud Cracking
(See note 7)
No Cracks
No Cracks
After the preceding Amendments are applied, the following new column is inserted after the
"Standard Waterbome Paint Type 1 and 2" column:
Semi -Durable Waterborne Paint Type 3
White
Yellow
Min.
Max.
Min.
Max.
Within
± 0 3 of qualification
sample
80
95
80
95
60
60
77
77
65
65
43
43
1.25
1.25
3
3
0.98
0.96
88
50
100°
100°
9.5
9.5
10
10
100% acrylic emulsion
@ 5 cycles show no coagulation or
change in viscosity greater than ± 10 KU
± 10 KU from the initial viscosity
No Cracks
Pass at 0.25 in mandrel
>_70%paint retention in wheel track
No Cracks
5
6 The footnotes are supplemented with the following
7
8 4Cross-linking acrylic shall meet the requirements of federal specification TT-P-1952F
9 Section 3.1.1
10
11 5Cold Flexibility: The paint shall be applied to an aluminum panel at a wet film thickness
12 of 15 mils and allowed to dry under ambient conditions (50±10% RH and 72±5 °F) for 24
13 hours. A cylindrical mandrel apparatus (in accordance with ASTM D522 method B) shall
14 be put in a 40°F refrigerator when the paint is drawn down. After 24 hours, the
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
1 aluminum panel with dry paint shall be put in the 40°F refrigerator with the mandrel
2 apparatus for 2 hours. After 2 hours, the panel and test apparatus shall be removed and
3 immediately tested to according to ASTM D522 to evaluate cold flexibility Paint must
4 show no evidence of cracking, chipping or flaking when bent 180 degrees over a
5 mandrel bar of specified diameter
6
7 6NTPEP test deck, or a test deck conforming to ASTM D713, shall be conducted for a
8 minimum of six months with the following additional requirements it shall be applied at
9 15 wet mils to a test deck that is located at 40N latitude or higher with at least 10,000
10 ADT and which was applied during the months of September through November
11
12 'Paint is applied to an approximately 4"x12" aluminum panel using a drawdown bar with
13 a 50 mil gap. The coated panel is allowed to dry under ambient conditions (50±10% RH
14 and 72±5 °F) for 24 hours Visual evaluation of the dry film shall reveal no cracks
15
16 9-34.3 Plastic
17 In the first sentence of the last paragraph, "Federal Standard 595" is revised to read "SAE
18 AMS Standard 595"
19
20 9-34.3(2) Type B — Pre -Formed Fused Thermoplastic
21 In the last two paragraphs, each reference to "Federal Standard 595" is revised to read "SAE
22 AMS Standard 595"
23
24 9-34.7(1) Requirements
25 The first paragraph is revised to read-
26
27 Field performance evaluation is required for low VOC solvent -based paint per Section 9-
28 34.2(4), Type A — liquid hot applied thermoplastic per Section 9-34 3(1), Type B —
29 preformed fused thermoplastic per Section 9-34 3(2), Type C — cold applied preformed
30 tape per Section 9-34 3(3), and Type D — liquid applied methyl methacrylate per Section
31 9-34 3(4)
32
33 The last paragraph is deleted.
34
35 9-34.7(1)C Auto No -Track Time
36 The first paragraph is revised to read.
37
38 Auto No -Track Time will only be required for low VOC solvent -based paint in
39 accordance with Section 9-34.2(4)
40
41 The second and third sentences of the second paragraph are deleted.
42
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS
October 30, 2018
(
APPENDIX B
CONSTRUCTION STAKING REQUEST FORM
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx
CONSTRUCTION STAKING REQUEST FORM
EMAIL TO: eherzoq(a)hlacivil.com AND tfries(ahlacivil.com OR
FAX TO: TIM FRIES, P.L.S at (509) 965-3800
CITY OF YAKIMA
HATHAWAY STREET WATER AND SEWER IMPROVEMENTS
CITY OF YAKIMA WATER PROJECT NO. AC-2463
CITY OF YAKIMA SEWER PROJECT NO. SC-2486
HLA PROJECT NOS. 18041 AND 18091
Contractor
Date of Request: Time of Request:
The Contractor shall provide at least three (3) working days' notice as required by the Contract Technical
Specifications.
WHEN REQUIRED
ITEM DESCRIPTION STATION TO STATION DATE TIME
1.
2
3.
4
SIGNATURES STAKING COMPLETED
Contractor
HLA Engineering and Land Surveying, Inc. (HLA)
Item By Date/Time
1.
2.
3.
4
The Contractor is responsible for providing traffic control for the survey crew at their own expense.
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx
APPENDIX C
WSDOT STANDARD PLANS
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx
Standard Plans
(August 6, 2018 WSDOT GSP)
The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted
under Publications Transmittal No PT 16-048, effective August 6, 2018 is made a part of this contract.
The Standard Plans are revised as follows:
A-40.10
Section View, PCCP to HMA Longitudinal Joint, callout, was — "Sawed Groove — Width 3/16" (IN) MIN. to
5/16" (IN) MAX. — Depth 1" (IN) MIN — see Std Spec. 5-04.3(12)B" is revised to read; "Sawed Groove
Width 3/16" (IN) MIN. to 5/16" (IN) MAX. — Depth 1" (IN) MIN. — see Std. Spec. Section 5-04.3(12)A2"
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-70.1
B-10.60
DELETED
B-82.20
DELETED
B-90.40
Valve Detail - DELETED
C-4b
DELETED
C-4e
DELETED
C-4f
Sheet 3, SECTION B, callout — was: "THE NUT SHALL BE ASTM A563D STEEL, AND GALVANIZED
ACCORDING TO STANDARD SPEC 9-16.3(3)." Is revised to read. "THE NUT SHALL BE ASTM A307
STEEL, AND GALVANIZED ACCORDING TO STANDARD SPEC. 9-16 3(3)."
C-16b
DELETED
C-22.14
DELETED
C-22.16
Note 3, formula, was: "Elevation G = (Elevation S — D x (0.1) + 31" is revised to read: "Elevation G =
(Elevation S — D x (0.1) + 31/12"
C-22.40
Elevation View, MSKT-SP-MGS (TL-3), dimension, MSKT-SP-MGS (TL-3) SYSTEM LENGTH = 50' — 0" ,
dimension is revised to read: 46' — 101/2"
C-22.41
DELETED
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx
C-22.45
Elevation View, MSKT-SP-MGS (TL-2), Dimension, "MSKT-SP-MGS (TL-2) SYSTEM LENGTH = 25' —
the 25' - 0" dimension is shown to begin at the centerline of POST 1 and terminate at the Mid -Span Splice
located between (unlabeled) POST 6 and (unlabeled) POST 7. The dimension is revised to begin at the
centerline of POST 1 and terminate at the centerline of (unlabeled) POST 5.
C-25.18
DELETED
C-40.14
DELETED
C-90.10
DELETED
D-10.10
Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached
on top of the wall are considered non-standard and shall be designed in accordance with the current
WSDOT Bridge Design Manual (BDM) and the revisions stated in the 11/3/15 Bridge Design memorandum.
D-10.15
Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached
on top of the wall are considered non-standard and shall be designed in accordance with the current
WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum
D-10.20
Wall Type 3 may be used in all cases The last sentence of Note 6 on Wall Type 3 shall be revised to read.
The seismic design of these walls has been completed using a site adjusted (effective) peak ground
acceleration of 0 32g
D-10.25
Wall Type 4 may be used in all cases The last sentence of Note 6 on Wall Type 4 shall be revised to read
The seismic design of these walls has been completed using a site adjusted (effective) peak ground
acceleration of 0.32g.
D-10.30
Wall Type 5 may be used in all cases
D-10.35
Wall Type 6 may be used in all cases.
D-10.40
Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached
on top of the wall are considered non-standard and shall be designed in accordance with the current
WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum.
D-10.45
Wall Type 8 may be used if no traffic barrier is attached on top of the wall Walls with traffic barriers attached
on top of the wall are considered non-standard and shall be designed in accordance with the current
WSDOT BDM and the revisions stated in the revisions stated in the 11/3/15 Bridge Design memorandum.
D-15.10
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn
Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans
D-15.20
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn
Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans.
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx
D-15.30
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn.
Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans.
F-10.12
Section Title, was - "Depressed Curb Section" is revised to read "Depressed Curb and Gutter Section"
F-10.40
"EXTRUDED CURB AT CUT SLOPE", Section detail - Deleted
F-10.42
DELETE - "Extruded Curb at Cut Slope" View
G-90.10
TOP VIEW, callout, was - "Vertical Brace - W4 x 13 steel (TYP.)(See Note 4)" is revised to read; "Vertical
Brace - W4 x 13 steel (TYP.)(See Note 3)"
H-70.20
Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is revised to H-70 10
1-30.30
8" Diameter Wattle Spacing Table, lower left corner, was-"Slope.1H : 1V, Maximum Spacing:10' - 0- is
revised to read. "Slope.1H : 1V, Maximum Spacinq.8' - 0"".
J-3
DELETED
J-3b
DELETED
J-3C
DELETED
J-10.21
Note 18, was - "When service cabinet is installed within right of way fence, see Standard Plan J-10.22 for
details." Is revised to read; "When service cabinet is installed within right of way fence, or the meter base
is mounted on the exterior of the cabinet, see Standard Plan J-10.22 for details."
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-20.10
Add Note 5, "5. One accessible pedestrian signal assembly per pedestrian pushbutton post."
G:\PROJECTS\2018\18041 E\SPEC\18041 Spec 2018.Docx
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)"
Add Note 6, "6 One accessible pedestrian signal assembly per pedestrian pushbutton post."
J-20.26
Add Note 1, "1. One accessible pedestrian pushbutton station per pedestrian pushbutton post."
J-20.16
View A, callout, was - LOCK NIPPLE, is revised to read; CHASE NIPPLE
J-21.10
Sheet 1, Elevation View, Round Concrete Foundation Detail, callout - "ANCHOR BOLTS -'/4" (IN) x 30"
(IN) FULL THREAD - THREE REQ'D. PER ASSEMBLY" IS REVISED TO READ: "ANCHOR BOLTS - 3/4"
(IN) x 30" (IN) FULL THREAD - FOUR REQ'D. PER ASSEMBLY"
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'/z" 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
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'A" CLR. dimension, depicting
the distance from the bottom of the foundation to find 1 # 4 reinf Bar
Detail F, callout, "Heavy Hex Clamping Bolt (TYP ) - 3/4" (IN) Diam Torque Clamping Bolts (see Note 3)"
is revised to read; "Heavy Hex Clamping Bolt (TYP) - 3/4" (IN) Diam Torque Clamping Bolts (see Note
1)"
Detail F, callout, "3/4" (IN) x 2' - 6" Anchor Bolt (TYP.) - Four Required (See Note 4)" is revised to read,
"3/4" (IN) x 2' - 6" Anchor Bolt (TYP ) - Three Required (See Note 2)"
J-21.15
Partial View, callout, was - LOCK NIPPLE - 1 '/2" DIAM., is revised to read, CHASE NIPPLE - 1 'A" (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 '/z" DIAM is revised to read; CHASE NIPPLE - 1 'A" (IN)
DIAM
J-40.10
Sheet 2 of 2, Detail F, callout, "12 - 13 x 1 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
K-80.30
In the NARROW BASE, END view, the reference to Std Plan C-8e is revised to Std. Plan K-80.35
Plan Title, was "ALTERNATIVE TEMPORARY CONC BARRIER (F-SHAPE)" is revised to read
"CONCRETE BARRIER TYPE F"
M-11.10
Layout, dimension (from stop bar to "X"), was - 23' is revised to read, 24'
G:\PROJECTS\2018\18041E\SPEC\18041 Spec 2018 Docx
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-40.00-00 . . . 8/11/09 A-50 30-00.. 11/17/08
A-10.20-00........10/5/07 A-40.10-03 ...... . 12/23/14 A-50 40-00. 11/17/08
A-10 30-00..... . .10/5/07 A-40 15-00 ..... ....... 8/11/09 A-60 10-03....... 12/23/14
A-20.10-00 ...8/31/07 A-40.20-04 ...... .... 1 /18/17 A-60.20-03 ..... ...... 12/23/14
A-30.10-00...... ...11 /8/07 A-40.50-02 . 12/23/14 A-60.30-01 06/28/18
A-30 30-01 6/16/11 A-50.10-00 . . 11/17/08 A-60.40-00. . 8/31/07
A-30 35-00 . 10/12/07 A-50.20-01 ....... .. 9/22/09
B-5.20-02 1/26/17 B-30 50-03.. 2/27/18 B-75.20-02 ... 2/28/18
B-5 40-02.... ......1/26/17 B-30 70-04 ... 2/27/18 B-75 50-01 .. . . . 6/10/08
B-5.60-02.... 1/26/17 B-30 80-01 ... 2/27/18 B-75.60-00 . 6/8/06
B-10 20-02... .3/2/18 B-30 90-02 . ..... 1/26/17 B-80 20-00 ......... 6/8/06
B-10.40-01 . 1/26/17 B-35.20-00 . . ........ 6/8/06 B-80.40-00 6/1/06
B-10.70-00 . 1/26/17 B-35.40-00 . . ...... 6/8/06 B-85.10-01 .. 6/10/08
B-15.20-01.... ..... 2/7/12 B-40.20-00 . ..... 6/1/06 B-85.20-00 .. ......... 6/1/06
B-15.40-01. . ... . . 2/7/ 12 B-40.40-02 . .. 1/26/17 B-85.30-00 .... 6/1/06
B-15 60-02. 1/26/17 B-45.20-01 ......... 7/11/17 B-85.40-00 6/8/06
B-20.20-02... ....3/16/12 B-45 40-01 . 7/21/17 B-85.50-01 6/10/08
B-20 40-04...... 2/27/18 B-50.20-00 . 6/1/06 B-90 10-00 . 6/8/06
B-20.60-03 3/15/12 B-55 20-02 . .. .... 2/27/18 B-90.20-00 . 6/8/06
B-25.20-02.... . .2/27/18 B-60.20-01 .......... 6/28/18 B-90 30-00 6/8/06
B-25 60-02. . ....2/27/18 B-60.40-01 ...... 2/27/18 B-90 40-01 . ...... 1/26/17
B-30.10-03... . 2/27/18 B-65.20-01 .......... 4/26/12 B-90 50-00 6/8/06
B-30.15-00. ..2/27/18 B-65 40-00 ............ 6/1/06 B-95.20-01 .. ...... 2/3/09
B-30-20-04 . 2/27/18 B-70.20-00 ..........6/1/06 B-95.40-01 . 6/28/18
B-30.30-03 ..... .2/27/18 B-70.60-01 .. 1/26/17
B-30.40-03 . 2/27/18
C-1 .. ....6/28/18 C-20.15-02 .6/11/14 C-40.18-03 ......7/21/17
C-1 a.. .... 7/14/15 C-20 18-02 . .6/11/14 C-70.10-01 . 6/17/14
C-lb . 7/14/15 C-20 19-02.... .. ...6/11/14 C-75.10-01 ......... 6/11/14
C-1d ...10/31/03 C-20 40-06........ .7/21/17 C-75.20-01 6/11/14
C-2c . ...6/21/06 C-20 41-01 ........ 7/14/15 C-75.30-01 ........... 6/11/14
C-4f.... .7/2/12 C-20 42-05 .. 7/14/15 C-80.10-01 .6/11/14
C-6a... . ..... 10/14/09 C-20.45-01 . .... .. 7/2/12 C-80.20-01 . 6/11/14
C-7 ...6/16/11 C-22.16-06 .......... 7/21/17 C-80 30-01 . 6/11/14
C-7a . 6/16/11 C-22.40-06 ........ 7/21/17 C-80.40-01 . 6/11/14
C-8 2/10/09 C-22 45-03 .7/21/17 C-80 50-00 . 4/8/12
C-8a .. 7/25/97 C-23.60-04 .... .. 7/21/17 C-85 10-00 . ..... .. ...4/8/12
C-8b ... .. ... . . 2/29/16 C-24 10-01 . ... .. 6/11/14 C-85.11-00 ... ..... .. 4/8/12
C-8e 2/21/07 C-25.20-06. ...7/14/15 C-85.14-01. . 6/11/14
C-8f ...........6/30/04 C-25.22-05 .... . . .. .7/14/15 C-85.15-01. .. ....6/30/14
C-16a................7/21/17 C-25.26-03 ...7/14/15 C-85.16-01 . . 6/17/14
C-20.10-04 ........ 7/21/17 C-25.30-00. 6/28/18 C-85.18-01 6/11/14
C-20 11-00 ........ 7/21/17 C-25 80-04. .........7/15/16 C-85.20-01 . 6/11/14
C-20.14-03 ........ 6/11/14 C-40.16-02 7/2/12
D-2.04-00 11/10/05 D-2.48-00 11/10/05 D-3.17-02 .... 5/9/16
D-2.06-01 1/6/09 D-2.64-01 . ... 1/6/09 D-4 12/11/98
D-2 08-00 .. ....11/10/05 D-2.66-00 ...11/10/05 D-6 ........... .... 6/19/98
D-2.14-00 ... ....11 /10/05 D-2.68-00 .. 11/10/05 D-10.10-01 .... ..... 12/2/08
D-2.16-00 11/10/05 D-2.80-00 ...... . 11/10/05 D-10 15-01 ... ... .. 12/2/08
D-2.18-00 11/10/05 D-2 82-00.. . . ...11/10/05 D-10.20-00 . 7/8/08
D-2.20-00 . 11/10/05 D-2 84-00.. . .....11/10/05 D-10.25-00 7/8/08
D-2 32-00 . . ....11/10/05 D-2 86-00 .......11/10/05 D-10.30-00 . 7/8/08
G:\PROJECTS\2018118041 E\SPEC\18041 Spec 2018 Docx
D-2.34-01 .. 1/6/09 D-2.88-00 ....... 11/10/05 D-10.35-00 . 7/8/08
D-2 36-03 .. ....6/11/14 D-2 92-00 ...... . 11/10/05 D-10 40-01 . . 12/2/08
D-2.42-00 ........11/10/05 D-3.09-00 . . . . 5/17/12 D-10 45-01 .... . . 12/2/08
D-2.44-00 .11/10/05 D-3.10-01 . . 5/29/13 D-15.10-01 . ... ... 12/2/08
D-2.60-00 .. ...11/10/05 D-3.11-03.. .... .. 6/11/14 D-15.20-03 .. 5/9/16
D-2.62-00 . 11/10/05 D-3.15-02. .. . .. 6/10/13 D-15 30-01 . . .. 12/02/08
D-2.46-01 ......6/11/14 D-3.16-02 ... ... 5/29/13
E-1.
E-2.
2/21/07 E-4 .... . ... . 8/27/03
5/29/98 E-4a ............ ... 8/27/03
F-10 12-03 . 6/11/14 F-10 62-02 4/22/14 F-40 15-03..... . . 6/29/16
F-10.16-00 ..... . 12/20/06 F-10.64-03 . ... 4/22/14 F-40 16-03 .. .. .. 6/29/16
F-10.18-01....... 7/11/17 F-30.10-03 . 6/11/14 F-45 10-02 . . 7/15/16
F-10.40-03 ....... 6/29/16 F-40 12-03 .. 6/29/16 F-80 10-04 .. 7/15/16
F-10 42-00 . . .1/23/07 F-40 14-03 . . 6/29/16
G-10.10-00 .9/20/07 G-25 10-04 ... .....6/10/13 G-90 10-03 .7/11/17
G-20.10-02 . .. 6/23/15 G-30 10-04 .... . ..6/23/15 G-90 11-00 ..... . 4/28/16
G-22.10-04 . ..6/28/18 G-50 10-03 6/28/18 G-90.20-05 ... .. 7/11/17
G-24 10-00 .. 11/8/07 G-60.10-04. .6/28/18 G-90.30-04 7/11/17
G-24.20-01 . .2/7/12 G-60.20-02. 6/18/15 G-90.40-02 4/28/16
G-24 30-02 6/28/18 G-60.30-02 6/18/15 G-95 10-02 6/28/18
G-24 40-07 .....6/28/18 G-70.10-03. 6/18/15 G-95.20-03 6/28/18
G-24 50-04 ..... 7/11/17 G-70.20-04 .. .. .. 7/21/17 G-95 30-03 6/28/18
G-24 60.05 . 6/28/18 G-70 30-04 . .. 7/21/17
H-10.10-00 .. 7/3/08 H-32 10-00 . 9/20/07 H-70 10-01 . . . 2/7/12
H-10 15-00 . .. 7/3/08 H-60.10-01 . . . 7/3/08 H-70.20-01 . . 2/16/12
H-30 10-00 .... . 10/12/07 H-60.20-01 . . ...7/3/08 H-70 30-02 ... 2/7/12
1-10.10-01 ... 8/11/09 1-30.20-00 . .. 9/20/07 1-40.20-00 9/20/07
1-30 10-02 .. . 3/22/13 1-30 30-01 . . . 6/10/13 1-50.20-01.. . 6/10/13
1-30.15-02 . . 3/22/13 1-30 40-01 . . . 6/10/13 1-60.10-01.. .. 6/10/13
1-30.16-00 .. 3/22/13 1-30 60-01 .... . 3/7/18 1-60.20-01 . . 6/10/13
1-30.17-00 . 3/22/13 1-40.10-00 .. . . 9/20/07 1-80.10-02 . 7/15/16
J-10 . .. .... 7/18/97 J-28.22-00 . .... .. 8/7/07 J-50.25-00 ....... 6/3/11
J-10.10-03 ...... 6/3/15 J-28.24-01 6/3/15 J-50 30-00 .. 6/3/11
J-10.15-01 ....6/11/14 J-28.26-01 .12/02/08 J-60.05-01 7/21/16
J-10.16-00 6/3/15 J-28 30-03 .. 6/11/14 J-60 11-00 5/20/13
J-10.17-00 6/3/15 J-28.40-02... .6/11/14 J-60 12-00 5/20/13
J-10 18-00 6/3/15 J-28 42-01 6/11/14 J-60.13-00 6/16/10
J-10.20-01 .6/1/16 J-28 43-01.. 6/28/18 J-60.14-00 6/16/10
J-10.21-00 6/3/15 J-28.45-03 7/21/16 J-75.10-02 7/10/15
J-10.22-00 5/29/13 J-28.50-03.. .. 7/21/16 J-75.20-01 . 7/10/15
J-10.25-00 7/11/17 J-28.60-02 .. 7/21/16 J-75 30-02 7/10/15
J-12 15-00 ........ 6/28/18 J-28.70-03 . 7/21/17 J-75 40-02 .6/1/16
J-12.16-00 . 6/28/18 J-29.10-01.. 7/21/16 J-75 45-01 6/29/16
J-15.10-01 . . 6/11/14 J-29.15-01... 7/21/16 J-75 45-02.. 6/1/16
J-15 15-02 . . 7/10/15 J-29 16-02. 7/21/16 J-80 10-00 .. 6/28/18
J-20.10-03 ... 6/30/14 J-30.10-00.. .6/18/15 J-80.15-00 ... 6/28/18
J-20 11-02 6/30/14 J-40 05-00 . 7/21/16 J-81.10-00.. ..... 6/28/18
J-20 15-03 6/30/14 J-40.10-04 4/28/16 J-86.10-00 6/28/18
J-20 16-02 6/30/14 J-40.20-03 . .4/28/16 J-90 10-03 ..6/28/18
J-20.20-02 .. 5/20/13 J-40 30-04 .... . 4/28/16 J-90.20-03. . . 6/28/18
J-20.26-01 7/12/12 J-40 35-01 ... . 5/29/13 J-09.21-02 . 6/28/18
J-21 10-04 . . 6/30/14 J-40.36-02 ... . 7/21/17 J-90.50-00 .. .. 6/28/18
J-21 15-01 6/10/13 J-40.37 02 7/21/17
J-21 16-01 6/10/13 J-40 38-01 5/20/13
1
G \PROJECTS\2018\18041 E\SPEC\18041 Spec 2018 Docx
1
1
J-21.17-01 .6/10/13 J-40.39-00 5/20/13
J-21.20-01 ....... .6/10/13 J-40.40-01 . 4/28/16
J-22 15-02 . .. ... 7/10/15 J-45 36-00.... . . .. ..7/21/17
J-22.16-03 . ...... 7/10/15 J-50-05-00 ..... . .. ..7/21/17
J-26.10-03 ........ 7/21 /16 J-50.10-00.. ..... . . ... 6/3/11
J-26.15-01 ... ... 5/17/12 J-50.11-01 .7/21/17
J-26.20-01 6/28/18 J-50.12-01 7/21/17
J-27 10-01 .........7/21/16 J-50.15-01 7/21/17
J-27.15-00 ... . ... 3/15/12 J-50.16-01 3/22/13
J-28 10-01 .. ... 5/11 /11 J-50.20-00... 6/3/11
K-7 0.2 0-01........... 6/ 1 / 16
K-80.10-01... ..... 6/1 /16
K-80.20-00 12/20/06
K-80 30-00. . 2/21/07
K-80 35-00 2/21/07
K-80.37-00.. 2/21/07
L-10.10-02... .. 6/21 /12 L-40.10-02 .. 6/21/12 L-70.10-01 ...... . 5/21 /08
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-12 10-01 ... . .. 6/28/18 M-40 10-03 . 6/24/14
M-1 40-02 ... 6/3/11 M-15.10-01 ..2/6/07 M-40.20-00 ..... .. 10/12/07
M-1.60-02 .. 6/3/11 M-17.10-02 . . ....... 7/3/08 M-40.30-01 7/11/17
M-1.80-03 . .. . . ... .6/3/11 M-20.10-02 6/3/11 M-40.40-00 .. . 9/20/07
M-2.20-03 ........ 7/10/15 M-20.20-02 .4/20/15 M-40.50-00 .... ... 9/20/07
M-2.21-00 ..... . 7/ 10/ 15 M-20.30-04 .. 2/29/16 M-40.60-00 .. 9/20/07
M-3 10-03 ....... 6/3/11 M-20 40-03 .. 6/24/14 M-60 10-01. . 6/3/11
M-3.20-02 6/3/11 M-20 50-02 6/3/11 M-60.20-02. 6/27/11
M-3 30-03 . 6/3/11 M-24.20-02 . 4/20/15 M-65 10-02..... .... 5/11/11
M-3.40-03 . 6/3/11 M-24 40-02 . 4/20/15 M-80 10-01 . 6/3/11
M-3.50-02 6/3/11 M-24 50-00 .. 6/16/11 M-80.20-00 . 6/10/08
M-5.10-02 ........ 6/3/11 M-24.60-04 .... .. ..6/24/14 M-80.30-00 6/10/08
M-7 50-01 1/30/07 M-24 65-00 .. 7/11/17
M-9.50-02 .... .. 6/24/14 M-24.66-00 ........ 7/11/17
M-9.60-00 ... .... 2/ 10/09
M-11.10-02 . 7/11/17
G \PROJECTS\2018\18041E\SPEC\18041 Spec 2018.Docx
DRAWN BY' LISA CYFORD
FILL SLOPE - VARIABLE
FILL SLOPE -
VARIABLE
2•
#4 BARS EQUALLY SPACED
VARIES (SEE NOTE 1)
STRUCTURAL PLATE PIPE ARCHES AND UNDERPASSES
84 BARS EQUALLY SPACED
w
w
QCFC/ O QU
Fi rF14/Y m o
Rr 3p w >-ir
CFry FR w °o
1 m=
FILL SLOPE
ANCHOR BOLT (TYP.)-
SEE DETAIL & NOTE 3
STEP MITERED PIPE
SECTION O
COMMERCIAL
CONCRETE
ANCHOR BOLTS -
EQUALLY SPACED, 24" MAX.
CENTER TO CENTER
(SEE NOTE 3)
COMMERCIAL
CONCRETE
ANCHOR BOLTS -
EOUALLY SPACED, 24" MAX.
CENTER TO CENTER
(SEE NOTE 3)
FILL SLOPE -
VARIABLE
2"
PIPES AND STRUCTURAL PLATE PIPES
ANCHOR BOLT DETAIL
SEE STANDARD SPECIFICATION SECTION 9-06.5(1)
NOTES
1 The variable dimension indicated for the height of step for step mitered
pipes shall conform to the manufacturers recommendations unless speci-
fied differently on the plans or in the Special Provisions.
2. Reinforcing steel shall have 1 1/2" (in) min. clear cover to all concrete surfaces.
3. Headwalls for concrete culvert pipe may omit anchor bolt attachment.
4. When steel pipe safety bars ar used, headwall thickness shall be increased
to8"(in).
2" I 84 BARS EQUALLY SPACED i 2
16" MAX. CENTER TO CENTER
FULL MITERED PIPE
ANCHOR BOLTS -
EQUALLY SPACED, 24" MAX.
CENTER TO CENTER
(SEE NOTE 3)
COMMERCIAL
CONCRETE
Heilman. Julie
heb 21/ 2016 12 57 PM
HEADWALLS FOR CULVERT
PIPE AND UNDERPASS
STANDARD PLAN B-75.20-02
SHEET 1 OF 1 SHEET
APPROVED FOR PUBLICATION
27 irT
_ STATE DESIGN ENOSSEER
Washington Slant a¢Partmom of Transportation
BUSINESS OF THE CITY COUNCIL
YAKIMA, WASHINGTON
AGENDA STATEMENT
Item No. 6.C.
For Meeting of: January 8, 2019
ITEM TITLE: Resolution authorizing a contract with P. O. W. Contracting for
Water and Sewer Improvements along Hathaway Street
SUBMITTED BY: Scott Schafer, Director of Public Works
David Brown, Assistant Director of Public Works - Water/Irrigation
Division Manager, 575-6204
SUMMARY EXPLANATION:
The 2017 Water System Plan identified Hathaway Street Waterline Improvements — N. 6th Ave.
to N. 16th Ave. (Project AC-2463) as a priority capital improvement for FY2018/19. During the
project design process, the Wastewater Division identified improvements to the system (Project
SC-2486) that were also necessary on Hathaway Street along the same limits. To reduce the
impact to surrounding property owners and the general public, and to recognize a significant cost
savings to the City's rate payers, the two projects were combined into one project.
The water system improvements to be conducted by the Water Division will be to replace 3,200
linear feet of an 80 year -old 16-inch steel water main, which has deteriorated and requires
frequent repairs due to leaks. The Project will also include replacement of all associated water
services and fire hydrants.
The Wastewater project adds approximately 2,080 linear feet of new sewer main along a portion
of Hathaway Street. In addition, the project also replaces an existing deteriorated clay sewer
main, moving it from inaccessible backyards to the public right-of-way along Hathaway Street
utilizing 1,250 linear feet of 4-inch sewer pipe.
The City utilized the State bidding process to advertise for bids, four contractors submitted bids,
with P. O. W. Contracting submitting the lowest bid of $1,106,021.39. See attached
Contract. The project is funded by Water Capital Fund 477 and Wastewater Collections Capital
Fund 476.
ITEM BUDGETED: Yes
STRATEGIC PRIORITY: Neighborhood and Community Building
2
APPROVED FOR
SUBMITTAL:
City Manager
STAFF RECOMMENDATION:
Adopt Resolution
BOARD/COMMITTEE RECOMMENDATION:
ATTACHMENTS:
Description Upload Date
resolution 12/14`2018
fl Contract 12/'7/2018
Type
Cover Memo
Contract