No preview available
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