Loading...
HomeMy WebLinkAboutR-2015-126 Randall Park Improvement Project (West Parking Lot and Bridge) Agreement with TTC Construction, Inc.G►T`+' Cc-e2i4S CITY OF YAKIMA Randall Park Improvement Project - West Parking Lot and Bridge HLA Project No. 15150 City of Yakima Project No. PK2414 Construction Contract Specifications & Bid Documents MAY 2017 City of Yakima 129 North 2nd Street Yakima, WA 98901 Phone (509) 575-6020 Fax (509) 575-6238 +HLA Project: (Name) (Address) To: (Contractor) City of Yakima Randall Park -Parking Lot & Bridge Et Construction, Inc 12871 Summitview Road Yakima, Wa. 98908 L_ 7 1 _ Z0 la Change Order Change Order Number 1 Change Order Date March 1, 2018 Contract Number 2414 Contract Date July 11,2017 You are directed to make the following changes in this Contract: Reconcile Change Order Contract was set for contractor bid Items work and City Forces to do some of the work, City Forces were una- ble to do some work assigned, Such as remove and dispose of tree stumps, sub grade prep, install catch basins and pipe, remove unsuitable material and add quarry spalls, and prep sidewalk grade With the above added work extra surveying and material testing cost increased Total extra charge this change order of $36,860 66 (sales tax will be added @ 8 2% = $3,022 57) New bottom line total is $39,883 23 Add 10 working days to project See attached for price breakdown This is to be considered as much a part of the contract documents as if it was included in the original contract. Not valid until signed by both the Approving Authority and Contractor Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was . ... .. $ 211,969.43 Net change by previous Change Orders . .. ... . .. $ The Contract Sum prior to this Change Order . . . ....... $ 211,969.43 The Contract Sum will be: 'O.Increased 0 Decreased 0 Unchanged by this Change Order $ 39,883.23 The New Contract Sum including this Change Order will be .. .. . $ 251,852.66 The Contract Time will be: id Increased The New Contract Time will be 40 0 Decreased 0 Unchanged by 10 working days working days Contractor Ap .1 Reco v , •. `• A o : I Re , , tide By � _..,�y Construction Supervisor By � . \N Pub. Works Dir Title C( �N'/ Date 3 / r /a Date ?j/S ., By I' l`-hief Engineer Ap S Date 3 ' _ (Q , .il'/7_(.437 Date 3-2' M City Manager I �j CITY CONTRACT NO:`J) 6,-'41- Date �1 ( `( ..t. IPVQ. k TI^N •'0 'P-.2G'/S —/.74 1 Based on DOT Form 570-001 EF Revised 9/99 Original to 0 Contractor Copies to 0 Region 0 Construction Administrator ❑ OSC Accounting 0 City Engineering IME ME E E M E M = MI 1111111 111111 ME ME M I BID SUMMARY Randall Park Improvement Project West Parking Lot and Bridge CITY PROJECT NO. 2414 ENGINEERS ESTIMATE TTC CONSTRUCTION, INC. Yakima, WA RECLAIM COMPANY Yakima, WA NOVA CONTRACTING Olympia, WA ITEM NO. Bid Security ITEM QTY UNIT 50/0 Bid Bond 5% Bid Bond 50/0 Bid Bond UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT SCHEDULE A - WEST PARKING LOT CURBS AND SIDEWALK 1 Minor Change 1 FA $8,000 00 $8,000.00 $8,000 00 $8,000 00 $8,000 00 $8,000 00 $8.000 00 $8,000.00 2 Mobilization 1 LS $25,000 00 $25,000 00 $18,000 00 $18,000 00 $22,500 00 $22,500 00 525.000.00 $25,000 00 3 Project Temporary Traffic Control 1 LS $5,000 00 55,000.00 $5,200 00 $5,200 00 $5,000 00 55,000 00 $600 00 $600 00 4 Clearing and Grubbing 1 LS $3,000 00 $3,000 00 $1,700 00 $1,70000 $10,000 00 $10,000 00 $22, 000.00 $22,000.00 5 Removal of Structure and Obstruction 1 LS $5.000 00 $5,000 00 $2,000 00 $2,000.00 $5,000 00 $5,000.00 $17.000.00 $17,000.00 6 Remove Existing Asphalt Path 13 CY 530 00 5390.00 $12500 $1,625.00 $100 00 $1,300 00 540.00 $520 00 7 Remove Existing Asphalt Parking Lot 235 CY $30 00 $7,050.00 $45 00 $10,575.00 $85 10 $19,998 50 5110 00 $25,850.00 8 Remove West Parking Lot Concrete Planter Curb 45 CY $30 00 $1,350.00 $145 00 $6.525 00 $50 00 $2,250 00 $120.00 $5,400.00 9 Remove Concrete Curb & Gutter 5 CY $30 00 5150.00 $150 00 $750 00 $50 00 $250.00 $120.00 $600.00 10 Remove Concrete Sidewalk 5 CY $30 00 $150.00 $150 00 $750.00 $50 00 $250 00 $130.00 $650.00 11 Crushed Surfacing Top Course 10 TON $24 00 $240.00 $300 00 $3.000 00 $150 00 $1,500 00 $110.00 $1,100.00 12 Concrete Spill Apron - West Parking Lot 2 EA $750 00 $1,500.00 $375 00 $750 00 $2,500 00 $5,000 00 $900.00 $1,800.00 13 Erosion Control 8. Water Pollution Control 1 LS $8.000 00 $8,000.00 $15,000 00 $15.000 00 $4,000 00 $4,000 00 $600.00 $600 00 14 Cement Conc Traffic Curb and Gutter 40 LF $25 00 $1,000.00 $24 50 $980 00 $40 00 $1,600 00 $50 00 $2,000 00 15 Cement Conc Planter Curb - West Parking Lot 950 LF $12 00 $11,400.00 $16 50 $15:675 00 $15 00 $14.250 00 $50 00 $47,500 00 16 Cement Conc Sidewalk 4 -Inch Thick 25 SY $120 00 $3,000 00 $71 00 81,775 00 $35 00 8875 00 $110 00 $2,750.00 17 Cement Conc Sidewalk - West Parking HC Ramp 4 EA $1,50000 $6,000 00 51 100 00 $4,400 00 $2,500 00 $10.000 00 $2,200 00 $8,800 00 18 Illumination - West Parking Lot w/Service Cabinet 1 LS $15,000 00 $15,000 00 $12.000 00 $12,000 00 $13,50000 $13,500 00 $32,000 00 $32,000 00 19 Pavement Markings 1 LS $1.500 00 $1,500 00 $2,000 00 $2,000 00 $2,000 00 82,000 00 $6,000 00 $6,000 00 Schedule A Subtotal $102,730.00 $110.705 00 $127,273.50 $208,170.00 Sales Tax 8.2% $8,423 86 $9,077 81 $10,436 43 $17,069 94 Schedule A Total $111,153 86 $119,782 81 $137,709 93 $225,239.94 SCHEDULE B - PRECAST CONCRETE BRIDGE 20 Precast Concrete Box Culvert (Bridge) 1 LS $85.000 00 $85,000 00 $84,50000 $84,500 00 $75,000 00 $75,000 00 $118,000 00 5118,000 00 21 Shoring or Extra Excavation 60 LF $100 00 $6,000 00 $11 67 $700 00 $233.33 $13,999 80 $50.00 Schedule B Subtotal $91,000 00 $85,200 00 $88,999 80 $3,000 00 $121,000 00 Sales Tax 8.2% $7,462 00 $6,986 40 $7,297 98 Schedule B Total SCHEDULE A + B Total 898,462.00 $209,615.86 $92,186 40 $211,969 21 $96,297.78 5234,007 71 $9,922 00 $130,922 00 $356.161 94 CITY ENGINEERS REPORT COMPETITIVE BIDS WERE OPENED ON MAY 26, 2017 ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. I RECOMMEND THE CONTRACT BE AWARDED TO TTC CONSTRUCTION, INC. (D -t DATE CITY ENGINEER AWARD MADE BY CITY MANAGER 6 DATE CITY OF YAKIMA Randall Park Improvement Project 01 /21.14- Cif 'MANAGER West Parking Lot and Bridge PROJECT NO. 2414 DATE May 31, 2017 FILE: Randall Park Pkg Lot Bridge Bid Sum pub SHEET 1 of 1 ADDENDUM NO. 1 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON RANDALL PARK IMPROVEMENT PROJECT — WEST PARKING LOT AND BRIDGE City of Yakima Project No. PK2414 HLA Project No. 15150 BID OPENING: MAY 26, 2017 2:00 P.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 - SPECIAL PROVISIONS —1-05 CONTROL OF WORK 1-05.4 Conformity with and Deviations from Plans and Stakes Replace this section with the following. This section is supplemented with the following The Contractor shall be responsible for all surveying required for the Contractors portion of the construction items. The Contractor shall not be responsible for the surveying required for construction items performed by City of Yakima forces. A Professional Surveyor, licensed in the State of Washington, shall be employed by the Contractor to perform all horizontal and vertical control work, and to do the construction staking, including setting offset points and grades. The Contractor shall protect all existing monuments within the construction limits from being disturbed or damaged in any way during construction. If any monuments are disturbed, damaged or removed during construction, the Licensed Surveyor shall replace such monuments in accordance with State Law including recording a Land Corner Record for each monument affected All associated costs for the survey work shall be incidental to the other bid items of the project. 1-05.6(1) Testing (New Section) Replace the first paragraph with the following. The Contractor shall be responsible for scheduling and paying for all material and compaction testing required by these Technical Specifications The Contractor is only responsible for testing on construction items performed by the Contractor. The Contractor shall not be responsible for the testing required for construction items performed by City of Yakima forces. 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 G:\PROJECTS\2015\15150ENAddendum No. 1,docx Page 1 of 6 ADDENDUM NO. 1 ITEM 2 — CONTRACT DOCUMENTS — SPECIAL PROVISIONS — 7-02 CULVERTS 7-02.5 Payment Replace this section with the following Section 7-02.5 is supplemented with the following. The lump sum unit price bid for "Precast Reinf Conc Three -Sided Structure No ," shall include all costs incidental to the designing, manufacturing, and installing the precast reinforced concrete three - sided structure, to include but not be limited to, precast concrete footings, slab bases, wingwalls, cutoff walls, weld -tie welding, aluminum handrail and keyway grouting all as shown on the Plans and as specified herein. ITEM 3 — CONTRACT DOCUMENTS — SPECIAL PROVISIONS — 8-31 ALUMINUM BRIDGE RAILINGS NEW SECTIONI Add the following new section SECTION 8-31 ALUMINUM BRIDGE RAILINGS (NEW SECTIONI 8-31.1 Description of Work A. Work consists of furnishing all labor, materials, and equipment for the installation of non - welded aluminum guardrails and handrails. B Railings as used in this section shall include handrails at stairways, and guardrails as required by the International Building Code and Washington Industrial Safety and Health Act (WISHA) regulations All guardrails and handrails shall meet the requirements of the International Building Code (IBC), Section 509, and OSHA. Guardrails and handrails as required by IBC and WISHA shall be furnished and installed at no additional cost whether or not they are explicitly shown on the Plans. 8-31.2 Reference Standards A. International Building Code, 2012 Edition B Washington Industrial Safety and Health Act (WISHA) C American National Standards Institute (ANSI) 1 A21 1 Safety Requirements for Floor and Wall Openings, Railings and Toe Boards. D American Society for Testing and Materials (ASTM). 1 B 221 Specifications for Aluminum -Alloy Bars, Rods, Wires, Shapes and Tubes. 2. B 429 Specifications for Aluminum -Alloy Extruded Structural Pipe and Tube. E Aluminum Association (AA) 1 SAA -46 Standards for Anodized Architectural Aluminum. F National Association of Architectural Metal Manufacturers (NAAMM) 1 Pipe Railing Manual - ANSI/NAAMM AMP 521-95 G:\PROJECTS\2015\15150E\Addendum No. 1 docx Page 2 of 6 ADDENDUM NO. 1 8-31.3 Submittals A. Product data: 1. Submit manufacturer's technical product data, installation instructions. Include highlighted data substantiating that materials comply with requirements. B. Shop Drawings: Submit drawings for fabrication and installation of aluminum railing system 1. Indicate component details, materials, finishes, connection and joining methods, and the relationship to adjoining work. C. Test Reports: Specifying that all products comply with performance requirements specified within this section 8-31.4 Quality Assurance A. Regulatory Requirements: 1. Components and installation are to be in compliance with state and local code authorities. 2 Components and installation are to follow current ADA and ANSI guidelines. B. Single Source All components and fittings are to be furnished by the same manufacturer or approved by the primary component manufacturer 8-31.5 Delivery, Handling and Storage A. Deliver materials to the job site in good condition and properly protected against damage to finished surfaces. B Store material in a location and in a manner to avoid damage Stacking shall be done in a way that will prevent bending C Store material in a clean, dry location away from uncured concrete and masonry Cover with waterproof paper, tarpaulin, or polyethylene sheeting in a manner that will permit circulation of air inside the covering D. Keep handling on-site to a minimum. Exercise particular care to avoid damage to finishes of material. 8-31.6 Manufacturers A. Subject to compliance with the requirements of these specifications, products by one of the following manufacturers is acceptable. 1. Golden Railings, Inc., 720 Corporate Circle Suite J, Golden, CO 80401-5626; Phone. (303) 279-5807 Fax: (303) 279-6214. www.qoldrail.com. 2. AlumaGuard Corporation, 2250 S Lipan St., Denver, CO 80223, Phone* (303) 935- 7245 Fax: (303) 937-0823 www.alumaquard.com. 3. Superior Aluminum Products, Inc., 555 E. Main St., Russia, OH, 45363, Phone (800) 548-8656, Fax: (937) 526-3904 www.superioraluminum.com. 4 Thompson Fabricating, LLC, 1411 Commerce Place, Tarrant, AL 35217, Phone. (800) 824-6182. Fax: (205) 841-0822- www.tfco.com. G:\PROJECTS\2015\15150EAddendum No, 1.docx Page 3 of 6 ADDENDUM NO. 1 8-31.7 Structural Requirements A. Design handrails to withstand a 200 -pound concentrated load applied horizontally or vertically at any point along the rail. Design guardrails to withstand a 20 pound/foot uniformly distributed load applied horizontally at the top rail. Design intermediate rails to withstand a load of 25 pounds per linear foot applied horizontally along the rail. Design for the above loads or for the loads specified in the International Building Code, whichever is greater 8-31.8 Dimensional Requirements A. Guardrails shall be 42 inches high, as measured from the front top of the bridge deck. Guardrails shall have a maximum post spacing of 5 feet; and handrails 5 feet. B. Each guardrail is to be constructed with intermediate railings such that a 4 -inch sphere cannot pass through any opening in the rail assembly, including the opening between the bottom rail and the solid surface to which the rail is attached C. Railings shall be smooth and free from defects or variations in finish which would cause scrapes or injury to persons brushing or sliding along the railing surface D. Adjust railing prior to anchoring to ensure matching alignment at butting joints. All bolts fastening guardrails are to be straight and be placed so that they are perpendicular to the substrate surface 8-31.9 Materials and Finish A. Aluminum 1. Extruded Pipe' Alloy 6063-T6 or 6105-T5 meeting with ASTM B 221 or ASTM B 429 2. Solid Reinforcing Bars: Alloy 6061-T6 meeting ASTM B 221. 3. Extruded Bars and Shapes. Alloy 6063-T6 meeting ASTM B 221 4. Castings: Almag 35 meeting ASTM B 26 5 Finish Class I (0 7 mil. minimum), clear anodized (refer to NAAMM Metal Finishes Manual) 8-31.10 Railing System A. Material shall conform to 2.02 A, and be finished in accordance with 2.04 A. 6. B Railing system shall be permanently anchored except where shown as removable on the Plans C. Rails and Posts: 1. Rails. Fabricate from anodized aluminum, 6063-T6 pipe with nominal size of 1-1/2 inches (1.900 inches outside diameter), Schedule 40 (0 145 inch wall, minimum). 2. Posts. Fabricate from anodized aluminum, 6063-T6 or 6105-T5 pipe with nominal size of 1-1/2 inches (1 90 inches outside diameter, 1 50 inside diameter), Schedule 40 (0 145 inch wall, minimum) or 80 (0.20 inch wall, minimum) a. Provide post reinforcement consisting of solid aluminum reinforcing bar if required to meet structural requirements specified above. G:\PROJECTS\2015\15150E\Addendum No. 1 docx Page 4 of 6 ADDENDUM NO. 1 D. Fittings: 1. Fittings shall be of wrought material of aluminum Tee -fittings and elbows, which are fabricated from more than one piece, shall be of welded construction with no weld marks visible when the fitting is installed E. Connector Sleeves 1 Internal connector sleeves shall be of extruded aluminum. F. Mounting Flanges. 1. Heavy Duty Floor Flange. a. One (1) piece cast aluminum with a solid aluminum -reinforcing bar b. Four (4) holes for attachment. 8-31.11 Fasteners A. Mechanical fasteners are to be provided as required by the manufacturer All fasteners shall be either aluminum or stainless steel. 1. Machine screws used to mount flanges to stair stringers shall be of stainless steel, 3/8 -inch diameter B Adhesive. Scotch -Weld epoxy adhesive, Catalog No 3M EC -2216 B/A Clear Amber, or approved equal. C Cement Hydraulic, ASTM C 595, factory prepared with accelerator 8-31.12 Handrail Brackets A. Aluminum extruded. 8-31.13 Fabrication A. Form rail -to -end post connections and all changes in rail direction by radius elbows, not a mitered corner. B Cut material square and remove burrs from all exposed edges, with no chamfer C Verify dimensions on-site prior to shop fabrication D All edges, imperfections and fasteners such as rivets shall be completely flush with tubing surface in order to avoid any edges that could inflict injury on an operator or catch an article of clothing Any raised portions of fasteners shall be entirely removed and reinstalled properly and edges properly connected. 8-31.14 Dissimilar Metals A. When aluminum components come into contact with dissimilar metals, surfaces shall be kept from direct contact by painting the dissimilar metal with a heavy coat of a proper primer B. When aluminum components come into contact with cement or lime mortar, exposed aluminum surfaces shall be painted with heavy bodied bituminous paint. G:\PROJECTS\2015\15150EW.ddendum No. 1.docx Page 5 of 6 ADDENDUM NO. 1 8-31.15 Installation A. Install in accordance with shop drawings and manufacturer's instructions. B Erect work square and level, horizontal or parallel to rake of steps or ramp, and free from distortion or defects detrimental to appearance or performance. C Expansion joints shall be provided as specified herein to allow for thermal expansion or contraction 8-31.16 Cleaning A. As installation is completed, wash thoroughly using clean water and soap, rinse with clean water B Do not use acid solution, steel wool or other harsh abrasives C. If stain remains after washing, remove finish and restore in accordance with NAAMM Metal Finishes Manual. Finish must be removed from anodized aluminum. Reanodizing can only be done by removing railing and returning it to the anodizer. 8-31.17 Repair of Defective Work A. Remove stained or otherwise defective work and replace with material that meets specification requirements ITEM 4 — CONTRACT PLANS - SHEETS 6 AND 9 Replace sheets 6 and 9 with the attached sheets dated May 23, 2017, noted as Addendum No. 1 revision. ITEM 5 — CONTRACT PLANS — SHEET 7 Revise Site Construction Note N7 on sheet 7 to read as follows. Construct Planter Curb Per Detail 4 on sheet 11 Subgrade and crushed surfacing top course to be prepared by City of Yakima Forces. 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. Michael R. Het, PE HLA Engineering and Land Surveying, Inc. 2803 River Road Yakima, WA 98902 Phone (509) 966-7000 5�3 Date G:\PROJECTS\2015\15150EWddendum No. 1.docx Page 6 of 6 ADDENDUM NO. 1 NMI MIMI =I MIMI IMO =I INN INN 11•1 MN IIIIN MN 111111M 9 ItOco a CID coco wooliApepfAvAm S. 48th Ave wm 176VZ >Id 'ON Hd-A00 l 'ON WflGN3OOV O m M 0 Z m N m� z m m m 00 mm 0 2 z Nm Z D O NZ O� A n o D O ' NV1d 01'Na4 101 ONI)d2iVd D m > H ` I TN ^ T z � 0 u 1 V m OO-< Dmf Z m— 03 oxo OO m c) H O) N m 1311/ "9 // /A\I/_ CM® N O REMOVE EXISTING SIDEWALK AS NECESSARY. 313NONO3 ONILSIX3 3A01v3A A 2 0 z 0 / o21 v{ :R• m> mo m O A 0 �m m Z \1 r m m Z 0 IIIIII IIIIIII Mill NMI MINI MINI IIIIIII IIIIII =I INN II= MI IIIIII MIN s* C7 1U00' l l \13EI II'MM N t7617Z >id ON Hd-A00 ON WH1ON300V MO Z W M C) 'P M m oo 014 co w K TI A MI O m W Z C O CO MM W> O r J N01103S 30G118 z 0 mD H i—C) D>� 0-0O O O-< D - mD omco Hz� G) c- m n H 31V:S 0110N V - V NOI103S U N N �O U O O O D 1IV13a 1N3WHOVLIN 3ONV13 L10013 O W N OUa con mc Dtim01 0,J On m0 -m0-000 x O � 00 D 01 01 O 01 .l m U P W N x 0m 2 mDmU) D ID 01�yO01DN OxAN Amp_Zti O c Q*',1,1 O —zm Z 0O<0NNi>0 zp rmg CO O t p CO In Ag 5i ANmC 1. Z A > OHO{ A Ar xO D O D 0m4 £oAn AAOmADO -'''§ z z m 30V2i0 ens 0313VdW0O O A 48" 1 1 24" MAO 11V130 1N3WH3V11V 235 42" MIN D ow Fz A 1 Gr Nr D\ NA O 0 O 4• S31ON 1V?d3N3O 14' 0 D CITY OF YAKIMA Randall Park Improvement Project - West Parking Lot and Bridge HLA Project No. 15150 City of Yakima Project No. PK2414 Construction Contract Specifications & Bid Documents MAY 2017 City of Yakima •HLA 1299 North 2nd Street Yakima, WA 98901 Phone (509) 575-6020ginceringandtandSurveying, Inc. Fax (509) 575-6238 City f an all anark Improvement Project - est Parking Lot anis Bridge HLA Project No. 15150 City of Yakima Project No. PK2414 MAY 2017 CONTENTS CITY OF YAKIMA Randall Park Improvement Project - West Parking Lot and Bridge City of Yakima Project No. PK2414 HLA Project No. 15150 SECTION PAGE INVITATION TO BID 3 AMENDMENTS Amendments to the 2016 Standard Specifications . ...... . 5 SPECIAL PROVISIONS Special Provisions .... 95 Description of Work ......... . 95 1-01 Definitions and Terms 96 1-02 Bid Procedures and Conditions.. 98 1-03 Award and Execution of Contract 105 1-04 Scope of the Work ... 107 1-05 Control of Work 109 1-06 Control of Material 116 1-07 Legal Relations and Responsibilities to the Public 116 1-08 Prosecution and Progress 123 Request to Sublet . 126 1-09 Measurement and Payment . 129 2-01 Clearing, Grubbing, and Roadside Cleanup 135 2-02 Removal of Structures and Obstructions 136 2-03 Roadway Excavation and Embankment . 137 2-04 Haul. . 138 2-07 Watering ...... 138 2-11 Trimming and Cleanup . . 139 4-04 Ballast and Crushed Surfacing 139 5-04 Hot Mix Asphalt.. 139 7-02 Culverts .. 143 7-08 General Pipe Installation Requirements 144 8-01 Erosion Control and Water Pollution Control 146 8-02 Roadside Restoration ..... 146 8-04 Curbs, Gutters, and Spillways 147 8-14 Cement Concrete Sidewalks 148 8-20 Illumination, Traffic Signal Systems, and Electrical 149 8-22 Pavement Marking ........ . . 151 PROPOSAL & CONTRACT DOCUMENTS Contract . .. . Performance Bond Form E -Verify Informational Certification of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form Prevailing Wage Rates . Proposal Form ... Item Proposal Bid Sheet Bid Bond Form .. Non -Collusion Declaration Non -Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy 1 G\PROJECTS\2015\15150E\SPEC\West Parking Lot and Bndge115150 SPEC - W Parking Lot & Bridge docx 153 154 155 156 157 159 160 161 162 164 165 166 167 .169 Council Resolution 0-4816 170 Affirmative Action Plan 171 Bidder Certification 173 Subcontractor Certification 174 Materially and Responsiveness 175 Proposal Signature Sheet 177 Bidder's Checklist. 178 WASHINGTON STATE JOURNEY LEVEL PREVAILING WAGE RATES STANDARD PLANS 2 G \PROJECTS\2015\15150E\SPEC\West Parking Lot and Bndge\15150 SPEC - W Parking Lot & Bridge-docx INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2.00 p m , May 26, 2017, and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Randall Park Improvement Project - West Parking Lot and Bridge City of Yakima Project No. PK2414 This contract provides for construction of the Randall Park Improvement Project - West Parking Lot and Bridge including the following approximate major quantities of work SCHEDULE A — WEST PARKING LOT CURBS AND SIDEWALK New west parking lot improvements, including removal of existing parking lot asphalt and concrete curbing, new concrete curbing, new concrete sidewalk and handicap ramps, new parking lot illumination, and other miscellaneous construction SCHEDULE B — PRECAST CONCRETE BRIDGE New precast concrete pathway bridge and gravel pathway, and other miscellaneous construction. This contract has thirty (30) working days to complete the work, all in accordance with the Contract Plans, Contract Provisions, and the Standard Specifications All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful Bidder fail to enter into such contract and furnish satisfactory performance bond and insurance within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima Complete digital project Bidding Documents are available at www questcdn.com You may download the digital plan documents for $20 by inputting Quest project 5125343 on the website's Project Search page Please contact QuestCDN com at 952-233-1632 or info@questcdn.com for assistance in free membership registration, downloading, and working with this digital project information An optional paper set of project plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street (509-575-6111), upon payment in the amount of $100.00 for each set, non- refundable Project questions should be directed to Michael R. Heit, PE at 509-966-7000 All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the Owner. Interpretations or clarifications considered necessary by the Owner or Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded as having received the Bidding Documents Questions received less than three days prior to the date for opening of Bids may not be answered Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by Owner or Engineer The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all Bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, Disadvantaged Business Enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. 3 G\PROJECTS\2015115150EISPEC\West Parking Lot and Bridge\15150 SPEC - W Parking Lot & Bridge.docx Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington The City reserves the right to reject any or all bids and proposals DATED this 12th day of May, 2017 PUBLISH May 12, 2017 May 15, 2017 4 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx INTRO.AP1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2016 Standard Specifications for Road, Bridge, and Municipal Construction AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-01, DEFINITIONS AND TERMS AUGUST 1, 2016 1-01.3 DEFINITIONS The following new term and definition is inserted after the eighth paragraph: Cold Weather Protection Period — A period of time 7 days from the day of concrete placement or the duration of the cure period, whichever is longer SECTION 1-02, BID PROCEDURES AND CONDITIONS APRIL 4, 2016 1-02.4(1) GENERAL 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 on the Thursday preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.9 DELIVERY OF PROPOSAL The last sentence of the third paragraph is revised to read The Contracting Agency will not open or consider any Proposal when the Proposal or Bid deposit is received after the time specified for receipt of Proposals or received in a location other than that specified for receipt of Proposals unless an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received The following new paragraph is inserted before the last paragraph: If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the normal work processes of the Contracting Agency resume 1-02.12 PUBLIC OPENING OF PROPOSALS This section is supplemented with the following new paragraph If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be opened at the time indicated in the call for Bids the time specified for opening of Proposals will be deemed to be extended to the same time of day on the first work day on which the normal work processes of the Contracting Agency resume 5 G'\PROJECTS\ 2015\15150E1SPEClWest Parking Lot And Bridge\15150 SPEC - W Parking Lot 8 Bridge.Docx SECTION 1-04, SCOPE OF THE WORK JANUARY 3, 2017 1-04.2 COORDINATION OF CONTRACT DOCUMENTS, PLANS, SPECIAL PROVISIONS, SPECIFICATIONS, AND ADDENDA The following new paragraph is inserted before the second to last paragraph Whenever reference is made in these Specifications or the Special Provisions to codes, rules, specifications, and standards, the reference shall be construed to mean the code, rule, specification, or standard that is in effect on the Bid advertisement date, unless otherwise stated or as required by law 1-04.3 REFERENCE INFORMATION This section is supplemented with the following new sentence If a document that is provided as reference information contains material also included as a part of the Contract, that portion of the document shall be considered a part of the Contract and not as Reference Information SECTION 1-06, CONTROL OF MATERIAL JANUARY 4, 2016 This section is supplemented with the following new section and subsections 1-06.6 Recycled Materials The Contractor shall make their best effort to utilize recycled materials in the construction of the project, the use of recycled concrete aggregate as specified in Section 1-06 6(1)A is a requirement of the Contract. The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working Drawing within 30 calendar days after the Contract is executed The plan shall provide the Contractor's anticipated usage of recycled materials for meeting the requirements of these Specifications The quantity of recycled materials will be provided in tons and as a percentage of the Plan quantity for each material listed in Section 9-03 21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material When a Contract does not include Work that requires the use of a material that is included in the requirements for using materials the Contractor may state in their plan that no recycled materials are proposed for use Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03 21 The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e g utilization of on-site material and aggregates from concrete returned to the supplier) The Contractor's report shall be provided on DOT Form 350-075 Recycled Materials Reporting 1-06.6(1) Recycling of Aggregate and Concrete Materials 1-06.6(1)A General The minimum quantity of recycled concrete aggregate shall be 25 percent of the total quantity of aggregate that is incorporated into the Contract for those items listed in Section 9-03 21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material that allow the use of recycled concrete aggregate The percentage of recycled material incorporated into the project for meeting the required percentage will be calculated in tons based on the quantity of recycled concrete used on the entire Contract and not as individual items 6 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge Docx If the Contractor's total cost for Work with recycled concrete aggregate is greater than without the Contractor may choose to not use recycled concrete aggregate When the Contractor does not meet the minimum requirement of 25 percent recycled concrete aggregate for the Contract due to costs or any other reason the following shall be submitted 1. A cost estimate for each material listed in Section 9-03.21(1)E that is utilized on the Contract. The cost estimate shall include the following - a The estimated costs for the Work for each material with 25 percent recycled concrete aggregate. The cost estimate shall include for each material a copy of the price quote from the supplier with the lowest total cost for the Work b The estimated costs for the Work for each material without recycled concrete aggregate The Contractor's cost estimates shall be submitted as an attachment to the Recycled Materials Reporting form SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC JANUARY 3, 2017 1-07.1 LAWS TO BE OBSERVED In the second to last sentence of the third paragraph, "WSDOT" is revised to read "Contracting Agency" 1-07.2(2) STATE SALES TAX: WAC 458-20-170 — RETAIL SALES TAX The last three sentences of the first paragraph are deleted and replaced with the following new sentence: The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project, in the unit bid prices. 1-07.3(1) FOREST FIRE PREVENTION This section is supplemented with the following new subsections. 1-07.3(1)A Fire Prevention Control and Countermeasures Plan The Contractor shall prepare and implement a project -specific fire prevention, control, and countermeasures plan (FPCC Plan) for the duration of the project. The Contractor shall submit a Type 2 Working Drawing no later than the date of the preconstruction conference 1-07.3(1)A1 FPCC Plan Implementation Requirements The Contractor's FPCC Plan shall be fully implemented at all times. The Contractor shall update the FPCC Plan throughout project construction so that the plan reflects actual site conditions and practices. The Contractor shall update the FPCC Plan at least annually and maintain a copy of the updated FPCC Plan that is available for inspection on the project site. Revisions to the FPCC Plan and the Industrial Fire Precaution Level (IFPL) shall be discussed at the weekly project safety meetings. 1-07.3(1)A2 FPCC Plan Element Requirements The FPCC Plan shall include the following 1 The names, titles, and contact information for the personnel responsible for implementing and updating the plan 2 The names and telephone numbers of the Federal, State, and local agencies the Contractor shall notify in the event of a fire. 3. All potential fire causing activities such as welding, cutting of metal, blasting, fueling operations, etc. 7 G'\PROJECTS \2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC - W Parking Lot F. Bndge.Docx 4 The location of fire extinguishers, water, shovels, and other firefighting equipment. 5 The response procedures the Contractor shall follow in the event of a fire Most of Washington State is covered under the IFPL system which, by law, is managed by the Department of Natural Resources (DNR) It is the Contractor's responsibility to be familiar with the DNR requirements and to verify whether or not IFPL applies to the specific project. If the Contractor wishes to continue a work activity that is prohibited under an industrial fire precaution level, the Contractor shall obtain a waiver from the DNR and provide a copy to the Engineer prior to continuation of work on the project. If the IFPL requirements prohibit the Contractor from performing Work the Contractor may be eligible for an unworkable day in accordance with Section 1-08 5 The Contractor shall comply with the requirements of these provisions at no additional cost to the Contracting Agency 1-07.8 HIGH -VISIBILITY APPAREL The last paragraph is revised to read High -visibility garments shall be labeled as, and in a condition compliant with the ANSI/ISEA 107 (2004 or later version) and shall be used in accordance with manufacturer recommendations 1-07.8(1) TRAFFIC CONTROL PERSONNEL In this section, references to "ANSI/ISEA 107-2004" are revised to read "ANSI/ISEA 107" 1-07.8(2) NON -TRAFFIC CONTROL PERSONNEL In this section, the reference to "ANSI/ISEA 107-2004" is revised to read "ANSI/ISEA 107" 1-07.9(2) POSTING NOTICES Items 1 and 2 are revised to read 1 EEOC - P/E-1 (revised 11/09, supplemented 09/15) — Equal Employment Opportunity IS THE LAW published by US Department of Labor Post for projects with federal -aid funding 2 FHWA 1022 (revised 05/15) — NOTICE Federal -Aid Project published by Federal Highway Administration (FHWA) Post for projects with federal -aid funding Items 5, 6 and 7 are revised to read 5 WHD 1420 (revised 02/13) — Employee Rights and Responsibilities Under The Family And Medical Leave Act published by US Department of Labor Post on all projects 6 WHD 1462 (revised 01/16) — Employee Polygraph Protection Act published by US Department of Labor Post on all projects 7 F416-081-909 (revised 09/15) — Job Safety and Health Law published by Washington State Department of Labor and Industries Post on all projects Items 9 and 10 are revised to read 9 F700-074-909 (revised 06/13) — Your Rights as a Worker in Washington State by Washington State Department of Labor and Industries (L&I) Post on all projects 10 EMS 9874 (revised 10/15) — Unemployment Benefits published by Washington State Employment Security Department Post on all projects 8 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx 1-07.15(1) SPILL PREVENTION, CONTROL, AND COUNTERMEASURES PLAN The second sentence of the first paragraph is deleted The first sentence of the second paragraph is revised to read The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and other materials defined in Chapter 447 of the WSDOT Environmental Manual M 31-11 Item number four of the fourth paragraph (up until the colon) is revised to read 4 Potential Spill Sources — Describe each of the following for all potentially hazardous materials brought or generated on-site, including but not limited to materials used for equipment operation, refueling, maintenance, or cleaning: The first sentence of item 7e of the fourth paragraph is revised to read BMP methods and locations where they are used to prevent discharges to ground or water during mixing and transfer of hazardous materials and fuel The last paragraph is deleted. SECTION 1-08, PROSECUTION AND PROGRESS JANUARY 3, 2017 1-08.1 SUBCONTRACTING The second sentence of the second to last paragraph is revised to read 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. The fourth sentence of the second to last paragraph is revised to read The Monthly Payment Summary shall include all Subcontractors that performed work that was paid on the progress estimate by the Contracting Agency 1-08.1(1) PROMPT PAYMENT, SUBCONTRACT COMPLETION AND RETURN OF RETAINAGE WITHHELD In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting Agency". The last sentence in item number 11 of the first paragraph is revised to read: The Contractor may also require any documentation from the Subcontractor that is required by the subcontract or by the Contract between the Contractor and Contracting Agency or by law such as affidavits of wages paid, and material acceptance certifications to the extent that they relate to the Subcontractor's Work. Item number 12 of the first paragraph is revised to read 12 If the Contractor fails to comply with the requirements of the Specification and the Subcontractor's retainage or retainage bond is wrongfully withheld, the Contractor will be subject to the actions described in No 7 listed above The Subcontractor may also seek recovery against the Contractor under applicable prompt pay statutes in addition to any other remedies provided for by the subcontract or by law 9 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge \15150 SPEC - W Parking Lot & Bridge.Docx 1-08.5 TIME FOR COMPLETION In item 2c of the last paragraph, "Quarterly Reports" is revised to read "Monthly Reports" SECTION 1-09, MEASUREMENT AND PAYMENT APRIL 4, 2016 1-09.6 FORCE ACCOUNT The second sentence of item number 4 is revised to read A "specialized service" is a work operation that is not typically done by worker classifications as defined by the Washington State Department of Labor and Industries and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and municipal construction SECTION 1-10, TEMPORARY TRAFFIC CONTROL JANUARY 3, 2017 1-10.1(2) DESCRIPTION The first paragraph is revised to read The Contractor shall provide flaggers and all other personnel required for labor for traffic control activities that are not otherwise specified as being furnished by the Contracting Agency In the third paragraph, "Project Engineer" is revised to read "Engineer" The following new paragraph is inserted after the third paragraph The Contractor shall keep lanes, on -ramps, and off -ramps, open to traffic at all times except when Work requires closures Ramps shall not be closed on consecutive interchanges at the same time, unless approved by the Engineer Lanes and ramps shall be closed for the minimum time required to complete the Work When paving hot mix asphalt the Contractor may apply water to the pavement to shorten the time required before reopening to traffic 1-10.3(2)C LANE CLOSURE SETUP/TAKEDOWN The following new paragraph is inserted before the last paragraph Channelization devices shall not be moved by traffic control personnel across an open lane of traffic If an existing setup or staging of traffic control devices require crossing an open lane of traffic, the traffic control devices shall be taken down completely and then set up in the new configuration SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT AUGUST 1, 2016 2-03.3(7)C CONTRACTOR -PROVIDED DISPOSAL SITE The second paragraph is revised to read The Contractor shall acquire all permits and approvals required for the use of the disposal sites before any waste is hauled off the project. The Contractor shall submit a Type 1 Working Drawing consisting of copies of the permits and approvals for any disposal sites to be used The cost of any such permits and approvals shall be included in the Bid prices for other Work The third paragraph is deleted 10 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge Docx SECTION 2-06, SUBGRADE PREPARATION JANUARY 3, 2017 2-06.3(2) SUBGRADE FOR PAVEMENT The second sentence in the first paragraph is revised to read The Contractor shall compact the Subgrade to a depth of 6 inches to 95 percent of maximum density as determined by the compaction control tests for granular materials. SECTION 3-04, ACCEPTANCE OF AGGREGATE JANUARY 3, 2017 3-04.5 PAYMENT In Table 1, the Contingent Unit Price Per Ton value for the item HMA Aggregate is revised to read "$15 00" SECTION 4-04, BALLAST AND CRUSH SURFACING JANUARY 3, 2017 4-04.3(5) SHAPING AND COMPACTION The first sentence is revised to read. Immediately following spreading and final shaping, each layer of surfacing shall be compacted to at least 95 percent of maximum density determined by the requirements of Section 2-03 3(14)D before the next succeeding layer of surfacing or pavement is placed SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION JANUARY 3, 2017 In this section, "portland cement" is revised to read "cement" 5-01.2 MATERIALS In the first paragraph, the following item is inserted after the item "Joint Sealants Closed Cell Foam Backer Rod 9-04.2(3)A 5-01.3(1)A CONCRETE MIX DESIGNS This section, including title, is revised to read 5-01.3(1)A Mix Designs The Contractor shall use either concrete patching materials or cement concrete for the rehabilitation of cement concrete pavement. Concrete patching materials shall be used for spall repair and dowel bar retrofitting and cement concrete shall be used for concrete panel replacement. 5-01.3(1)A1 CONCRETE PATCHING MATERIALS Item number 1 is revised to read 1 Materials — The prepackaged concrete patching material and the aggregate extender shall conform to Section 9-20 5-01.3(1)A2 PORTLAND CEMENT CONCRETE This section, including title, is revised to read 5-01.3(1)A2 Cement Concrete for Panel Replacement Cement concrete for panel replacement shall meet the requirements of Sections 5-05.3(1) and 5- 05.3(2) and be air entrained with a design air content of 5 5 percent. Cement concrete for panel replacement may use rapid hardening hydraulic cement meeting the requirements of Section 9- 01.2(2) Rapid hardening hydraulic cement will be considered a cementitious material for the 11 G\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge.Docx purpose of calculating the water/cementitious materials ratio and the minimum cementitious materials requirement. 5-01.3(1)B EQUIPMENT This section's title is revised to read Equipment for Panel Replacement 5-01.3(2)B PORTLAND CEMENT CONCRETE This section's title is revised to read Cement Concrete for Panel Replacement This section is supplemented with the following new subsection 5-01.3(2)B1 Conformance to Mix Design Acceptance of cement concrete pavement for panel replacement shall be in accordance with Section 5-01 3(2)B The cement, coarse, and fine aggregate weights shall be within the tolerances of the mix design in accordance with Section 5-05 3(1) 5-01.3(2)B1 REJECTION OF CONCRETE This section is renumbered as follows 5-01.3(2)B2 Rejection of Concrete 5-01.3(4) REPLACE PORTLAND CEMENT CONCRETE PANEL This section's title is revised to read Replace Cement Concrete Panel 5-01.3(8) SEALING EXISTING TRANSVERSE AND LONGITUDINAL JOINTS This section's title is revised to read Sealing Existing Longitudinal and Transverse Joint The first paragraph is revised to read The Contractor shall clean and seal existing longitudinal and transverse joints where shown in the Plans or as marked by the Engineer The first sentence of the second paragraph is revised to read Old sealant and incompressible material shall be completely removed from the joint to the depth of the new reservoir with a diamond blade saw in accordance with the detail shown in the Standard Plans The fifth paragraph is revised to read Immediately prior to sealing, the cracks shall be blown clean with dry oil -free compressed air If shown in the Plans, a backer rod shall be placed at the base of the sawn reservoir The joints shall be completely dry before the sealing installation may begin Immediately following the air blowing and backer rod placement, if required, the sealant material shall be installed in conformance to manufacturer's recommendations and in accordance with Section 5-05 3(8)B 12 G \PROJECTS\2015\15150E\SPEC\West Parkung Lot And Bndge\15150 SPEC - W Parking Lot & Bridge Docx 5-01.3(9) PORTLAND CEMENT CONCRETE PAVEMENT GRINDING This section's title is revised to read Cement Concrete Pavement Grinding 5-01.3(11) CONCRETE SLURRY AND GRINDING RESIDUE The last sentence of the first paragraph is revised to read Slurry shall not be allowed to drain into an area open to traffic, off of the paved surface, into any drainage structure, water of the state, or wetlands The following new sentence is inserted at the end of the second paragraph The Contractor shall submit copies of all disposal tickets to the Engineer within 5 calendar days 5-01.4 MEASUREMENT The fourth paragraph is revised to read Sealing existing longitudinal and transverse joint will be measured by the linear foot, measured along the line of the completed joint. 5-01.5 PAYMENT The Bid item "Sealing Transverse and Longitudinal Joints", per linear foot and the paragraph following Bid item are revised to read "Sealing Existing Longitudinal and Transverse Joint", per linear foot. The unit Contract price per linear foot for "Sealing Existing Longitudinal and Transverse Joint", shall be full payment for all costs to complete the Work as specified, including removing incompressible material, preparing and sealing existing transverse and longitudinal joints where existing transverse and longitudinal joints are cleaned and for all incidentals required to complete the Work as specified. SECTION 5-02, BITUMINOUS SURFACE TREATMENT APRIL 4, 2016 5-02.3(2) PREPARATION OF ROADWAY SURFACE This section is supplemented with the following new subsection 5-02.3(2)E Crack Sealing Where shown in the Plans, seal cracks and joints in the pavement in accordance with Section 5- 04 3(4)A1 and the following: 1 Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant. 2 Cracks greater than 1 inch in width — fill with sand slurry SECTION 5-04, HOT MIX ASPHALT APRIL 3, 2017 This section (and all subsections) is revised to read This Section 5-04 is written in a style which, unless otherwise indicated, shall be interpreted as direction to the Contractor 5-04.1 Description This Work consists of providing and placing one or more layers of plant -mixed hot mix asphalt (HMA) on a prepared foundation or base, in accordance with these Specifications and the lines, 13 G\PROJECTS\2015\15150ElSPEC\W est Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Dock grades, thicknesses, and typical cross-sections shown in the Plans The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications HMA shall be composed of asphalt binder and mineral materials as required, and may include reclaimed asphalt pavement (RAP) or reclaimed asphalt shingles (RAS), mixed in the proportions specified to provide a homogeneous, stable, and workable mix 5-04.2 Materials Provide materials as specified in these sections Asphalt Binder 9-02 1(4) Cationic Emulsified Asphalt 9-02 1(6) Anti -Stripping Additive 9-02 4 Warm Mix Asphalt Additive 9-02 5 Aggregates 9-03 8 Reclaimed Asphalt Pavement (RAP) 9-03 8(3)B Reclaimed Asphalt Shingles (RAS) 9-03 8(3)B Mineral Filler 9-03 8(5) Recycled Material 9-03.21 Joint Sealants 9-04.2 Closed Cell Foam Backer Rod 9-04.2(3)A 5-04.2(1) How to Get an HMA Mix Design on the QPL Comply with each of the following • Develop the mix design in accordance with WSDOT SOP 732 • Develop a mix design that complies with Sections 9-03 8(2) and 9-03 8(6) • Develop a mix design no more than 6 months prior to submitting evaluation it for QPL • Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including WSDOT Form 350-042 • Include representative samples of the materials that are to be used in the HMA production as part of the mix design submittal • Identify the brand, type, and percentage of anti -stripping additive in the mix design submittal • Include with the mix design submittal a certification from the asphalt binder supplier that the anti -stripping additive is compatible with the crude source and the formulation of asphalt binder proposed for use in the mix design • Do not include warm mix asphalt (WMA) additives when developing a mix design or submitting a mix design for QPL evaluation The use of warm mix asphalt (WMA) additives is not part of the process for obtaining approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B The Contracting Agency's basis for approving, testing, and evaluating HMA mix designs for approval on the QPL is dependent on the contractual basis for acceptance of the HMA mixture, as shown in Table 1 14 G\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge.Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Table 1 Basis for Contracting Agency Evaluation of HMA Mix Designs for Approval on the QPL Contractual Basis for Acceptance of HMA Mixture (see Section 5- 04.3(9)) Basis for Contracting Agency Approval of Mix Design for Placement on QPL Contracting Agency Materials Testing for Evaluation of the Mix Design Statistical Evaluation WSDOT Standard Practice 8 The Contracting Agency will test the mix design materials for compliance with Sections 9-03 8(2) and 9-03 8(6) Visual Evaluation Review of Form 350-042 for compliance with Sections 9-03 8(2) and 9- 03 8(6) The Contracting Agency may elect to test the mix design materials, or evaluate in accordance with WSDOT Standard Practice QC -8, at its sole discretion If the Contracting Agency approves the mix design, it will be listed on the QPL for 12 consecutive months The Contracting Agency may extend the 12 month listing provided the Contractor submits a certification letter to the Qualified Products Engineer verifying that the aggregate source and job mix formula (JMF) gradation, and asphalt binder crude source and formulation have not changed The Contractor may submit the certification no sooner than three months prior to expiration of the initial 12 month mix design approval. Within 7 calendar days of receipt of the Contractor's certification, the Contracting Agency will update the QPL The maximum duration for approval of a mix design and listing on the QPL will be 24 months from the date of initial approval or as approved by the Engineer 5-04.2(1)A Mix Designs Containing RAP and/or RAS Mix designs are classified by the RAP and/or RAS content as shown in Table 2. Table 2 Mix Design Classification Based on RAP/RAS Content RAP/RAS Classification RAP/RAS Content' Low RAP/No RAS 0% <_ RAP% <_ 20% and RAS% = 0% High RAP/Any RAS 20% < RAP% <_ Maximum Allowable RAP2 and/or 0% < RAS% <_ Maximum Allowable RAS2 'Percentages in this table are by total weight of HMA 2See Table 4 to determine the limits on the maximum amount RAP and/or RAS 5-04.2(1)A1 Low RAP/No RAS — Mix Design Submittals for Placement on QPL For Low RAP/No RAS mix designs, comply with the following additional requirements 1 Develop the mix design with or without the inclusion of RAP 2 The asphalt binder grade shall be the grade indicated in the Bid item name or as otherwise required by the Contract. 3 Submit samples of RAP if used in development of the mix design. 15 G:\PROJECTS\2015\15150E1SPEC\West Parking Lot And Bridge \15150 SPEC - W Parking Lot & Bridge Docx 4 Testing RAP or RAS stockpiles is not required for obtaining approval for placing these mix designs on the QPL 5-04.2(1)A2 High RAP/Any RAS - Mix Design Submittals for Placement on QPL For High RAP/Any RAS mix designs, comply with the following additional requirements 1 For mix designs with any RAS, test the RAS stockpile (and RAP stockpile if any RAP is in the mix design) in accordance with Table 3 2 For High RAP mix designs with no RAS, test the RAP stockpile in accordance with Table 3 3 For mix designs with High RAP/Any RAS, construct a single stockpile for RAP and a single stockpile for RAS and isolate (sequester) these stockpiles from further stockpiling before beginning development of the mix design Test the RAP and RAS during stockpile construction as required by item 1 and 2 above Use the test data in developing the mix design, and report the test data to the Contracting Agency on WSDOT Form 350-042 as part of the mix design submittal for approval on the QPL Account for the reduction in asphalt binder contributed from RAS in accordance with AASHTO PP 78 Do not add to these stockpiles after starting the mix design process Table 3 st Frequency of RAP/RAS During RAP/RAS Stockpile Construction For Approving a High RAP/Any RAS Mix Design for Placement on the QPL Test Frequency' Test for Test Method • 1/1000 tons of RAP (minimum of 10 per mix design) annd • 1/100 tons of RAS (minimum of 10 per mix design) Asphalt Binder Content and Sieve Analysis of Fine and Coarse Aggregate FOP for AASHTO T 308 aWAQTC T FOP fora 27/T 11 "tons", in this table, refers to tons of the reclaimed material before being incorporated into HMA. 4 Limit the amount of RAP and/or RAS used in a High RAP/Any RAS mix design by the amount of binder contributed by the RAP and/or RAS, in accordance with Table 4 Table 4 Maximum Amount of RAP and/or RAS in HMA Mixture Maximum Amount of Binder Contributed from RAP RAS 40%1 minus contribution of binder from RAS 20°/d2 1 Calculated as the weight of asphalt binder contributed from the RAP as a percentage of the total weight of asphalt binder in the mixture 2 Calculated as the weight of asphalt binder contributed from the RAS as a percentage of the total weight of asphalt binder in the mixture 5 Develop the mix design including RAP, RAS, recycling agent, and new binder 16 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bodge Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6 Extract, recover, and test the asphalt residue from the RAP and RAS stockpiles to determine the percent of recycling agent and/or grade of new asphalt binder needed to meet but not exceed the performance grade (PG) of asphalt binder required by the Contract. a Perform the asphalt extraction in accordance with AASHTO T 164 or ASTM D 2172 using reagent grade solvent. b Perform the asphalt recovery in accordance with AASHTO R 59 or ASTM D 1856 c. Test the recovered asphalt residue in accordance with AASHTO R 29 to determine the asphalt binder grade in accordance with Section 9- 02.1(4). d. After determining the recovered asphalt binder grade, determine the percent of recycling agent and/or grade of new asphalt binder in accordance with ASTM D 4887. e Test the final blend of recycling agent, binder recovered from the RAP and RAS, and new asphalt binder in accordance with AASHTO R 29 The final blended binder shall meet but not exceed the performance grade of asphalt binder required by the Contract and comply with the requirements of Section 9-02.1(4) 7 Include the following test data with the mix design submittal. a All test data from RAP and RAS stockpile construction b All data from testing the recovered and blended asphalt binder 8 Include representative samples of the following with the mix design submittal a RAP and RAS b 150 grams of recovered asphalt residue from the RAP and RAS that are to be used in the HMA production 5-04.2(1)B Commercial HMA - Mix Design Submittal for Placement on QPL For HMA used in the Bid item Commercial HMA, in addition to the requirements of 5- 04.2(1) identify the following in the submittal 1 Commercial HMA 2. Class of HMA 3 Performance grade of binder 4. Equivalent Single Axle Load (ESAL) The Contracting Agency may elect to approve Commercial HMA mix designs without evaluation 17 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge515150 SPEC - W Parking Lot & Bridge.Docx 5-04.2(1)C Mix Design Resubmittal for QPL Approval Develop a new mix design and resubmit for approval on the QPL when any of the following changes occur When these occur, discontinue using the mix design until after it is reapproved on the QPL 1 Change in the source of crude petroleum used in the asphalt binder 2 Changes in the asphalt binder refining process 3 Changes in additives or modifiers in the asphalt binder 4 Changes in the anti -strip additive, brand, type or quantity 5 Changes to the source of material for aggregate 6 Changes to the job mix formula that exceed the amounts as described in item 2 of Section 9-03 8(7), unless otherwise approved by the Engineer 7 Changes in the percentage of material from a stockpile, when such changes exceed 5% of the total aggregate weight. a For Low RAP/No RAS mix designs developed without RAP, changes to the percentage of material from a stockpile will be calculated based on the total aggregate weight not including the weight of RAP b For Low RAP/No RAS mix designs developed with RAP, changes to the percentage of material from a stockpile will be calculated based on the total aggregate weight including the weight of RAP c For High RAP/Any RAS mix designs, changes in the percentage of material from a stockpile will be based on total aggregate weight including the weight of RAP (and/or RAS when included in the mixture) Prior to making any change in the amount of RAS in an approved mix design, notify the Engineer for determination of whether a new mix design is required, and obtain the Engineer's approval prior to implementing such changes 5-04.2(2) Mix Design — Obtaining Project Approval Use only mix designs listed on the Qualified Products List (QPL) Submit WSDOT Form 350- 041 to the Engineer to request approval to use a mix design from the QPL Changes to the job mix formula (JMF) that have been approved on other contracts may be included The Engineer may reject a request to use a mix design if production of HMA using that mix design on any contract is not in compliance with Section 5-04 3(11)D, E, F, and G for mixture or compaction 5-04.2(2)A Changes to the Job Mix Formula The approved mix design obtained from the QPL will be considered the starting job mix formula (JMF) and shall be used as the initial basis for acceptance of HMA mixture, as detailed in Section 5-04 3(9) During production the Contractor may request to adjust the JMF Any adjustments to the JMF will require approval of the Engineer and shall be made in accordance with item 2 of Section 9-03 8(7) After approval by the Engineer, such adjusted JMF's shall constitute the basis for acceptance of the HMA mixture 18 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bndge.Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may, at the Contractor's discretion, elect to use warm mix asphalt (WMA) processes for producing HMA. WMA processes include organic additives, chemical additives, and foaming The use of WMA is subject to the following • Do not use WMA processes in the production of High RAP/Any RAS mixtures • Before using WMA processes, obtain the Engineer's approval using WSDOT Form 350-076 to describe the proposed WMA process 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1St through March 31St of the following year, without written concurrence from the Engineer Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified in Table 5, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Table 5 Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0 10 55°F 45°F 0 10 to 0.20 45°F 35°F More than 0 20 35°F 35°F 5-04.3(2) Paving Under Traffic These requirements apply when the Roadway being paved is open to traffic In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic During paving operations, maintain temporary pavement markings throughout the project. Install temporary pavement markings on the Roadway prior to opening to traffic. Temporary pavement markings shall comply with Section 8-23 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Equip mixing plants as follows 1 Use tanks for storage and preparation of asphalt binder which: • Heat the contents by means that do not allow flame to contact the contents or the tank, such as by steam or electricity. Heat and hold contents at the required temperatures Continuously circulate contents to provide uniform temperature and consistency during the operating period Provide an asphalt binder sampling valve, in either the storage tank or the supply line to the mixer 2 Provide thermometric equipment: In the asphalt binder feed line near the charging valve at the mixer unit, capable of detecting temperature ranges expected in the HMA and in a location convenient and safe for access by Inspectors 19 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge.Docx At the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates, and situated in full view of the plant operator 3 When heating asphalt binder: Do not exceed the maximum temperature of the asphalt binder recommended by the asphalt binder supplier Avoid local variations in heating Provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F 4 Provide a mechanical sampler for sampling mineral materials that: Meets the crushing or screening requirements of Section 1-05 6 5 Provide HMA sampling equipment that complies with WSDOT T168. Use a mechanical sampling device installed between the discharge of the silo and the truck transport, approved by the Engineer, or Platforms or devices to enable sampling from the truck transport without entering the truck transport for sampling HMA. 6 Provide for setup and operation of the Contracting Agency's field testing: As required in Section 3-01.2(2) 7 Provide screens or a lump breaker: When using any RAP or any RAS, to eliminate oversize RAP or RAS particles from entering the pug mill or drum mixer 5-04.3(3)B Hauling Equipment Provide HMA hauling equipment with tight, clean, smooth metal beds and a cover of canvas or other suitable material of sufficient size to protect the HMA from adverse weather Securely attach the cover to protect the HMA whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F Prevent HMA from adhering to the hauling equipment. Spray metal beds with an environmentally benign release agent. Drain excess release agent prior to filling hauling equipment with HMA. Do not use petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA. For hopper trucks, operate the conveyer during the process of applying the release agent 5-04.3(3)C Pavers Use self-contained, power -propelled pavers provided with an internally heated vibratory screed that is capable of spreading and finishing courses of HMA in lane widths required by the paving section shown in the Plans When requested by the Engineer, provide written certification that the paver is equipped with the most current equipment available from the manufacturer for the prevention of segregation of the coarse aggregate particles The certification shall list the make, model, and year of the paver and any equipment that has been retrofitted to the paver 20 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge115150 SPEC - W Parking Lot & Bridge Docx Operate the screed in accordance with the manufacturer's recommendations and in a manner to produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture Provide a copy of the manufacturer's recommendations upon request by the Contracting Agency Extensions to the screed will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed In the Travelled Way do not use extensions without both augers and an internally heated vibratory screed Equip the paver with automatic screed controls and sensors for either or both sides of the paver The controls shall be capable of sensing grade from an outside reference line, sensing the transverse slope of the screed, and providing automatic signals that operate the screed to maintain the desired grade and transverse slope Construct the sensor so it will operate from a reference line or a mat referencing device The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. Equip the paver with automatic feeder controls, properly adjusted to maintain a uniform depth of material ahead of the screed. Manual operation of the screed is permitted in the construction of irregularly shaped and minor areas These areas include, but are not limited to, gore areas, road approaches, tapers and left -turn channelizations When specified in the Contract, provide reference lines for vertical control Place reference lines on both outer edges of the Traveled Way of each Roadway Horizontal control utilizing the reference line is permitted Automatically control the grade and slope of intermediate lanes by means of reference lines or a mat referencing device and a slope control device When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line Substitution of the device will be subject to the continued approval of the Engineer A joint matcher may be used subject to the approval of the Engineer The reference line may be removed after completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor Furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08 6. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle Use a material transfer device (MTD) or material transfer vehicle (MTV) to deliver the HMA from the hauling equipment to the paving machine for any lift in (or partially in) the top 0 30 feet of the pavement section used in traffic lanes However, an MTDN is not required for HMA placed in irregularly shaped and minor areas such as tapers and turn lanes, or for HMA mixture that is accepted by Visual Evaluation At the Contractor's request the Engineer may approve paving without an MTDN, the Engineer will determine if an equitable adjustment in cost or time is due If a windrow elevator is used, the Engineer may limit the length of the windrow in urban areas or through intersections To be approved for use, an MTV 1 Shall be a self-propelled vehicle, separate from the hauling vehicle or paver. 21 G.\PROJECTS\2015\15150E\SPEC\W est Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge.Docx 2 Shall not connected to the hauling vehicle or paver 3 May accept HMA directly from the haul vehicle or pick up HMA from a windrow 4 Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine 5 Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture To be approved for use, an MTD 1 Shall be positively connected to the paver 2 May accept HMA directly from the haul vehicle or pick up HMA from a windrow 3 Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine 4 Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture 5-04.3(3)E Rollers Operate rollers in accordance with the manufacturer's recommendations When requested by the Engineer, provide a Type 1 Working Drawing of the manufacturer's recommendation for the use of any roller planned for use on the project. Do not use rollers that crush aggregate, produce pickup or washboard, unevenly compact the surface, displace the mix, or produce other undesirable results 5-04.3(4) Preparation of Existing Paved Surfaces Before constructing HMA on an existing paved surface, the entire surface of the pavement shall be clean Entirely remove all fatty asphalt patches, grease drippings, and other deleterious substances from the existing pavement to the satisfaction of the Engineer Thoroughly clean all pavements or bituminous surfaces of dust, soil, pavement grindings, and other foreign matter Thoroughly remove any cleaning or solvent type liquids used to clean equipment spilled on the pavement before paving proceeds Fill all holes and small depressions with an appropriate class of HMA. Level and thoroughly compact the surface of the patched area Apply a uniform coat of asphalt (tack coat) to all paved surfaces on which any course of HMA is to be placed or abutted Apply tack coat to cover the cleaned existing pavement with a thin film of residual asphalt free of streaks and bare spots Apply a heavy application of tack coat to all joints For Roadways open to traffic, limit the application of tack coat to surfaces that will be paved during the same working shift. Equip the spreading equipment with a thermometer to indicate the temperature of the tack coat material Do not operate equipment on tacked surfaces until the tack has broken and cured Repair tack coat damaged by the Contractor's operation, prior to placement of the HMA. Unless otherwise approved by the Engineer, use cationic emulsified asphalt CSS -1, CSS -1h, STE-1, or Performance Graded (PG) asphalt for tack coat. The CSS -1 and CSS -1h may be diluted with water at a rate not to exceed one part water to one part emulsified asphalt Do not allow the tack coat material to exceed the maximum temperature recommended by the asphalt supplier When shown in the Plans, prelevel uneven or broken surfaces over which HMA is to be placed by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer 22 G\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx 5-04.3(4)A Crack Sealing 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks 1/4 inch in width and greater Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material Do not overheat pavement. Do not use direct flame dryers Routing cracks is not required Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS -1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the crack Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry Do not place the HMA overlay until the slurry has fully cured Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer's recommendations Furnish a Type 1 Working Drawing of the manufacturer's product information and recommendations to the Engineer prior to the start of work, including the manufacturer's recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack Clean any overflow of sealant from the pavement surface If, in the opinion of the Engineer, the Contractor's method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows 1 Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant. 2 Cracks greater than 1 inch in width — fill with sand slurry. 5-04.3(4)B Soil Residual Herbicide Where shown in the Plans, apply one application of an approved soil residual herbicide Comply with Section 8-02 3(3)B Complete paving within 48 hours of applying the herbicide Use herbicide registered with the Washington State Department of Agriculture for use under pavement. Before use, obtain the Engineer's approval of the herbicide and the proposed rate of application Include the following information in the request for approval of the material. 1 Brand Name of the Material, 2 Manufacturer, 3 Environmental Protection Agency (EPA) Registration Number, 4 Material Safety Data Sheet, and 23 G\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge Docx 5 Proposed Rate of Application 5-04.3(4)C Pavement Repair Excavate pavement repair areas and backfill these with HMA in accordance with the details shown in the Plans and as staked Conduct the excavation operations in a manner that will protect the pavement that is to remain Repair pavement not designated to be removed that is damaged as a result of the Contractor's operations to the satisfaction of the Engineer at no cost to the Contracting Agency Excavate only within one lane at a time unless approved otherwise by the Engineer Do not excavate more area than can be completely backfilled and compacted during the same shift. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1 0 feet. The Engineer will make the final determination of the excavation depth required The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans Before any excavation, sawcut the perimeter of the pavement area to be removed unless the pavement in the pavement repair area is to be removed by a pavement grinder Excavated materials shall be the property of the Contractor and shall be disposed of in a Contractor -provided site off the Right of Way or used in accordance with Sections 2- 02 3(3) or 9-03.21 Apply a heavy application of tack coat to all surfaces of existing pavement in the pavement repair area, in accordance with Section 5-04 3(4) Place the HMA backfill in lifts not to exceed 0 35 -foot compacted depth Thoroughly compact each lift by a mechanical tamper or a roller 5-04.3(5) Producing/Stockpiling Aggregates, RAP, & RAS Produce aggregate in compliance with Section 3-01 Comply with Section 3-02 for preparing stockpile sites, stockpiling, and removing from stockpile each of the following aggregates, RAP, and RAS Provide sufficient storage space for each size of aggregate, RAP and RAS Fine aggregate or RAP may be uniformly blended with the RAS as a method of preventing the agglomeration of RAS particles Remove the aggregates, RAP and RAS from stockpile(s) in a manner that ensures minimal segregation when being moved to the HMA plant for processing into the final mixture Keep different aggregate sizes separated until they have been delivered to the HMA plant. 5-04.3(5)A Stockpiling RAP or RAS for High RAP/Any RAS Mixes Do not place any RAP or RAS into a stockpile which has been sequestered for a High RAP/Any RAS mix design Do not incorporate any RAP or RAS into a High RAP/Any RAS mixture from any source other than the stockpile which was sequestered for approval of that particular High RAP/Any RAS mix design RAP that is used in a Low RAP/No RAS mix is not required to come from a sequestered stockpile 5-04.3(6) Mixing The asphalt supplier shall introduce anti -stripping additive, in the amount designated on the QPL for the mix design, into the asphalt binder prior to shipment to the asphalt mixing plant Anti -strip is not required for temporary work that will be removed prior to Physical Completion 24 G \PROJECTS12015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Use asphalt binder of the grade, and from the supplier, in the approved mix design Prior to introducing reclaimed materials into the asphalt plant, remove wire, nails, and other foreign material Discontinue use of the reclaimed material if the Engineer, in their sole discretion, determines the wire, nails, or other foreign material to be excessive Size RAP and RAS prior to entering the mixer to provide uniform and thoroughly mixed HMA. If there is evidence of the RAP or RAS not breaking down during the heating and mixing of the HMA, immediately suspend the use of the RAP or RAS until changes have been approved by the Engineer After the required amount of mineral materials, RAP, RAS, new asphalt binder and recycling agent have been introduced into the mixer, mix the HMA until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, RAP and RAS is ensured Upon discharge from the mixer, ensure that the temperature of the HMA does not exceed the optimum mixing temperature shown on the approved Mix Design Report by more than 25°F, or as approved by the Engineer When a WMA additive is included in the manufacture of HMA, do not heat the WMA additive (at any stage of production including in binder storage tanks) to a temperature higher than the maximum recommended by the manufacturer of the WMA additive A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing If the water in the HMA causes any of these problems, reduce the moisture content. During the daily operation, HMA may be temporarily held in approved storage facilities Do not incorporate HMA into the Work that has been held for more than 24 hours after mixing Provide an easily readable, low bin -level indicator on the storage facility that indicates the amount of material in storage Waste the HMA in storage when the top level of HMA drops below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Dispose of rejected or waste HMA at no expense to the Contracting Agency 5-04.3(7) Spreading and Finishing Do not exceed the maximum nominal compacted depth of any layer in any course, as shown in Table 6, unless approved by the Engineer Table 6 Maximum Nominal Compacted Depth of Any Layer HMA Class Wearing Course Other than Wearing Course 1 inch 0 35 feet 0 35 feet 3/4 and 1/2 inch 0 30 feet 0 35 feet 3/8 inch 0 15 feet 0 15 feet Use HMA pavers complying with Section 5-04 3(3) to distribute the mix On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, place the material produced for each JMF with separate spreading and compacting equipment. Do not intermingle HMA produced from more than one JMF Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF 25 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC - W Parking Lot & Bridge Docx 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA Sample aggregate for meeting the requirements of Section 3-04 prior to being incorporated into HMA. (The acceptance data generated for the Section 3-04 acceptance analysis will not be commingled with the acceptance data generated for the Section 5- 04 3(9) acceptance analysis ) Aggregate acceptance samples shall be taken as described in Section 3-04 Aggregate acceptance testing will be performed by the Contracting Agency Aggregate contributed from RAP and/or RAS will not be evaluated under Section 3-04 For aggregate that will be used in HMA mixture which will be accepted by Statistical Evaluation, the Contracting Agency's acceptance of the aggregate will be based on 1 Samples taken prior to mixing with asphalt binder, RAP, or RAS, 2 Testing for the materials properties of fracture, uncompacted void content, and sand equivalent; 3 Evaluation by the Contracting Agency in accordance with Section 3-04, including price adjustments as described therein For aggregate that will be used in HMA which will be accepted by Visual Evaluation, evaluation in accordance with items 1, 2, and 3 above is at the discretion of the Engineer 5-04.3(9) HMA Mixture Acceptance The Contracting Agency will evaluate HMA mixture for acceptance by one of two methods as determined from the criteria in Table 7 Table 7 Basis of Acceptance for HMA Mixture Visual Evaluation Statistical Evaluation Criteria for Selecting the Evaluation Method • Commercial HMA placed at any location • Any HMA placed in o sidewalks o road approaches o ditches 0 slopes o paths o trails c gores o prelevel o temporary pavement' o pavement repair • Other nonstructural applications of HMA as approved by the Engineer • All HMA mixture other than that accepted by Visual Evaluation 'Temporary pavement is HMA that will be removed before Physical Completion of the Contract. 5-04.3(9)A Test Sections This Section applies to HMA mixture accepted by Statistical Evaluation A test section is not allowed for HMA accepted by Visual Evaluation 26 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bodge Oocx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The purpose of a test section is to determine whether or not the Contractor's mix design and production processes will produce HMA meeting the Contract requirements related to mixture Construct HMA mixture test sections at the beginning of paving, using at least 600 tons and a maximum of 1,000 tons or as specified by the Engineer Each test section shall be constructed in one continuous operation 5-04.3(9)A1 Test Section — When Required, When to Stop Use Tables 8 and 9 to determine when a test section is required, optional, or not allowed, and to determine when performing test sections may end Each mix design will be evaluated independently for the test section requirements If more than one test section is required, each test section shall be evaluated separately by the criteria in table 8 and 9 Table 8 Criteria for Conducting and Evaluating HMA Mixture Test Sections (For HMA Mixture Accepted by Statistical Evaluation) High RAP/Any RAS Low RAP/No RAS Is Mixture Test Section Optional or Mandatory? Mandatory' At Contractor's Option Waiting period after paving the test section 4 calendar days2 4 calendar days2 What Must Happen to Stop Performing Testtest Sections? Meet "Results Required to Stop Performing Test Sections" in Table 9 for High RAP/Any RAS Provide samples and respond to WSDOT results required by Table 9 for Low RAP/No RAS 1 If a mix design has produced an acceptable test section on a previous contract (paved in the same calendar year, from the same plant, using the same JMF) the test section may be waived if approved by the Engineer 2This is to provide time needed by the Contracting Agency to complete testing and the Contractor to adjust the mixture in response to those test results Paving may resume when this is done. 27 G:\PROJECTS \2015115150E \SPEC \West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bridge Docx Table 9 Results Required to Stop Performing HMA Mixture Test Sections' (For HMA Mixture Accepted by Statistical Evaluation) Test Property Type of HMA High RAP/Any RAS Low RAP/No RAS Gradation Minimum PF, of 0 95 based on the criteria in Section 5-04 3(9)B42 None4 Asphalt Binder Minimum PF, of 0 95 based on the criteria in Section 5-04 3(9)B42 None4 Va Minimum PF, of 0 95 based on the criteria in Section 5-04 3(9)B42 None4 Hamburg Wheel Track Indirect Tensile Strength Meet requirements of Section 9-03 8(2) 3 These tests will not be done as part of Test Section Aggregates Sand Equivalent Uncompacted Void Content Fracture Nonstatistical Evaluation in accordance with the requirements of Section 3-043 None3 'In addition to the requirements of this table, acceptance of the HMA mixture used in each test section is subject to the acceptance criteria and price adjustments for Statistical Evaluation (see Table 9a) 2Divide the test section lot into three sublots, approximately equal in size Take one sample from each sublot, and test each sample for the property in the first column 3Take one sample for each test section lot Test the sample for the properties in the first column 4Divide the test section lot into three sublots, approximately equal in size Take one sample from each sublot, and test each sample for the property in the first column There are no criteria for discontinuing test sections for these mixes, however, the contractor must comply with Section 5-04 3(11)F before resuming paving 28 G\PROJECTS \2015115150EISPEC\West Parking Lot And Bndge\15150 SPEC - W Parking Lot & Bridge Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5-O4.3(9)A2 Test Section — Evaluating the HMA Mixture in a Test Section The Engineer will evaluate the HMA mixture in each test section for rejection, acceptance, and price adjustments based on the criteria in Table 9a using the data generated from the testing required by Table 9 Each test section shall be considered a separate lot. Table 9a Acceptance Criteria for HMA Mixture Placed in a Test Section (For HMA Mixture Accepted by Statistical Evaluation) Test Property Type of HMA High RAP/Any RAS Low RAP/No RAS Gradation Asphalt Binder Va Statistical Evaluation Statistical Evaluation Hamburg Wheel Track Indirect Tensile Strength Pass/Fail for the requirements of Section 9-03 8(2)1 N/A HMA Aggregate Sand Equivalent Uncompacted Void Content Nonstatistical Evaluation in accordance with the requirements of Section 3-04 Nonstatistical Evaluation in accordance with the requirements of Section 3-04 1Failure to meet the specifications for Hamburg and/or IDT will cause the mixture in the test section to be rejected Refer to Section 5-04 3(11) 5-04.3(9)B Mixture Acceptance — Statistical Evaluation 5-04.3(9)B1 Mixture Statistical Evaluation — Lots and Sublots HMA mixture which is accepted by Statistical Evaluation will be evaluated by the Contracting Agency dividing that HMA tonnage into mixture lots, and each mixture lot will be evaluated using stratified random sampling by the Contracting Agency sub -dividing each mixture lot into mixture sublots All mixture in a mixture lot shall be of the same mix design The mixture sublots will be numbered in the order in which the mixture (of a particular mix design) is paved Each mixture lot comprises a maximum of 15 mixture sublots, except: • The final mixture lot of each mix design on the Contract will comprise a maximum of 25 sublots • A mixture lot for a test section will consist of three sublots Each mixture sublot shall be approximately uniform in size with the maximum mixture sublot size as specified in Table 10 The quantity of material represented by the final mixture sublot of the project, for each mix design on the project, may be increased to a maximum of two times the mixture sublot quantity calculated 29 G \PROJECTS\2015\15150E1SPEC\West Parking Lot And Bndge\15150 SPEC - W Parking Lot & Bridge.Docx Table 10 Maximum HMA Mixture For HMA Accepted by Sublot Size Statistical Evaluation HMA Original Plan Quantity (tons)1 Maximum Sublot Size (tons)2 < 20,000 1,000 20,000 to 30,000 1,500 >30,000 2,000 1 "Plan quantity" means the plan quantity of all HMA of the same class and binder grade which is accepted by Statistical Evaluation 2 The maximum sublot size for each combination of HMA class and binder grade shall be calculated separately For a mixture lot in progress with a mixture CPF less than 0 75, a new mixture lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced See also Section 5-04 3(11)F • If, before completing a mixture lot, the Contractor requests a change to the JMF which is approved by the Engineer, the mixture produced in that lot after the approved change will be evaluated on the basis of the changed JMF, and the mixture produced in that lot before the approved change will be evaluated on the basis of the unchanged JMF, however, the mixture before and after the change will be evaluated in the same lot. Acceptance of subsequent mixture lots will be evaluated on the basis of the changed JMF 5-04.3(9)62 Mixture Statistical Evaluation — Sampling Comply with Section 1-06.2(1) Samples of HMA mixture which is accepted by Statistical Evaluation will be randomly selected from within each sublot, with one sample per sublot. The Engineer will determine the random sample location using WSDOT Test Method T 716 The Contractor shall obtain the sample when ordered by the Engineer The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with FOP for WAQTC T 168 5-04.3(9)63 Mixture Statistical Evaluation — Acceptance Testing Comply with Section 1-06.2(1) The Contracting Agency will test the mixture sample from each sublot (including sublots in a test section) for the properties shown in Table 11 Table 11 Testing Required for each HMA Mixture Sublot Test Procedure Performed by Va WSDOT SOP 731 Engineer Asphalt Binder Content FOP for AASHTO T 308 Engineer Gradation Percent Passing 11/2", 1", 3/4", 1/2", %", No 4, No 8, No 200 FOP for WAQTC T 27/T 11 Engineer 30 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge'15150 SPEC - W Parking Lot & Bridge Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The mixture samples and tests taken for the purpose of determining acceptance of the test section (as described in Section 5-04 3(9)A) shall also be used as the test results for acceptance of the mixture described in 5-04 3(9)63, 5-04 3(9)64, 5-04.3(9)65, and 5-04 3(9)66. 5-04.3(9)64 Mixture Statistical Evaluation — Pay Factors Comply with Section 1-06.2(2) The Contracting Agency will determine a pay factor (PF;) for each of the properties in Table 11, for each mixture lot, using the quality level analysis in Section 1-06.2(2)D. For Gradation, a pay factor will be calculated for each of the sieve sizes listed in Table 11 which is equal to or smaller than the maximum allowable aggregate size (100 percent passing sieve) of the HMA mixture The USL and LSL shall be calculated using the Job Mix Formula Tolerances (for Statistical Evaluation) in Section 9-03 8(7) If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1 00 in calculating the Composite Pay Factor (CPF). 5-04.3(9)65 Mixture Statistical Evaluation — Composite Pay Factors (CPF) Comply with Section 1-06.2(2) In accordance with Section 1-06.2(2)D4, the Contracting Agency will determine a Composite Pay Factor (CPF) for each mixture lot from the pay factors calculated in Section 5-04 3(9)B4, using the price adjustment factors in Table 12. Unless otherwise specified, the maximum CPF for HMA mixture shall be 1 05 Table 12 HMA Mixture Price Adjustment Factors Constituent Factor "f" All aggregate passing: 11/2", 1", 3/4', 1/3", 3/e" and No 4 sieves 2 All aggregate passing No 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) 20 5-04.3(9)66 Mixture Statistical Evaluation — Price Adjustments For each HMA mixture lot, a Job Mix Compliance Price Adjustment will be determined and applied, as follows JMCPA = [0 60 x (CPF — 1.00)] x Q x UP W here JMCPA = Job Mix Compliance Price Adjustment for a given lot of mixture ($) CPF = Composite Pay factor for a given lot of mixture (maximum is 1 05) Q = Quantity in a given lot of mixture (tons) UP = Unit price of the HMA in a given lot of mixture ($/ton) 31 a \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge.Docx 5-04.3(9)B7 Mixture Statistical Evaluation — Retests The Contractor may request that a mixture sublot be retested To request a retest, submit a written request to the Contracting Agency within 7 calendar days after the specific test results have been posted to the website or emailed to the Contractor, whichever occurs first The Contracting Agency will send a split of the original acceptance sample for testing by the Contracting Agency to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Engineer The Contracting Agency will not test the split of the sample with the same equipment or by the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and Va, and the results of the retest will be used for the acceptance of the HMA mixture in place of the original mixture sublot sample test results The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $250 per sample 5-04.3(9)C Vacant 5-04.3(9)D Mixture Acceptance — Visual Evaluation Visual Evaluation of HMA mixture will be by visual inspection by the Engineer or, in the sole discretion of the Engineer, the Engineer may sample and test the mixture 5-04.3(9)D1 Mixture Visual Evaluation — Lots, Sampling, Testing, Price Adjustments HMA mixture accepted by Visual Evaluation will not be broken into lots unless the Engineer determines that testing is required When that occurs, the Engineer will identify the limits of the questionable HMA mixture, and that questionable HMA mixture shall constitute a lot Then, the Contractor will take samples from the truck, or the Engineer will take core samples from the roadway at a minimum of three random locations from within the lot, selected in accordance with WSDOT Test Method T 716, taken from the roadway in accordance with WSDOT SOP 734, and tested in accordance with WSDOT SOP 737 The Engineer will test one of the samples for all constituents in Section 5-04 3(9)B3 If all constituents from that test fall within the Job Mix Formula Tolerances (for Visual Evaluation) in Section 9-03 8(7), the lot will be accepted at the unit Contract price with no further evaluation When one or more constituents fall outside those tolerance limits, the other samples will be tested for all constituents in Section 5-04 3(9)63, and a Job Mix Compliance Price Adjustment will be calculated in accordance with Table 13 Table 13 Visual Evaluation — Out of Tolerance Procedures Comply with the Following Pay Factors1 Section 5-04 3(9)B4 Composite Pay Factors2 Section 5-04 3(9)B5 Price Adjustments Section 5-04 3(9)B6 1The Visual Evaluation tolerance limits in Section 9-03 8(7) will be used in the calculation of the PF, 2The maximum CPF shall be 1 00 5-04.3(9)E Mixture Acceptance — Notification of Acceptance Test Results The results of all mixture acceptance testing and the Composite Pay Factor (CPF) of the lot after three sublots have been tested will be available to the Contractor through The Contracting Agency's website 32 G \ PROJECTS \2015\15150E1SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The unit Contract price per ton for "HMA CI _ PG ", "HMA for Approach CI _ PG " "HMA for Preleveling Cl. _ PG ", "HMA for Pavement Repair CI _ PG ", and "Commercial HMA" shall be full compensation for all costs, including anti -stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal "Crack Sealing -FA", by force account. "Crack Sealing -FA" will be paid for by force account as specified in Section 1-09 6 For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the total Bid by the Contractor "Crack Sealing -LF", per linear foot. The unit Contract price per linear foot for "Crack Sealing -LF" shall be full payment for all costs incurred to perform the Work described in Section 5-04 3(4)A. "Soil Residual Herbicide ft. Wide", per mile, or "Soil Residual Herbicide", per square yard The unit Contract price per mile or per square yard for "Soil Residual Herbicide" shall be full payment for all costs incurred to obtain, provide and install herbicide in accordance with Section 5-04 3(4)B "Pavement Repair Excavation Incl Haul", per square yard The unit Contract price per square yard for "Pavement Repair Excavation Incl Haul" shall be full payment for all costs incurred to perform the Work described in Section 5-04 3(4)C with the exception, however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for "HMA for Pavement Repair CI _ PG ", per ton. "Asphalt for Fog Seal", per ton Payment for "Asphalt for Fog Seal" is described in Section 5-02 5 "Longitudinal Joint Seal", per linear foot. The unit Contract price per linear foot for "Longitudinal Joint Seal" shall be full payment for all costs incurred to construct the longitudinal joint between HMA and cement concrete pavement, as described in Section 5-04.3(12)B "HMA Sawcut And Seal", per linear foot. The unit Contract price per linear foot for "HMA Sawcut And Seal" shall be full payment for all costs incurred to perform the Work described in Section 5-04 3(12)B1 "Paved Panel Joint Seal", per linear foot. The unit Contract price per linear foot for "Paved Panel Joint Seal" shall be full payment for all costs incurred to perform the Work described in Section 5-04 3(12)B2. "Planing Bituminous Pavement", per square yard The unit Contract price per square yard for "Planing Bituminous Pavement" shall be full payment for all costs incurred to perform the Work described in Section 5-04 3(14) "Temporary Pavement Marking", per linear foot. Payment for "Temporary Pavement Marking" is described in Section 8-23 5 "Water", per M gallon. Payment for "Water" is described in Section 2-07 5 "Job Mix Compliance Price Adjustment", by calculation "Job Mix Compliance Price Adjustment" will be calculated and paid for as described in Section 5-04 3(9)B6 and 5-04 3(9)D1 "Compaction Price Adjustment", by calculation 43 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bridge.Docx "Compaction Price Adjustment" will be calculated and paid for as described in Section 5- 04 3(10)C3 "HMA Core — Bridge", per each The unit Contract price per each for "HMA Core — Bridge" shall be full payment for all costs, including traffic control, associated with taking HMA density cores in pavement that is on a bridge deck "HMA Core — Roadway", per each The unit Contract price per each for "HMA Core — Roadway" shall be full payment for all costs, including traffic control, associated with taking HMA density cores in pavement that is not on a bridge deck "Cyclic Density Price Adjustment", by calculation "Cyclic Density Price Adjustment" will be calculated and paid for as described in Section 5- 04 3(10)B SECTION 5-05, CEMENT CONCRETE PAVEMENT JANUARY 3, 2017 5-05.3(1) CONCRETE MIX DESIGN FOR PAVING In last sentence of the second paragraph of item number 1, the reference to "Section 9-01.2(4)" is revised to read "Section 9-01.2(1)B" The following is inserted after item number 2 3 Mix Design Modifications - The Contractor may initiate adjustments to the aggregate proportions of the approved mix design An adjustment in both the fine and coarse aggregate batch target weights of plus or minus 200 pounds per cubic yard will be allowed without resubmittal of the mix design The adjusted aggregate weights shall become the new batch target weights for the mix design Item number 3 is renumbered to 4 and revised (up until the table) to read 4 Conformance to Mix Design - Cement and coarse and fine aggregate weights shall be within the following tolerances of the batch target weights of the mix design Portland Cement Concrete Batch Weights Cement +5% -1% Coarse Aggregate +2% -2% Fine Aggregate +2% -2% 5-05.3(3)B MIXING EQUIPMENT The last sentence of item number 4 is revised to read Plant -mixed concrete may be transported in nonagitated vehicles provided that the concrete is in a workable condition when placed and a discharge is completed within 45 minutes after the introduction of mixing water to the cement and aggregates, or b discharge is completed within 60 minutes after the introduction of mixing water to the cement and aggregates, provided the concrete mix temperature is 70°F or below during placement, or c discharge is completed within 60 minutes after the introduction of mixing water to the cement and aggregates, provided the mix contains an approved set retarder at the manufacturer's minimum dosage rate 44 G\PROJECTS12015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5-05.3(6) SUBGRADE This section, including title, is revised to read 5-05.3(6) Surface Preparation The Subgrade surface shall be prepared and compacted a minimum of 3 feet beyond each edge of the area which is to receive concrete pavement in order to accommodate the slip -form equipment. Concrete shall not be placed during a heavy rainfall Prior to placing concrete 1 The surface shall be moist; 2 Excess water (e g , standing, pooling or flowing) shall be removed from the surface. 3 The surface shall be clean and free of any deleterious materials 4 The surface temperature shall not exceed 120°F or be frozen 5-05.3(7)A SLIP -FORM CONSTRUCTION The second sentence of the first paragraph is revised to read: The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose, or by an electronic control system capable of controlling the line and grade within required tolerances. SECTION 6-02, CONCRETE STRUCTURES APRIL 3, 2017 6-02.3(2) PROPORTIONING MATERIALS In the sixth paragraph, the reference to "Section 9-01.2(4)" is revised to read "9-01 2(1)B" 6-02.3(2)A CONTRACTOR MIX DESIGN The following new sentence is inserted after the first sentence of the third paragraph The mix design submittal shall also include test results no older than one year showing that the Aggregates do not contain Deleterious Substances in accordance with Section 9-03 6-02.3(2)A1 CONTRACTOR MIX DESIGN FOR CONCRETE CLASS 4000D The following new sentence is inserted after the second sentence of the last paragraph Mix designs using shrinkage reducing admixture shall state the specific quantity required The following new sentence is inserted before the last sentence of the last paragraph Testing samples of mixes using shrinkage reducing admixture shall use the admixture amount specified in the mix design submittal 6-02.3(2)B COMMERCIAL CONCRETE The last sentence of the first paragraph is revised to read Commercial concrete does not require mix design or source approvals for cement, aggregate, and other admixtures 45 G\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx 6-02.3(6)A1 HOT WEATHER PROTECTION This section is revised to read The Contractor shall provide concrete within the specified temperature limits Cooling of the coarse aggregate piles by sprinkling with water is permitted provided the moisture content is monitored and the mixing water is adjusted for the free water in the aggregate Shading or cooling aggregate piles (sprinkling of fine aggregate piles with water is not allowed) If sprinkling of the coarse aggregates is to be used, the piles moisture content shall be monitored and the mixing water adjusted for the free water in the aggregate In addition, when removing the coarse aggregate, it shall be removed from at least 1 foot above the bottom of the pile Refrigerating mixing water; or replacing all or part of the mixing water with crushed ice, provided the ice is completely melted by placing time If air temperature exceeds 90°F, the Contractor shall use water spray or other accepted methods to cool all concrete -contact surfaces to less than 90°F These surfaces include forms, reinforcing steel, steel beam flanges, and any others that touch the mix. 6-02.3(6)A2 COLD WEATHER PROTECTION This section is revised to read Concrete shall be maintained at or above a temperature of 40°F during the first seven days of the Cold Weather Protection Period and at or above a temperature of 35°F during the remainder of the Cold Weather Protection Period Cold weather protection requirements do not apply to concrete in shafts and piles placed below the ground line Prior to placing concrete in cold weather, the Contractor shall submit a Type 2 Working Drawing with a written procedure for cold weather concreting The procedure shall detail how the Contractor will adequately cure the concrete and prevent the concrete temperature from falling below the minimum temperature Extra protection shall be provided for areas especially vulnerable to freezing (such as exposed top surfaces, corners and edges, thin sections, and concrete placed into steel forms) Concrete placement will only be allowed if the Contractor's cold weather protection plan has been accepted by the Engineer Prior to concrete placement, the Contractor shall review the 7 -day temperature predictions for the job site from the Western Region Headquarters of the National Weather Service (www wrh noaa gov). When temperatures below 35°F are predicted, the Contractor shall. 1 Install temperature data loggers in each concrete pour One data logger shall be installed for every 100 yards of concrete placed Data loggers shall be installed at locations directed by the Engineer, and shall be placed 1 5 inches from the face of concrete 2 Immediately after concrete placement, temperature data loggers shall be installed on the concrete surface at locations directed by the Engineer One data logger shall be installed for every 100 yards of concrete placed The data loggers shall be operated continuously during the Cold Weather Protection Period Temperatures shall be measured, recorded and stored a minimum of every 30 minutes Temperature data shall be submitted to the Engineer as a Type 1 Working Drawing within three days following the end of the Cold Weather Protection Period For each day that the concrete temperature falls below 40°F during the first seven days of the Cold Weather Protection Period, no curing time is awarded for that day and the Cold Weather Protection Period is extended for one additional day If the concrete temperature falls below 35°F during Cold Weather Protection Period, the concrete may be rejected by the Engineer 46 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx 6-02.3(7) CONCRETE EXPOSED TO SEA WATER This section including title is revised to read 6-02.3(7) Vacant 6-02.3(8) CONCRETE EXPOSED TO ALKALINE SOILS OR WATER This section including title is revised to read. 6-02.3(8) Vacant 6-02.3(17)K CONCRETE FORMS ON STEEL SPANS In the last paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325" 6-02.3(17)N REMOVAL OF FALSEWORK AND FORMS The fifth paragraph is deleted 6-02.3(25) PRESTRESSED CONCRETE GIRDERS Under the heading "Prestressed Concrete Slab Girder", the second sentence is deleted 6-02.3(25)A SHOP DRAWINGS The sixth paragraph is deleted 6-02.3(25)F PRESTRESS RELEASE The last two sentences of the last paragraph are deleted and replaced with the following single sentence. This request shall be submitted as a Type 2E Working Drawing analyzing changes in vertical deflection, girder lateral stability and concrete stresses in accordance with Section 6-02.3(25)L2 6-02.3(25)H FINISHING Item number 2 in the first paragraph is revised to read 2 The bottoms, sides, and tops of the lower flanges on all girders, including the top of the bottom slab between the tub girder webs. 6-02.3(25)1 FABRICATION TOLERANCES Items 4 and 5 in the first paragraph are revised to read 4. Flange Depth ± 1/4 inch 5 Strand Position Individual strands. ± 1/4 inch Bundled strands ± 1/2 inch Harped strand group center of gravity at the girder ends ± 1 inch Items 7, 8 and 9 in the first paragraph are revised to read 7 Position of an Interior Void, vertically and horizontally' ± 1/2 inch 8 Bearing Recess (center of recess to girder end) ± % inch 9 Girder Ends (deviation from square or designated skew) Horizontal: ± 1/8 inch per foot of girder width, up to a maximum of ± 1/2 inch Vertical. ± 3/16 inch per foot of girder depth, up to a maximum of ± 11/2 inch 47 G\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bridge.Docx Items 14 and 15 in the first paragraph are revised to read 14 Local smoothness of any surface ± 1/4 inch in 10 feet. 15 Differential Camber between Girders in a Span (measured in place at the job site) For wide flange deck and deck bulb tee girders with a cast -in-place reinforced concrete deck Cambers shall be equalized when the differences in cambers between adjacent girders exceeds ± 3/4 inch For wide flange deck, deck bulb tee and slab girders without a cast -in-place reinforced concrete deck Cambers shall be equalized when the differences in cambers between adjacent girders exceeds ± 1/4 inch Item 17 in the first paragraph is revised to read 17 Position of Lifting Embedments ± 3 inches longitudinal, ± 1/4 inch transverse 6-02.3(25)J HORIZONTAL ALIGNMENT This section is revised to read The Contractor shall check and record the horizontal alignment (sweep) of each girder at the following times 1 Initial — Upon removal of the girder from the casting bed 2 Shipment —Within 14 days prior to shipment; and 3 Erection — After girder erection and cutting temporary top strands but prior to any equalization, welding ties or placement of diaphragms Horizontal alignment of the top and bottom flanges shall be checked and recorded Alternatively, the Contractor may check and record the horizontal alignment of the web near mid -height of the girder Each check shall be made by measuring the maximum offset at mid -span relative to a chord that starts and stops at the girder ends The Contractor shall check and record the alignment at a time when the girder is not influenced by temporary differences in surface temperature Records for the initial check (item 1 above) shall be included in the Contractor's prestressed concrete certificate of compliance Records for all other checks shall be submitted as a Type 1 Working Drawing For each check (Items 1 to 3 above), the alignment shall not be offset more than 1/s inch for each 10 feet of girder length Girders not meeting this tolerance for the shipment check (Item 2 above) shall require an analysis of girder lateral stability and stresses in accordance with Section 6-02 3(25)L1 The Contractor shall perform this analysis and submit it as a Type 2E Working Drawing prior to shipment of the girder Any girder that exceeds an offset of 1/8 inch for each 10 feet of girder length for the erection check (Item 3 above) shall be corrected at the job site to the 1/8 inch maximum offset per 10 feet of girder length before concrete is placed into the diaphragms The Contractor shall submit a Type 2 Working Drawing for any required corrective action The maximum distance between the side of a prestressed concrete slab girder, or the edge of the top flange of a wide flange deck, wide flange thin deck or deck bulb tee girder, and a chord that extends the full length of the girder shall be ±1/2 inch after erection (Item 3 above) 48 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge \15150 SPEC -W Parking Lot & Bridge.Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6-02.3(25)K VERTICAL DEFLECTION Items 2 and 3 in the first paragraph are revised to read 2. Shipment— Within 14 days prior to shipment; 3 Erection — After girder erection and cutting temporary top strands but prior to any equalization, welding ties or placement of diaphragms The following new paragraph is inserted after the second paragraph Girders with vertical deflections not meeting the limit shown in the Plans for the shipment check (Item 2 above) shall require an analysis of girder lateral stability and stresses in accordance with Section 6-02 3(25)L1 The Contractor shall perform this analysis and submit it as a Type 2E Working Drawing prior to shipment. The following new sentence is inserted after the second sentence of the fourth to last paragraph Any diaphragms are assumed to be placed The last three paragraphs are deleted and replaced with the following. If the girder vertical deflection measured for the erection check (Item 3 above) is not between the lower "D" dimension bound shown in the Plans and the upper "D" dimension bound shown in the Plans plus 3/4 inches, the Engineer may require corrective action The Contractor shall submit a Type 2 Working Drawing for any required corrective action 6-02.3(25)L HANDLING AND STORAGE The second paragraph is revised to read. For strand lift loops, only 1A -inch diameter or 0 6 -inch diameter strand conforming to Section 9-07 10 shall be used, and a minimum 2 -inch diameter straight pin of a shackle shall be used through the loops Multiple loops shall be held level in the girder during casting in a manner that allows each loop to carry its share of the load during lifting The minimum distance from the end of the girder to the centroid of the strand lift loops shall be 3 feet The loops for all prestressed concrete girders, with the exception of prestressed concrete slab girders, shall project a minimum of 1'-6" from the top of the girder The loops for prestressed concrete slab girders shall project a minimum of 4 inches. Loops shall extend to within 3 inches clear of the bottom of the girder, terminating with a 9 -inch long 90 - degree hook Loads on individual loops shall be limited to 12 kips, and all girders shall be picked up at a minimum angle of 60 degrees from the top of the girder The third sentence of the fourth paragraph is revised to read Alternatively, these temporary strands may be post -tensioned provided the strands are stressed on the same day that the permanent prestress is released into the girder and the strands are tensioned prior to lifting the girder. The second to last sentence of the fourth paragraph is revised to read: When the post -tensioned alternative is used, the Contractor shall be responsible for properly sizing the anchorage plates, and configuring the reinforcement adjacent to the anchorage plates, to prevent bursting or splitting of the concrete in the top flange The second to last pargraph is deleted. This section is supplemented with the following new subsections. 49 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx 6-02.3(25)L1 Girder Lateral Stability and Stresses The Contractor shall be responsible for safely lifting, storing, shipping and erecting prestressed concrete girders The Contract documents may provide shipping and handling details for girders including lifting embedment locations (L), shipping support locations (Li and L2), minimum shipping support rotational spring constants (Ke), minimum shipping support center -to -center wheel spacings (Wcc), vertical deflections and number of temporary top strands These shipping and handling details have been determined in accordance with Section 6-02 3(25)L2 The Contractor shall submit a Type 2E Working Drawing analyzing girder lateral stability and concrete stresses during lifting, storage, shipping and erection in accordance with Section 6- 02 3(25)L2 in the following cases 1 Any of the analysis assumptions listed in Section 6-02 3(25)L2 are invalid Determination of validity shall be made by the Contractor, except that analysis assumptions shall be considered invalid if the actual values are outside of the provided tolerances 2 The Contractor intends to alter the shipping and handling details provided in the Contract documents 3 The Contract documents do not provide shipping and handling details 6-02.3(25)L2 Lateral Stability and Stress Analysis Analysis for girder lateral stability and concrete stresses during lifting, storage, shipping and erection shall be in accordance with the PCI Recommended Practice for Lateral Stability of Precast, Prestressed Concrete Bridge Girders, First Edition, Publication CB -02-16-E and the AASHTO LRFD Bridge Design Specifications edition identified in the Contract documents The following design criteria shall be met: 1 Factor of Safety against cracking shall be at least 1 0 2 Factor of Safety against failure shall be at least 1 5 3 Factor of Safety against rollover shall be at least 1 5 4 Allowable concrete stresses shall be as specified in Section 6-02 3(25)L3 The analysis shall address any effects on girder vertical deflection (camber), "A" dimensions at centerline of bearings and deck screed cambers (C) Shipping and handling details provided in the Contract documents have been determined using the following analysis assumptions 1 Girder dimensions, strand locations and lifting embedment locations are within the tolerances specified in Section 6-02 3(25)1 2 Girder horizontal alignment (sweep) is within the tolerance specified in Section 6-02 3(25)J 3 Girder vertical deflection (camber) at midspan is less than or equal to the value shown in the Plans for shipping 4 Minimum concrete compressive strength at release (f'c,) has been reached before initial lifting from casting bed Minimum concrete compressive strength at 28 days (f'c) has been reached before shipping 5 Height of girder bottom above roadway at shipping supports is less than or equal to 72 inches 50 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6. Height of shipping support roll center above roadway is 24 inches, ± 2 inches 7 Shipping support longitudinal placement (L, and L2) tolerance is ± 6 inches 8 Shipping support lateral placement tolerance is ±1 inches 9 Shipping supports provide the minimum shipping support rotational spring constant (Ke) and minimum shipping support center -to -center wheel spacings (Wcc) shown in the Plans 10 For shipping at highway speeds a ± 20% dynamic load allowance (impact) is included with a typical roadway superelevation of 2% 11 For turning at slow speeds, no dynamic load allowance (impact) is included with a maximum roadway superelevation of 6% 12. Wind, centrifugal and seismic forces are not considered 6-02.3(25)L3 Allowable Stresses Prestressed concrete girder stresses shall be limited to the following values at all stages of construction and in service Condition Stress Location Allowable Stress (ksi) Temporary Stress at Transfer and Lifting from Casting Bed Tensile In areas without bonded reinforcement sufficient to resist the tensile force in the concrete 0.0948.1Z <_ 0.2 In areas with bonded reinforcement sufficient to resist the tensile force in the concrete 0.24.1 Compressive All locations 0.65fci Temporary Stress at Shipping and Erection Tensile In areas without bonded reinforcement sufficient to resist the tensile force in the concrete 0.0948.1 Fiz <_ 0.2 In areas with bonded reinforcement sufficient to resist the tensile force in the concrete- oncreteIn 0.19,1_1T Inareas with bonded reinforcement sufficient to resist the tensile force in the concrete when shipping at 6% superelevation, without impact 0.244T Compressive All locations 0.65f Final Stresses at Service Load Tensile Precompressed tensile zone 0.0 Compressive Effective prestress and permanent loads 0.45f Effective prestress, permanent loads and transient (live) loads 0.60f Final Compressive Fatigue I Load 0.40f 51 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge.Docx Stresses at Combination plus one-half Fatigue effective prestress and Load permanent loads Variables are as defined in the AASHTO LRFD Bridge Design Specifications 6-02.3(25)M SHIPPING The last four paragraphs are deleted and replaced with the following Girder lateral stability and stresses during shipping shall be in accordance with Section 6- 02 3(25)L1 If the Contractor elects to assemble spliced prestressed concrete girders into shipping configurations not shown in the Contract documents, the Contractor shall submit a Type 2E Working Drawing analyzing girder lateral stability and concrete stresses in accordance with Section 6-02 3(25)L2 before shipping 6-02.3(25)N PRESTRESSED CONCRETE GIRDER ERECTION The second sentence of the first paragraph is revised to read The erection plan shall conform to Section 6-02 3(25)L1 The last paragraph is revised to read Stop plates and dowel bars for prestressed concrete girders shall be set with either epoxy grout conforming to Section 9-26 3 or type IV epoxy bonding agent conforming to Section 9-26 1 6-02.3(25)0 GIRDER TO GIRDER CONNECTIONS The second paragraph is revised to read Prestressed concrete girders shall be constructed in the following sequence 1 If required, deflections shall be equalized in accordance with the Contractor's equalization plan 2 Any intermediate diaphragms shall be placed and any weld ties shall be welded in accordance with Section 6-03 3(25) Welding ground shall be attached directly to the steel plates being welded when welding the weld -ties 3 Any keyways between adjacent girders shown in the Plans to receive grout shall be filled flush with the surrounding surfaces using a grout conforming to Section 9-20 3(2) 4 Equalization equipment shall not be removed and other construction equipment shall not be placed on the structure until intermediate diaphragms and keyway grout have attained a minimum compressive strength of 2,500 psi 6-02.3(26)D2 TEST BLOCK DIMENSIONS The first sentence is revised to read The dimensions of the test block perpendicular to the tendon in each direction shall be the smaller of twice the minimum edge distance or the minimum spacing specified by the special anchorage device manufacturer, with the stipulation that the concrete cover over any confining reinforcing steel or supplementary skin reinforcement shall be appropriate for the project -specific application and circumstances 6-02.3(26)E2 DUCTS FOR EXTERNAL EXPOSED INSTALLATION In the first paragraph, "ASTM 03350" is revised to read "ASTM D3035" In the fourth paragraph, "ASTM 03505" is revised to read "ASTM D3035" 52 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge'15150 SPEC - W Parking Lot & Bridge Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6-02.3(26)G TENSIONING Item number 1 of the second paragraph is revised to read 1 All concrete has reached a compressive strength of at least 4,000 psi or the strength specified in the Plans When tensioning takes place prior to 28 -day compressive strength testing on concrete sampled in accordance with Section 6-02.3(25)H, compressive strength shall be verified on field cured cylinders in accordance with the FOP for AASHTO T23 6-02.3(27)A USE OF SELF -CONSOLIDATING CONCRETE FOR PRECAST UNITS Item number 2 of the first paragraph is revised to read 2 Precast reinforced concrete three -sided structures, box culverts and split box culverts in accordance with Section 7-02 3(6) SECTION 6-03, STEEL STRUCTURES JANUARY 3, 2017 6-03.3(33) BOLTED CONNECTIONS In this section, "AASHTO M253" is revised to read "ASTM F3125 Grade A490", "ASTM F1852" is revised to read "ASTM F3125 Grade F1852", and "ASTM A325" is revised to read "ASTM F3125 Grade A325" In the headings of Table 3, "A 325" is revised to read "ASTM F3125 Grade A325" In the headings of Table 3, "M 253" is revised to read "ASTM F3125 Grade A490" SECTION 6-05, PILING AUGUST 1, 2016 In this section, the words "capacity" and "capacities" are replaced with "resistance" and "resistances", respectively 6-05.3(1) PILING TERMS The third paragraph is revised to read Overdriving — Over -driving of piles occurs when the ultimate bearing resistance calculated from the equation in Section 6-05 3(12), or the wave equation driving criteria if applicable, exceeds the ultimate bearing resistance required in the Contract in order to reach the minimum tip elevation specified in the Contract, or as required by the Engineer The first sentence of the last paragraph is revised to read Minimum Tip Elevation — The minimum tip elevation is the elevation to which the pile tip shall be driven 6-05.3(3)A CASTING AND STRESSING The last sentence of the third paragraph is revised to read If the corrective action is not acceptable to the Engineer, the piling(s) will be subject to rejection by the Engineer 6-05.3(5) MANUFACTURE OF STEEL PILES This section is supplemented with the following new paragraph At least 14 -days prior to the start of production of the piling, the Contractor shall advise the Engineer of the production schedule. The Contractor shall give the Inspector safe and free access to the Work. If the Inspector observes any nonspecification Work or unacceptable quality control practices, 53 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge.Docx the Inspector will advise the plant manager If the corrective action is not acceptable to the Engineer, the piling(s) will be subject to rejection by the Engineer 6-05.3(9)A PILE DRIVING EQUIPMENT APPROVAL The first sentence of the second paragraph is revised to read The Contractor shall submit Type 2E Working Drawings consisting of a wave equation analysis for all pile driving systems used to drive piling with required maximum driving resistances of greater than 300 tons SECTION 6-07, PAINTING APRIL 3, 2017 6-07.3(10)A CONTAINMENT The first sentence of the fourth paragraph is replaced with the following two new sentences The containment system shall ensure no discharge into waters of the state When there is no threat of discharging to the waters of the state, emissions shall not exceed the Level 2 Emissions standard in SSPC Technology Guide No 6, Section 5 5, and assessed by Method A, Visible Emissions 6-07.3(10)F COLLECTING, TESTING, AND DISPOSAL OF CONTAINMENT WASTE The third, fourth and fifth paragraphs are deleted and replaced with the following two new paragraphs Containment waste is defined as all paint chips and debris removed from the steel surface and all abrasive blast media, as contained by the containment system After all waste from the containment system has been collected, the Contractor shall collect representative samples of the components that field screening indicates are lead -contaminated material The Contractor shall collect at least one representative sample from each container The Contractor may choose to collect a composite sample of each container, but the composite sample must consist of several collection points (a minimum of 3 random samples) that are representative of the entire contents of the container and representative of the characteristics of the type of waste in the container In accordance with WAC 173-303-040, a representative sample means "a sample which can be expected to exhibit the average properties of the sample source " The debris shall be tested for metals using the Toxicity Characteristics Leaching Procedure (TCLP) and EPA Methods 1311 and 6010 At a minimum, the materials should be analyzed for the Resource Conservation and Recovery Act (RCRA) 8 Metals (arsenic, barium, cadmium, chromium, lead, mercury, selenium, and silver). Pursuant to the Dangerous Waste (DW) Regulations Chapter 173-303-90(8)(c) WAC, "Any waste that contains contaminants which occur at concentrations at or above the DW threshold must be designated as DW " All material within each individual container or containment system that designates as DW shall be disposed of at a legally permitted Subtitle C Hazardous Waste Landfill All material within each individual container or containment system that designate below the DW threshold, will be designated as "Solid Waste" and shall be disposed of at a legally permitted Subtitle D Landfill Disposal shall be in accordance with WAC 173-303 for waste designated "Dangerous Waste" and pursuant to WAC 173-350 for waste designated as "Solid Waste" SECTION 6-08, WATERPROOFING JANUARY 3, 2017 This section and all subsections, including title, is revised to read 6-08 Bituminous Surfacing on Structure Decks 6-08.1 Description This Work consists of removing and placing Hot Mix Asphalt (HMA) or Bituminous Surface Treatment (BST) directly on or over a Structure This Work also includes performing concrete bridge deck repair, applying waterproofing membrane, and sealing paving joints 54 G \PROJECTS12015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bndge Docx 6-08.2 Materials Materials shall meet the requirements of the following sections Bituminous Surface Treatment Hot Mix Asphalt Joint Sealants Closed Cell Foam Backer Rod Waterproofing Membrane (Deck Seal) Bridge Deck Repair Material 5-02 2 5-04 2 9-04 2 9-04.2(3)A 9-11 9-20 5 6-08.3 Construction Requirements 6-08.3(1) Definitions Adjusted Removal Depth — the Bituminous Pavement removal depth specified by the Engineer to supersede the Design Removal Depth after review of the Contractor survey of the existing Bituminous Pavement grade profile Bituminous Pavement — the surfacing material containing an asphalt binder. Design Removal Depth — the value shown in the "pavement schedule" or elsewhere in the Plans to indicate the design thickness of Bituminous Pavement to be removed Final Grade Profile — the compacted finished grade surface of completed Bituminous Pavement surfacing consisting of a vertical profile and superelevation cross -slope, developed by the Engineer for Grade Controlled Structure Decks based on the Contractor survey. Grade Controlled — a Structure Deck requiring restriction of Bituminous Pavement work, including restriction of pavement removal methods and restriction of overlay pavement thicknesses Structure Deck — the bridge deck (concrete or timber), bridge approach slab, top of concrete box culvert, or other concrete surfaces over or upon which existing Bituminous Pavement is removed and new Bituminous Pavement is applied 6-08.3(2) Contractor Survey for Grade Controlled Structure Decks Prior to removing existing Bituminous Pavement from a Grade Controlled Structure Deck, the Contractor shall complete a survey of the existing surface for use in establishing the existing cross section and grade profile elevations When removal of Bituminous Pavement is to be achieved by rotary milling/planing, the Contractor's survey shall also include the depths of the existing surfacing at each survey point. The Contractor is responsible for all, calculations, surveying, installation of control points, and measuring required for setting, maintaining and resetting equipment and materials necessary for the construction of the overlay to the Final Grade Profile 6-08.3(2)A Survey Requirements The Contractor shall establish at least two primary survey control points for controlling actual Bituminous Pavement removal depth and the Final Grade Profile Horizontal control shall be by station and offset which shall be tied to either the Roadway centerline or the Structure centerline. Vertical control may be an assumed datum established by the Contractor. Primary control points shall be described by station or milepost and offset on the baseline selected by the Contractor The Contractor may expand the survey control information to include secondary horizontal and vertical control points as needed for the project 55 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bridge.Docx Survey information collected shall include station or milepost, offset, and elevation for each lane line and curb line Survey information shall be collected at even 20 foot station intervals, and along the centerline of each bridge expansion joint The survey shall extend 300'-0" beyond the bridge back of pavement seat or end of Structure Deck The survey information shall include the top of Bituminous Pavement elevation and, when rotary milling/planing equipment is used, the corresponding depth of Bituminous Pavement to the Structure Deck The Contractor shall ensure a surveying accuracy to within ± 0 01 feet for vertical control and ± 0.2 feet for horizontal control Voids in HMA created by the Contractor's Bituminous Pavement depth measurements shall be filled by material conforming to Section 9-20 or another material acceptable to the Engineer 6-08.3(2)B Survey Submittal The Contractor's survey records shall include descriptions of all survey control points including station/milepost, offset, and elevations of all secondary control points The Contractor shall maintain survey records of sufficient detail to allow the survey to be reproduced The Contractor shall submit a Type 2 Working Drawing consisting of the compiled survey records and information Survey data shall be submitted as an electronic file in Microsoft Excel format. 6-08.3(2)C Final Grade Profile and Adjusted Removal Depth Based on the results of the survey, the Engineer may develop a Final Grade Profile and Adjusted Removal Depth If they are developed, the Final Grade Profile and Adjusted Removal Depth will be provided to the Contractor within three working days after receiving the Contractor's survey information When provided, the Adjusted Removal Depth supersedes the Design Removal Depth to become the Bituminous Pavement removal depth for that Structure Deck 6-08.3(3) General Bituminous Pavement Removal Requirements The Contractor shall remove Bituminous Pavement and associated deck repair material from Structure Decks to the horizontal limits shown in the Plans and to either the specified or adjusted Bituminous Pavement removal depth as applicable Removal of Bituminous Pavement within 12 -inches of existing permanent features that limit the reach of the machine or the edge of the following items shall be by hand or by hand operated (nominal 30 -pounds class) power tools existing bridge expansion joint headers, steel expansion joint assemblies, concrete butt joints between back of pavement seats and bridge approach slabs, bridge drain assemblies, thrie beam post steel anchorage assemblies fastened to the side or top of the Structure Deck When removing Bituminous Pavement with a planer, Section 5-04 3(14) shall apply If the planer contacts the Structure Deck in excess of the specified planing depth tolerance, or contacts steel reinforcing bars at any time, the Contractor shall immediately cease planing operations and notify the Engineer Planing operations shall not resume until completion of the appropriate adjustments to the planing machine and receiving the Engineer's concurrence to resume 6-08.3(4) Partial Depth Removal of Bituminous Pavement from Structure Decks The depth of surfacing removal, as measured to the bottom of the lowest milling groove generated by the rotary milling/planing machine shall be +0 01, -0 02 -feet of the specified or Adjusted Removal Depth as applicable 56 G \PROJECTS\2015\15150E1SPEC\ West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx 6-08.3(5) Full Depth Removal of Bituminous Pavement from Structure Decks 6-08.3(5)A Method of Removal The Contractor shall perform full depth removal by a method that does not damage or remove the Structure Deck in excess of the specified Bituminous Pavement removal tolerance The Contractor shall submit a Type 2 Working Drawing consisting of the proposed methods and equipment to be used for full depth removal 6-08.3(5)B Planer Requirements for Full Depth Removal The final planed surface shall have a finished surface with a tolerance of +0 01, -0 02 feet within the planed surface profile, as measured from a 10 -foot straight edge Multiple passes of planing to achieve smoothness will not be allowed In addition to Section 6-08 3(3), the planing equipment shall conform to the following additional requirements 1 The cutting tooth spacing on the rotary milling head shall be less than or equal to 1/4 inch 2 The rotary milling/planing machine shall have cutting teeth that leave a uniform plane surface at all times All teeth on the mill head shall be kept at a maximum differential tolerance of 3/8 -inch between the shortest and longest tooth, as measured by a straight edge placed the full width of the rotary milling head 3 Cutting tips shall be replaced when 30 percent of the total length of the cutting tip material remains Prior to each day's Bituminous Pavement removal operations, the Contractor shall confirm to the satisfaction of the Engineer that the rotary head cutting teeth are within the specified tolerances 6-08.3(5)C Structure Deck Cleanup after Bituminous Pavement Removal Waterproofing membrane that is loose or otherwise not firmly bonded to the Structure Deck shall be removed as an incidental component of the Work of surfacing removal Existing waterproofing membrane bonded to the Structure Deck need not be removed 6-08.3(6) Repair of Damage due to Bituminous Pavement Removal Operations All concrete bridge deck, pavement seat, and steel reinforcing bar damage due to the Contractor's surfacing removal operations shall be repaired by the Contractor in accordance with Section 1-07 13, and as specified below. Damaged concrete in excess of the specified Bituminous Pavement removal tolerance shall be repaired in accordance with Section 6-08 3(7), with the bridge deck repair material placed to the level of the surrounding bridge deck and parallel to the final grade paving profile. Damaged steel reinforcing bar shall be repaired as follows 1 Damage to steel reinforcing bar resulting in a section loss less than 20 -percent of the bar with no damage to the surrounding concrete shall be left in place and shall be repaired by removing the concrete to a depth 3/4 -inches around the top steel reinforcing bar and placing bridge deck repair material accepted by the Engineer to the level of the bridge deck and parallel to the final grade paving profile 57 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bridge Docx 2 Damage to steel reinforcing bar resulting in a section loss of 20 -percent or more in one location, bars partially or completely removed from the bridge deck, or where there is a lack of bond to the concrete, shall be repaired by removing the adjacent concrete and splicing a new bar of the same size Concrete shall be removed to provide a 3/4 -inch minimum clearance around the bars The splice bars shall extend a minimum of 40 bar diameters beyond each end of the damage 6-08.3(7) Concrete Deck Repair This Work consists of repairing the concrete deck after Bituminous Pavement has been removed 6-08.3(7)A Concrete Deck Preparation The Contractor, with the Engineer, shall inspect the exposed concrete deck to establish the extent of bridge deck repair in accordance with Section 6-09 3(6), except item 4 in Section 6-09 3(6) does not apply Areas of Structure Deck left with existing well bonded waterproof membrane after full depth Bituminous Pavement removal are exempt from this inspection requirement. All loose and unsound concrete within the repair area shall be removed with jackhammers or chipping hammers no more forceful than the nominal 30 pounds class, or other mechanical means acceptable to the Engineer, and operated at angles less than 45 degrees as measured from the surface of the deck to the tool If unsound concrete exists around the existing steel reinforcing bars, or if the bond between concrete and steel reinforcing bar is broken, the Contractor shall remove the concrete to provide a 3/4 inch minimum clearance to the bar The Contractor shall take care to prevent damage to the existing steel reinforcing bars and concrete to remain After removing sufficient concrete to establish the limits of the repair area, the Contractor shall make 3/4 inch deep vertical saw cuts and maintain square edges at the boundaries of the repair area The exposed steel reinforcing bars and concrete in the repair area shall be abrasive blasted and blown clean just prior to placing the bridge deck repair material 6-O8.3(7)B Ultra -Low Viscosity, Two -Part Liquid, Polyurethane -Hybrid Polymer Concrete The ultra-low viscosity, two-part liquid, polyurethane -hybrid polymer concrete shall be mixed in accordance with the manufacturer's recommendations Aggregate shall conform to the gradation limit requirements recommended by the manufacturer The aggregate and the ultra-low viscosity, two-part liquid, polyurethane -hybrid polymer concrete shall be applied to the repair areas in accordance with the sequence and procedure recommended by the manufacturer All repairs shall be float finished flush with the surrounding surface within a tolerance of 1/e inch of a straight edge placed across the full width and breadth of the repair area 6-O8.3(7)C Pre -Packaged Cement Based Repair Mortar The Contractor shall mix the pre-packaged cement based repair mortar using equipment, materials and proportions, batch sizes, and process as recommended by the manufacturer All repairs shall be float finished flush with the surrounding surface within a tolerance of 1/a inch of a straight edge placed across the full width and breadth of the repair area 58 G \PROJECTS\2015\15150E1SPEC\West Parking Lot And Bridge \15150 SPEC - W Parking Lot E. Bodge Docx 6-08.3(7)D Cure All bridge deck repair areas shall be cured in accordance with the manufacturer's recommendations and attain a minimum compressive strength of 2,500 psi before allowing vehicular and foot traffic on the repair and placing waterproofing membrane on the bridge deck over the repair 6-08.3(8) Waterproof Membrane for Structure Decks This work consists of furnishing and placing a waterproof sheet membrane system over a prepared Structure Deck prior to placing an HMA overlay The waterproof membrane system shall consist of a sheet membrane adhered to the Structure Deck with a primer The Contractor shall comply with all membrane manufacturer's installation recommendations 6-08.3(8)A Structure Deck Preparation The Structure Deck and ambient air temperatures shall be above 50°F and the Structure Deck shall be surface -dry at the time of the application of the primer and membrane All areas of a Structure Deck that have fresh cast bridge deck concrete less than 28 days old (not including bridge deck repair concrete placed in accordance with Section 6-08 3(7)) shall cure for a period of time recommended by the membrane manufacturer, or as specified by the Engineer, before application of the membrane The entire Structure Deck and the sides of the curb and expansion joint headers to the height of the HMA overlay shall be free of all foreign material such as dirt, grease, etc Prior to applying the primer or sheet membrane, all dust and loose material shall be removed from the Structure Deck with compressed air All surface defects such as spelled areas, cracks, protrusions, holes, sharp edges, ridges, etc , and other surface imperfections greater than 1/4 inch in width shall be corrected prior to application of the membrane 6-08.3(8)B Applying Primer The primer shall be applied to the cleaned deck surfaces at the rate according to the procedure recommended by the membrane manufacturer All surfaces to be covered by the membrane shall be thoroughly and uniformly coated with primer Structure Deck areas left with existing well bonded waterproof membrane after bituminous surfacing removal shall receive an application of primer in accordance with the membrane manufacturer's recommendations Precautionary measures shall be taken to ensure that pools and thick layers of primer are not left on the deck surface The membrane shall not be applied until the primer has cured or volatile material has substantially dissipated,. inaccordance with the membrane manufacturer's recommendations The primer and waterproof membrane shall extend from the bridge deck up onto the curb face and expansion joint header face the thickness of the HMA overlay The membrane shall adhere to the vertical surface 6-08.3(8)C Placing Waterproof Membrane Membrane application shall begin at the low point on the deck, and continue in a lapped shingle pattern The overlap shall be a minimum of six inches or greater if recommended by the membrane manufacturer Membrane seams shall be sealed as recommended by the membrane manufacturer Hand rollers or similar tools shall be used on the applied membrane to assure firm and uniform contact with the primed Structure surfaces 59 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot R. Bridge.Docx The fabric shall be neatly cut and contoured at all expansion joints and drains The cuts at bridge drains shall be two right angle cuts made to the inside diameter of the bridge deck drain outlet, after which the corners of the waterproof membrane shall be turned down into the drains and laid in a coating of primer 6-08.3(8)D Membrane Repair and Protection The waterproof membrane will be visually inspected by the Engineer for uniformity, tears, punctures, bonding, bubbles, wrinkles, voids and other defects All such deficiencies shall be repaired in accordance with the membrane manufacturer's recommendations prior to placement of the HMA overlay The membrane material shall be protected from damage due to the paving operations in accordance with the membrane manufacturer's recommendations No traffic or equipment except that required for the actual waterproofing and paving operations will be permitted to travel or rest on the membrane until it is covered by the HMA overlay The use of windrows is not allowed for laydown of HMA on a membrane Where waterproofing membrane is placed in stages or applied at different times, a strip of temporary paper shall be used to protect the membrane overlap from the HMA hand removal methods 6-08.3(9) Placing Bituminous Pavement on Structure Decks HMA overlay shall be applied on Grade Controlled Structure Decks using reference lines for vertical control in accordance with Section 5-04 3(3)C The compacted elevation of the HMA overlay on Structure Decks shall be within ± 0 02 feet of the specified overlay thickness or Final Grade Profile as applicable Deviations from the final grade paving profile in excess of the specified tolerance and areas of non- conforming surface smoothness shall be corrected in accordance with Section 5-04 3(13) Final grade Roadway transitions to a Structure Deck with Bituminous Pavement shall not exceed a 0 20 percent change in grade in accordance with the bridge deck transition for HMA overlay Standard Plan, unless shown otherwise in the Plans Final grade compacted HMA elevations shall be higher than an adjacent concrete edge by 1/4 inch ± 1/8 inch at all expansion joint headers and concrete butt joints as shown in the concrete to asphalt butt joint details of the bridge paving joint seals Standard Plan This also applies to steel edges within the limits of the overlay such as bridge drain frames and steel joint riser bars at bridge expansion joints 6-08.3(9)A Protection of Structure Attachments and Embedments The Contractor is responsible for protecting all Structure attachments and embedments from the application of BST and HMA. Drainage inlets that are to remain open, and expansion joints, shall be cleaned out immediately after paving is completed Materials passing through expansion joints shall be removed from the bridge within 10 working days All costs incurred by the Contractor in protective measures and clean up shall be included in the unit Contract prices for the associated Bid items of Work. 6-08.3(10) HMA Compaction on Structure Decks Compaction of HMA on Structure Decks shall be in accordance with Section 5-04 3(10) Work rejected in accordance with Section 5-04 3(11) shall include the materials, work, and incidentals to repair an existing waterproof membrane damaged by the removal of the rejected work 60 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot 8 Bridge Docx 6-08.3(11) Paved Panel Joint Seals and HMA Sawcut and Seal Bridge paving joint seals shall be installed in accordance with Section 5-04 3(12)B and the details shown in the Plans and Standard Plans= When concrete joints are exposed after removal of Bituminous Pavement, the joints shall be cleaned and sealed in accordance with Section 5-01 3(8) and the paved panel joint seal details of the bridge paving joint seals Standard Plan, including placement of the closed cell backer rod at the base of the cleaned joint. If waterproofing membrane is required, the membrane shall be slack or folded at the concrete joint to allow for Structure movements without stress to the membrane After placement of the HMA overlay, the second phase of the paved panel joint seal shall be completed by sawing the HMA and sealing the sawn joint in accordance with Section 5-04.3(12)B2 6-08.4 Measurement Removing existing Bituminous Pavement from Structure Decks will be measured by the square yard of Structure Deck surface area with removed overlay Bridge deck repair will be measured by the square foot surface area of deck concrete removed with the measurement taken at the plane of the top mat of steel reinforcing bars Waterproof membrane will be measured by the square yard surface area of Structure Deck and curb and header surface area covered by membrane 6-08.5 Payment Payment will be made for each of the following Bid items when they are included in the Proposal "Structure Surveying", lump sum "Removing Existing Overlay From Bridge Deck", per square yard The unit Contract price per square yard for "Removing Existing Overlay From Bridge Deck", shall be full pay for performing the Work as specified for full removal of Bituminous Pavement on Structure Decks, including the removal of existing waterproof membrane and disposing of materials "Bridge Deck Repair Br No._", per square foot The unit Contract price per square foot for "Bridge Deck Repair Br No " shall be full pay for performing the Work as specified, including removing and disposing of the concrete within the repair area and furnishing, placing, finishing, and curing the repair concrete "Waterproof Membrane Br No.",. per square yard_ The unit Contract price per square yard for "Waterproof Membrane Br No " shall be full pay for performing the Work as specified, including repairing any damaged or defective waterproofing membrane and repair of damaged HMA overlay SECTION 6-09, MODIFIED CONCRETE OVERLAYS APRIL 4, 2016 6-09.3(8)A QUALITY ASSURANCE FOR MICROSILICA MODIFIED AND FLY ASH MODIFIED CONCRETE OVERLAYS The first sentence of the first paragraph is revised to read the following two new sentences The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6-02 3(5)D and as specified in this Section after the Contractor has turned over the concrete for acceptance testing Concrete samples for testing shall be supplied to the Engineer in accordance with Section 6-02.3(5)E 61 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC - W Parking Lot & Bridge Docx The last paragraph is deleted 6-09.3(8)B QUALITY ASSURANCE FOR LATEX MODIFIED CONCRETE OVERLAYS The first two paragraphs are deleted and replaced with the following The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6-02 3(5)D and as specified in this Section after the Contractor has turned over the concrete for acceptance testing The Engineer will perform testing as the concrete is being placed Samples shall be taken on the first charge through each mobile mixer and every other charge thereafter The sample shall be taken after the first 2 minutes of continuous mixer operation Concrete samples for testing shall be supplied to the Engineer in accordance with Section 6- 02 3(5)E The second to last sentence of the last paragraph is revised to read Recommendations made by the technical representative on or off the jobsite shall be adhered to by the Contractor SECTION 6-10, CONCRETE BARRIER AUGUST 1, 2016 6-10.3(5) TEMPORARY CONCRETE BARRIER This section title is revised to read Temporary Barrier The first paragraph is revised to read For temporary barrier, the Contractor may use precast concrete barrier or temporary steel barrier Temporary concrete barrier shall comply with Standard Plan requirements and cross-sectional dimensions, except that: (1) it may be made in other lengths than those shown in the Standard Plan, and (2) it may have permanent lifting holes no larger than 4 inches in diameter or lifting loops Temporary steel barrier shall be certified that it meets NCHRP 350 or MASH crash test requirements and shall be installed in accordance with the manufacturer's recommendations 6-10.4 MEASUREMENT The first sentence of the second paragraph is revised to read Temporary barrier will be measured by the linear foot along the completed line and slope of the barrier, one time only for each setup of barrier protected area 6-10.5 PAYMENT The Bid item "Temporary Conc Barrier", per linear foot, and the paragraph following this Bid item, is revised to read "Temporary Barrier", per linear foot. The unit Contract price per linear foot for "Temporary Barrier" shall be full pay for all costs, including furnishing, installing, connecting, anchoring, maintaining, temporary storage, and final removal of the temporary barrier 62 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge115150 SPEC - W Parking Lot & Bridge.Docx SECTION 6-12, NOISE BARRIER WALLS JANUARY 3, 2017 6-12.3(9) ACCESS DOORS AND CONCRETE LANDING PADS The first sentence of the last paragraph is revised to read. The Contractor shall construct concrete landing pads for each access door location as shown in the Plans 6-12.5 PAYMENT In the paragraph following the bid item "Noise Barrier Wall Access Door", per each, "concrete landing pad" is revised to read "concrete landing pads" 6-14.AP6 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS JANUARY 3, 2017 6-14.3(2) SUBMITTALS The first sentence of the first paragraph is revised to read: The Contractor shall submit Type 2E Working Drawings consisting of detailed plans for each wall 6-14.5 PAYMENT The bid item "Concrete Fascia Panel", per square foot, and the paragraph following this bid item are revised to read. "Concrete Fascia Panel For Geosynthetic Wall", per square foot. All costs in connection with constructing the concrete fascia panels as specified shall be included in the unit Contract price per square foot for "Concrete Fascia Panel For Geosynthetic Wall", including all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint sealant, PVC pipe for weep holes, exterior surface finish, and pigmented sealer (when specified), constructing and placing the concrete footing, edge beam, anchor beam, anchor rod assembly, and backfill 6-19.AP6 SECTION 6-19, SHAFTS JANUARY 3, 2017 6-19.3 CONSTRUCTION REQUIREMENTS This section is supplemented with the following new subsection• 6-19.3(10) Engineer's Final Acceptance of Shafts The Engineer will determine final acceptance of each shaft, based on the nondestructive QA test results and analysis for the tested shafts, and will provide a response to the Contractor within 3 working days after receiving the test results and analysis submittal 6-19.3(1)B NONDESTRUCTIVE TESTING OF SHAFTS This section's content is deleted and replaced with the following new subsections 6-19.3(1)B1 Nondestructive Quality Assurance (QA) Testing of Shafts Unless otherwise specified in the Special Provisions, the Contractor shall perform nondestructive QA testing of shafts, except for those constructed completely in the dry Either crosshole sonic log (CSL) testing in accordance with ASTM D 6760 or thermal integrity profiling (TIP) testing in accordance with ASTM D 7949 shall be used 6-19.3(1)62 Nondestructive Quality Verification (QV) Testing of Shafts The Contracting Agency may perform QV nondestructive testing of shafts that have been QA tested by the Contractor The Contracting Agency may test up to ten percent of the shafts The Engineer 63 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge115150 SPEC - W Parking Lot & Bridge.Docx will identify the shafts selected for QV testing and the testing method the Contracting Agency will use The Contractor shall accommodate the Contracting Agency's nondestructive testing 6-19.3(2) SHAFT CONSTRUCTION SUBMITTAL This section is revised to read The shaft construction submittal shall be comprised of the following four components construction experience, shaft installation narrative, shaft slurry technical assistance, and nondestructive QA testing personnel The submittals shall be Type 2 Working Drawings, except the shaft slurry technical assistance and nondestructive QA testing personnel submittals shall be Type 1 This section is supplemented with the following new subsection 6-19.3(2)D Nondestructive QA Testing Organization and Personnel The Contractor shall submit the names of the testing organizations, and the names of the personnel who will conduct nondestructive QA testing of shafts The submittal shall include documentation that the qualifications specified below are satisfied For TIP testing, the testing organization is the group that performs the data analysis and produces the final report. The testing organizations and the testing personnel shall meet the following minimum qualifications 1 The testing organization shall have performed nondestructive tests on a minimum of three deep foundation projects in the last two years 2 Personnel conducting the tests for the testing organization shall have a minimum of one year experience in nondestructive testing and interpretation 3 The experience requirements for the organization and personnel shall be consistent with the testing methods the Contractor has selected for nondestructive testing of shafts 4 Personnel preparing test reports shall be a Professional Engineers, licensed under Title 18 RCW, State of Washington, and in accordance with WAC 196-23-020 6-19.3(3) SHAFT EXCAVATION The second paragraph is revised to read Shaft excavation shall not be started until the Contractor has received the Engineer's acceptance for the reinforcing steel centralizers required when the casing is to be pulled during concrete placement. This section is supplemented with the following Except as otherwise noted, the Contractor shall not commence subsequent shaft excavations until receiving the Engineer's acceptance of the first shaft, based on the results and analysis of the nondestructive testing for the first shaft. The Contractor may commence subsequent shaft excavations prior to receiving the Engineer's acceptance of the first shaft, provided the following condition is satisfied The Engineer permits continuing with shaft construction based on the Engineer's observations of the construction of the first shaft, including, but not limited to, conformance to the shaft installation narrative in accordance with Section 6-19 3(2)B, and the Engineer's review of Contractor's daily reports and Inspector's daily logs concerning excavation, steel reinforcing bar placement, and concrete placement. 6-19.3(5)B STEEL REINFORCING BAR CAGE CENTRALIZERS This section is supplemented with the following new sentence 64 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge.Docx 1 1 1 1 1 1 1 The Contractor shall furnish and install additional centralizers as required to maintain the specified concrete cover throughout the length of the shaft. 6-19.3(5)C CONCRETE COVER OVER STEEL REINFORCING BARS In the table, the second column (including heading) is revised to read Minimum Concrete Cover, and Concrete Cover Tolerance, Except at Permanent Slip Casing (Inches) 3, -11/z 4,-2 4, -2 6, -3 The following new paragraph is inserted after the table The concrete cover tolerances specified above apply to the concrete cover specified in the Plans, even if it exceeds the minimum concrete cover 6-19.3(6) ACCESS TUBES FOR CROSSHOLE SONIC LOG (CSL) TESTING ' This section title is revised to read 6-19.3(6) Contractor Furnished Accessories for Nondestructive QA Testing 1 1 1 1 1 1 1 1 1 1 1 This section is supplemented with the following three new subsections 6-19.3(6)D Shafts Requiring Thermal Wire The Contractor shall furnish and install thermal wire in all shafts receiving the thermal wire method of TIP testing, except as otherwise noted in Section 6-19 3(1)B1 6-19.3(6)E Thermal Wire and Thermal Access Points (TAPs) The thermal wire and associated couplers shall be obtained from the source specified in the Special Provisions The Contractor shall securely attach the thermal wire to the interior of the reinforcement cage of the shaft in conformance with the supplier's instructions At a minimum, one thermal wire shall be furnished and installed for each foot of shaft diameter, rounded to the nearest whole number, as shown in the Plans The number of thermal wires for shaft diameters specified as "X feet 6 inches" shall be rounded up to the next higher whole number The thermal wires shall be placed around the shaft, inside the spiral or hoop reinforcement, and tied to the vertical reinforcement with plastic "zip" ties at a maximum spacing of 2 -feet. Steel tie wire shall not be used. The thermal wire shall be installed in straight alignment and taut, but with enough slack to not be damaged during reinforcing cage lofting The wires shall be as near to parallel to the vertical axis of the reinforcement cage as possible The thermal wire shall extend from the bottom of the reinforcement cage to the top of the shaft, with 15 -feet of slack wire provided above the top of shaft. Care shall be taken to prevent damaging the thermal wires during reinforcement cage installation and concrete placement operations in the shaft excavation After completing shaft reinforcement cage fabrication at the site and prior to installation of the cage into the shaft excavation, the Contractor shall install and connect thermal access points (TAPs) to the thermal wires The TAPs shall record data for at least one hour after the cage is placed in the excavation to measure the slurry temperature and enable the steel and slurry temperatures to equilibrate prior to placing concrete in the shaft. The TAPs shall record and store data every 15 minutes. The TAPs shall remain active for a minimum of 36 hours. Prior to beginning concrete placement the TAPs shall be checked to ensure they are recording data and that the wires have not been damaged If a TAP unit is not functioning due to a damaged wire, 65 G\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC - W Parking Lot & Bridge.Docx the Contractor shall repair or replace the wire If a TAP unit fails or a wire breaks after concrete placement has started, the Contractor shall not stop the concrete placement operation to repair the wire 6-19.3(6)F Use of Access Tubes for TIP Testing Under the Thermal Probe Method The Contractor may use access tubes for TIP testing under the thermal probe method Access tubes shall be cared for in accordance with Section 6-19 3(6)C Prior to TIP testing under the thermal probe method, the water in each tube shall be removed, collected, and stored in an insulated container The access tube shall be blown dry and swabbed to remove residual water After TIP testing, the collected and stored tube water shall be introduced back into the access tube New potable water may be used, provided the water temperature is not more than 10°F cooler than the average concrete temperature measured by the probe 6-19.3(6)A SHAFTS REQUIRING CSL ACCESS TUBES This section, including title, is revised to read 6-19.3(6)A Shafts Requiring Access Tubes The Contractor shall furnish and install access tubes in all shafts receiving CSL testing or the thermal probe method of TIP testing, except as otherwise noted in Section 6-19 3(1)131 6-19.3(6)B ORIENTATION AND ASSEMBLY OF THE CSL ACCESS TUBES This section's title is revised to read 6-19.3(6)B Orientation and Assembly of the Access Tubes 6-19.3(6)C CARE FOR CSL ACCESS TUBES FROM ERECTION THROUGH CSL TESTING This section's title is revised to read 6-19.3(6)C Care for Access Tubes from Erection Through Nondestructive QA Testing The second sentence is revised to read The Contractor shall keep all of a shaft's access tubes full of water through the completion of nondestructive QA testing of that shaft. 6-19.3(7)A CONCRETE CLASS FOR SHAFT CONCRETE This section is revised to read Shaft concrete shall be Class 5000P conforming to Section 6-02 6-19.3(7)B CONCRETE PLACEMENT REQUIREMENTS The last sentence of the last paragraph is revised to read The Section 6-02 3(6) restriction for 5 feet maximum free fall shall not apply to placement of concrete into a shaft. 6-19.3(7)1 REQUIREMENTS FOR PLACING CONCRETE ABOVE THE TOP OF SHAFT This section is revised to read Concrete shall not be placed above the top of shaft (for column splice zones, columns, footings, or shaft caps) until the Contractor receives the Engineer's acceptance of nondestructive QA testing, if performed at that shaft, and acceptance of the shaft. 66 G \PROJECTS\2015\15150E1SPEC\West Parking Lot And Bridge \15150 SPEC - W Parking Lot & Bridge Docx 6-19.3(9) NONDESTRUCTIVE TESTING OF SHAFTS (CROSSHOLE SONIC LOG (CSL) TESTING) This section, including title, is revised to read 6-19.3(9) Nondestructive QA Testing of Shafts The Contractor shall provide nondestructive QA testing and analysis on all shafts with access tubes or thermal wires and TAPs facilitating the testing (See Section 6-19 3(1)B) The testing and analysis shall be performed by the testing organizations identified by the Contractor's submittal in accordance with Section 6-19 3(2)D The Engineer may direct that additional testing be performed at a shaft if anomalies or a soft bottom are detected by the Contractor's testing If additional testing at a shaft confirms the presence of a defect(s) in the shaft, the testing costs and the delay costs resulting from the additional testing shall be borne by the Contractor in accordance with Section 1-05 6 If the additional testing indicates that the shaft has no defect, the testing costs and the delay costs resulting from the additional testing will be paid by the Contracting Agency in accordance with Section 1-05 6, and, if the shaft construction is on the critical path of the Contractor's schedule, a time extension equal to the delay created by the additional testing will be granted in accordance with Section 1-08 8 6-19.3(9)A SCHEDULE OF CSL TESTING This section, including title, is revised to read: 6-19.3(9)A TIP Testing Using Thermal Probes or CSL Testing If selected as the nondestructive QA testing method by the Contractor, TIP testing using thermal probes, or CSL testing shall be performed after the shaft concrete has cured at least 96 hours Additional curing time prior to testing may be required if the shaft concrete contains admixtures, such as set retarding admixture or water -reducing admixture, added in accordance with Section 6-02.3(3) The additional curing time prior to testing required under these circumstances shall not be grounds for additional compensation or extension of time to the Contractor in accordance with Section 1-08 8 6-19.3(9)B INSPECTION OF CSL ACCESS TUBES This section's title is revised to read 6-19.3(9)B Inspection of Access Tubes 6-19.3(9)C ENGINEER'S FINAL ACCEPTANCE OF SHAFTS This section, including title, is revised to read 6-19.3(9)C TIP Testing With Thermal Wires and TAPs If selected as the nondestructive QA testing method by the Contractor, TIP testing with thermal wires and TAPs (See Section 6-19 3(6)E) shall be performed The TIP testing shall commence at the beginning of the concrete placement operation, recording temperature readings at 15 -minute intervals until the peak temperature is captured in the data. Additional curing time may be required if the shaft concrete contains admixtures, such as set retarding admixture or water -reducing admixture, added in accordance with Section 6-02 3(3) The additional curing time required under these circumstances shall not be grounds for additional compensation or extension of time to the Contractor in accordance with Section 1-08 8 TIP testing shall be conducted at all shafts in which thermal wires and TAPs have been installed for thermal wire analysis (Section 6-19 3(6)A) 6-19.3(9)D REQUIREMENTS TO CONTINUE SHAFT EXCAVATION PRIOR TO ACCEPTANCE OF FIRST SHAFT This section, including title, is revised to read 6-19.3(9)D Nondestructive QA Testing Results Submittal The Contractor shall submit the results and analysis of the nondestructive QA testing for each shaft tested The Contractor shall submit the test results within three working days of testing Results shall be a Type 1 Working Drawing presented in a written report. 67 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge.Docx TIP reports shall include 1 A map or plot of the wire/tube location within the shaft and their position relative to a known and identifiable location, such as North 2 Graphical displays of temperature measurements versus depth of each wire or tube for the analysis time selected, overall average temperature with depth, shaft radius or diameter with depth, concrete cover versus cage position with depth, and effective radius 3 The report shall identify unusual temperatures, particularly significantly cooler local deviations from the overall average 4 The report shall identify the location and extent where satisfactory or questionable concrete is identified a Satisfactory (S) - 0 to 6% Effective Radius Reduction and Cover Criteria Met b Questionable (Q) - Effective Local Radius Reduction > 6%, Effective Local Average Diameter Reduction > 4%, or Cover Criteria Not Met 5 Variations in temperature between wire/tubes (at each depth) which in turn correspond to variations in cage alignment. 6 Where shaft specific construction information is available (e g elevations of the top of shaft, bottom of casing, bottom of shaft, etc ), these values shall be noted on all pertinent graphical displays CSL reports shall include 1 A map or plot of the tube location within the shaft and their position relative to a known and identifiable location, such as North 2 Graphical displays of CSL Energy versus Depth and CSL signal arrival time versus depth or velocity versus depth 3 The report shall identify the location and extent where good, questionable, and poor concrete is identified, where no signal was received, or where water is present. a Good (G) - No signal distortion and decrease in signal velocity of 10% or less is indicative of good quality concrete b Questionable (Q) - Minor signal distortion and a lower signal amplitude with a decrease in signal velocity between 10% and 20% c Poor (P) - Severe signal distortion and much lower signal amplitude with a decrease in signal velocity of 20% or more d No Signal (NS) - No signal was received e Water (W) - A measured signal velocity of nominally V = 4,800 to 5,000 fps All QA test reports will provide a recommendation to accept the shaft as -is, recommendation for further review by the Engineer, or will provide a plan for further testing, investigation or repair to address any deficiencies identified by the testing 68 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge115150 SPEC - W Parking Lot & Bridge Docx 6-19.3(9)E ADDITIONAL CSL TESTING This section, including title, is revised to read 6-19.3(9)E Vacant 6-19.3(9)1 REQUIREMENTS FOR CSL ACCESS TUBES AND CORED HOLES AFTER CSL TESTING This section's title is revised to read 6-19.3(9)1 Requirements for Access Tubes and Cored Holes After CSL Testing 6-19.4 MEASUREMENT This section is revised to read Constructing shafts will be measured by the linear foot. The linear foot measurement will be calculated using the top of shaft elevation and the bottom of shaft elevation for each shaft as shown in the Plans Rock excavation for shaft, including haul, will be measured by the linear foot of shaft excavated The linear feet measurement will be computed using the top of the rock line, defined as the highest bedrock point within the shaft diameter, and the bottom elevation shown in the Plans QA shaft test will be measured once per shaft tested 6-19.5 PAYMENT This section is revised to read. Payment will be made for the following Bid items when they are included in the Proposal "ConstructingDiam Shaft", per linear foot. The unit Contract price per linear foot for "Constructing Diam Shaft" shall be full pay for performing the Work as specified, including 1 Soil excavation for shaft, including all costs in connection with furnishing, mixing, placing, maintaining, containing, collecting, and disposing of all mineral, synthetic and water slurry, and disposing of groundwater collected by the excavated shaft. 2. Furnishing and placing temporary shaft casing, including temporary casing in addition to the required casing specified in the Special Provisions, and including all costs in connection with completely removing the casing after completing shaft construction 3 Furnishing permanent casing for shaft. 4 Placing permanent casing for shaft. 5 Casing shoring, including all costs in connection with furnishing and installing casing shoring above the specified upper limit for casing shoring but necessary to provide for sufficient water head pressure to resist artesian water pressure present in the shaft excavation, removing casing shoring, and placing seals when required. 6 Furnishing and placing steel reinforcing bar and epoxy -coated steel reinforcing bar, including furnishing and installing steel reinforcing bar centralizers 7 Installation of CSL tubes or thermal wires 8 Furnishing, placing and curing concrete to the top of shaft or to the construction joint at the base of the shaft -column splice zone as applicable 69 G \PROJECTS\2015\15150E1SPEC\West Parking Lot And Bndge115150 SPEC - W Parking Lot & BridgeDocx Payment for "Constructing Diam Shaft" will be made upon Engineer acceptance of the shaft, including completion of satisfactory QA shaft tests as applicable "Rock Excavation For Shaft Including Haul", per linear foot. When rock excavation is encountered, payment for rock excavation is in addition to the unit Contract price per linear foot for "Constructing Diam Shaft" "Shoring Or Extra Excavation CI A - ", lump sum The lump sum Contract price for "Shoring Or Extra Excavation CI A - " shall be full pay for performing the Work as specified, including all costs in connection with all excavation outside the limits specified for soil and rock excavation for shaft including haul, all temporary telescoping casings, and all temporary casings beyond the limits of required temporary casing specified in the Special Provisions "QA Shaft Test", per each The unit Contract price per each for "QA Shaft Test" shall be full pay for performing the Work as specified, including operating all associated accessories necessary to record and process data and develop the summary QA test reports Section 1-04 6 does not apply to this bid item "Removing Shaft Obstructions", estimated Payment for removing, breaking -up, or pushing aside shaft obstructions, as defined in Section 6-19 3(3)E, will be made for the changes in shaft construction methods necessary to deal with the obstruction The Contractor and the Engineer shall evaluate the effort made and reach agreement on the equipment and employees utilized, and the number of hours involved for each Once these cost items and their duration have been agreed upon, the payment amount will be determined using the rate and markup methods specified in Section 1-096 For the purpose of providing a common proposal for all Bidders, the Contracting Agency has entered an amount for the item "Removing Shaft Obstructions" in the Bid Proposal to become a part of the total Bid by the Contractor If drilled shaft tools, cutting teeth, casing or Kelly bar is damaged as a result of the obstruction removal work, the Contractor will be compensated for the costs to repair this equipment in accordance with Section 1-09 6 If shaft construction equipment is idled as a result of the Work required to deal with the obstruction and cannot be reasonably reassigned within the project, then standby payment for the idled equipment will be added to the payment calculations If labor is idled as a result of the Work required to deal with the obstruction and cannot be reasonably reassigned within the project, then all labor costs resulting from Contractor labor agreements and established Contractor policies will be added to the payment calculations The Contractor shall perform the amount of obstruction Work estimated by the Contracting Agency within the original time of the Contract. The Engineer will consider a time adjustment and additional compensation for costs related to the extended duration of the shaft construction operations, provided 1 The dollar amount estimated by the Contracting Agency has been exceeded, and 2 The Contractor shows that the obstruction removal Work represents a delay to the completion of the project based on the current progress schedule provided in accordance with Section 1-08 3 70 G \PROJECTS\2015\1515DE\SPEC\West Parking Lot And Bridge \15150 SPEC -W Parking Lot & Bridge Docx SECTION 7-02, CULVERTS JANUARY 3, 2017 7-02.2 MATERIALS The following three new items are inserted after the item "Aggregate for Portland Cement Concrete. Gravel Backfill for Pipe Zone Bedding Butyl Rubber Sealant External Sealing Band The last paragraph is deleted 9-03 12(3) 9-04 11 9-04 12 7-02.3(6) PRECAST REINF. CONC. THREE SIDED STRUCTURES, BOX CULVERTS AND SPLIT BOX CULVERTS This section is supplemented with the following new paragraph When the Plans include a complete set of design details for a Structure (defining panel shapes and dimensions, concrete strength requirements, and steel reinforcing bar, joint, and connection details), the design and load rating preparation and calculation submittal requirements of Sections 7- 02 3(6)A1 and 7-02 3(6)A2 do not apply for the components shown in the Plans, but all other requirements of this Section remain in effect. The Contractor may propose alternate concrete culvert designs, accommodating the same rise, span, and length as shown in the Plans, to replace the Structure details shown in the Plans If an alternate concrete culvert design is proposed, all of the requirements of this Section, including design and load rating preparation and calculation submittal, apply 7-02.3(6)A GENERAL This section is supplemented with the following two new paragraphs. Tolerances for PRCTSS shall be as follows 1 Internal Dimensions — The internal dimension shall not vary more than 1 percent or 2 inches, whichever is less, from the Plan dimensions The haunch dimensions shall not vary more than 3/4 inch from the Plan dimensions. 2 Slab and Wall Thickness — The slab and wall thickness shall not be less than that shown in the Plans by more than 5 percent or 1 inch, whichever is greater A thickness more than that required in the Plans will not be a cause for rejection if proper joining is not affected. 3 Length of Opposite Surfaces — Variations in lengths of two opposite surfaces of the three - sided section shall not be more than, 3/4 inch, unless beveled sections are being used to accommodate a curve in the alignment. 4 Reinforcing steel placement shall meet the tolerances specified in Section 6-02.3(24)C Tolerances for PRCBC and PRCSBC shall be as follows 1 Internal Dimensions — The internal dimensions shall not vary more than 1 percent from the Plan dimensions If haunches are used, the haunch dimensions shall not vary more than 1A inch from the Plan dimensions 2 Slab and Wall Thickness — The slab and wall thickness shall not be less than that shown in the Plans by more than 5 percent or 3/16 inch, whichever is greater A thickness more than that required in the Plans will not be a cause for rejection 71 G'\PROJECTS\2015\15150E\SPEC \West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge.Docx 3 Length of Opposite Box Segments — Variations in lengths of two opposite surfaces of the box segments shall not be more than 1/8 inch per foot of internal span, with a maximum of % inch for all sizes through 7 feet internal span, and a maximum of 3/4 inch for internal spans greater than 7 feet, except where beveled sections are being used to accommodate a curve in the alignment 4 Length of Box Segments — The underrun in length of a segment shall not be more than 1/8 inch per foot of length with a maximum of 1/2 inch in any box segment. 5 Length of Legs and Slabs — The variation in length of the legs shall not be more than 1/8 inch per foot of the rise of the leg per leg with a maximum of 5/8 inches The differential length between opposing legs of the same segment shall not be more than 1/2 inch Length of independent top slab spans shall not vary by more than 1/8 inch per foot of span of the top slab, with a maximum of 5/e inches 6 Reinforcing steel placement shall meet the tolerances specified in Section 6-02.3(24)C This section is supplemented with the following new subsection 7-02.3(6)A5 Wingwalls and Retaining Walls Wingwalls and retaining walls (including cutoff walls and headwalls) shall be constructed in accordance with the Contractor's design and Working Drawing submittal or when the Plans include a complete set of design details for a wall (defining panel shapes and dimensions, concrete strength requirements, and steel reinforcing bar, joint, and connection details),the details shown in the Plans Precast concrete construction shall conform to Sections 6-02 3(28) and 6-11 3(3) Culvert bedding material shall be furnished, placed, and compacted in accordance with Section 7- 02 3(6)A4 7-02.3(6)A1 DESIGN CRITERIA The first sentence of the last paragraph is revised to read Whenever the minimum finished backfill or surfacing depth above the top of the Structure is less than 1-0" (except when the top of the Structure is directly exposed to vehicular traffic), either all steel reinforcing bars in the span unit shall be epoxy -coated with 2" minimum concrete cover from the face of concrete to the face of the top mat of steel reinforcing bars, or the minimum concrete cover shall be 21/2" The last sentence of the last paragraph is revised to read Concrete cover from the face of any concrete surface to the face of any steel reinforcement shall be 1 -inch minimum end clearance at all joints, and 2 -inches minimum at all other locations 7-02.3(6)A2 SUBMITTALS The first paragraph is revised to read The Contractor shall submit shop drawings of the precast Structures Fabrication shop drawings replicating complete design details when shown in the Plans shall be Type 2 Working Drawings Submittals completing the design based on the schematic geometric requirements shown in the Plans, or proposing a Contractor designed alternative concrete culvert Structure shall be Type 2E Working Drawings with supporting design calculations 72 G \ PROJECTS \2015\15150E\SPEC\W est Parking Lot And Bndge115150 SPEC - W Parking Lot & Bridge Docx The last paragraph is revised to read For precast Structures with a span length greater than 20 -feet (as defined in Section 7-02 3(6)A1), except when the depth of fill above the top of culvert exceeds the Structure span length, a Type 2E Working Drawing shall be submitted consisting of a load rating report prepared in accordance with the AASHTO Manual for Bridge Evaluation and WSDOT Bridge Design Manual LRFD M 23-50 Chapter 13 Soil pressures used shall include effects from the backfill material and compaction methods, and shall be in accordance with the WSDOT Geotechnical Design Manual M 46-03 and the geotechnical report prepared for the project 7-02.3(6)A3 CASTING This section is revised to read Concrete shall conform to Section 6-02.3(28)B, with a 28 -day compressive strength as specified in the Plans or the Working Drawings submittal 7-02.3(6)A4 EXCAVATION AND BEDDING PREPARATION The last paragraph is revised to read* The upper layer of bedding course shall be a 6 -inch minimum thickness layer of culvert bedding material, defined as granular material either conforming to Section 9-03 12(3) or to AASHTO Grading No 57 as specified in Section 9-03 1(4)C The plan limits of the culvert bedding material shall extend 1 -foot beyond the plan limits of the culvert or the Structure footing as applicable The culvert bedding material shall be compacted in accordance with the Section 2-09 3(1)E requirements for gravel backfill for drains After compaction, the culvert bedding material shall be screeded transversely to the specified line and grade Voids in the screeded culvert bedding material shall be filled and then rescreeded prior to erecting the precast Structure 7-02.3(6)B3 ERECTION The last paragraph is revised to read Adjacent precast sections shall be connected by welding the weld -tie anchors in accordance with Section 6-03 3(25) Welding ground shall be attached directly to the steel plates being welded when welding the weld -ties The weld -tie anchor spacing shall not exceed 6'-0" After connecting the weld - tie anchors, the Contractor shall paint the exposed metal surfaces with one coat of field primer conforming to Section 9-08.1(2)F Keyways shall be filled with grout conforming to Section 9-20 3(2) 7-02.3(6)C1 CASTING This section is revised to read PRCSBC shall consist of lid elements and "U" shaped base elements The vertical legs of the "U" shaped base elements shall be full height matching the rise of the culvert,except as otherwise specified for culvert spans greater than 20 -feet. For PRCSBC spans greater than 20 -feet (as defined in Section 7-02.3(6)A1), the lid elements may include vertical legs of a maximum length of 4 -feet. All vertical and horizontal joints of PRCBC and PRCSBC elements shall be tongue and groove type joints, except PRCBC and PRCSBC of 20 -foot span or less may have keyway joints connected by weld -tie anchors in accordance with Section 6-02.3(25)0 The weld -tie anchor spacing shall not exceed 6'-0" There shall be at least two galvanized steel tie plates across each top unit tongue and groove joint and each tongue and groove joint between upper and lower units, unless otherwise shown in the Plans or required by the seismic designed completed in accordance with Section 7- 02 3(6)A1 73 G\PROJECTS12015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bodge Docx 7-02.3(6)C3 ERECTION This section is revised to read PRCBC and PRCSBC shall be erected and backfilled in accordance with the erection sequence specified in the Working Drawing submittal, and the construction equipment restrictions specified in Section 6-02 3(25)0 The Contractor shall install a continuous strip of butyl rubber sealant within all tongue and groove joints prior to connecting the precast elements together The butyl rubber sealant shall have a minimum cross section of 12 -inch by 11/2 -inch, unless otherwise shown in the Plans After connecting the joints with weld -tie anchors, the Contractor shall paint the exposed metal surfaces with one coat of field primer conforming to Section 9-08 1(2)F Keyways shall be filled with grout conforming to Section 9-20 3(2) The Contractor shall wrap all exterior joints along the top and sides of the PRCBC and PRCSBC with a 12 -inch wide strip of external sealing band centered about the joint and adhesively bonded to the concrete surface Backfill beside the PRCBC and PRCSBC shall be brought up in sequential layers, compacted concurrently The difference in backfill height on opposing sides of the Structure shall not exceed 2 - feet. 7-02.4 MEASUREMENT This section is supplemented with the following Culvert bedding material will be measured by the cubic yard of material placed 7-02.5 PAYMENT This section is supplemented with the following "Culvert Bedding Material", per cubic yard SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS JANUARY 3, 2017 7-08.3(1)A TRENCHES The second sentence of the last paragraph is revised to read The embankment material shall be compacted to 95 percent of maximum density and the moisture content at the time of compaction shall be between optimum and 3 percentage points below optimum as determined by the Compaction Control Tests specified in Section 2-03 3(14)D 7-09.AP7 SECTION 7-09, WATER MAINS APRIL 3, 2017 7-09.3(24)D DRY CALCIUM HYPOCHLORITE The second paragraph is revised to read The number of grams of 70 percent test calcium hypochlorite required for a 20 -foot length of pipe equals 0.238 x d2, in which "d" is the diameter in inches 74 G \PROJECTS\2015\15150E\SPEC\Wesl Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL AUGUST 1, 2016 8-01.2 MATERIALS This section is supplemented with the following new paragraph Recycled concrete, in any form, shall not be used for any Work defined in Section 8-01 8-01.3(7) STABILIZED CONSTRUCTION ENTRANCE The last sentence of the first paragraph is revised to read Material used for stabilized construction entrance shall be free of extraneous materials that may cause or contribute to track out. 8-01.3(8) STREET CLEANING This section is revised to read - Self -propelled street sweepers shall be used to remove and collect sediment and other debris from the Roadway, whenever required by the Engineer The street sweeper shall effectively collect these materials and prevent them from being washed or blown off the Roadway or into waters of the State Street sweepers shall not generate fugitive dust and shall be designed and operated in compliance with applicable air quality standards Material collected by the street sweeper shall be disposed of in accordance with Section 2-03 3(7)C Street washing with water will require the concurrence of the Engineer SECTION 8-09, RAISED PAVEMENT MARKERS JANUARY 3, 2017 8-09.5 PAYMENT In the last paragraph, "flaggers and spotters" is revised to read "flaggers" SECTION 8-10, GUIDE POSTS JANUARY 4, 2016 8-10.3 CONSTRUCTION REQUIREMENTS The last sentence of the second paragraph is deleted SECTION 8-11, GUARDRAIL JANUARY 17, 2017 8-11.3(1)C TERMINAL AND ANCHOR INSTALLATION This section is supplemented with the following new paragraph - Beam Guardrail Non -flared Terminals for Type 1 guardrail shall meet the crash test and evaluation criteria of NCHRP 350 or the Manual for Assessing Safety Hardware (MASH) Beam Guardrail Non - flared Terminals for Type 31 guardrail shall meet the crash test and evaluation criteria of MASH 8-11.3(1)F REMOVING AND RESETTING BEAM GUARDRAIL The last sentence of the first paragraph is deleted 75 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge115150 SPEC - W Parking Lot & Bridge Dock 8-11.5 PAYMENT The paragraph following the Bid item "Removing and Resetting Beam Guardrail", per linear foot is revised to read The unit Contract price per linear foot for "Removing and Resetting Beam Guardrail" shall be full payment for all costs to perform the Work as described in Section 8-11 3(1)F, except for replacement posts and blocks The paragraph following the Bid item "Raising Existing Beam Guardrail", per linear foot is revised to read The unit Contract price per linear foot for "Raising Existing Beam Guardrail" shall be full payment for all costs to perform the Work as described in Section 8-11 3(1)E, except for replacement posts and blocks SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL JANUARY 3, 2017 8-20.1(1) REGULATIONS AND CODE The second paragraph is revised to read Wherever reference is made in these Specifications or in the Special Provisions to the Code, the rules, or the standards mentioned above, the reference shall be construed to mean the code, rule, or standard that is in effect on the Bid advertisement date 8-20.3(5)A GENERAL The last paragraph is revised to read Immediately after the sizing mandrel has been pulled through, install an equipment grounding conductor if applicable (see Section 8-20 3(9)) and any new or existing wire or cable as specified in the Plans Where conduit is installed for future use, install a 200 -pound minimum tensile strength pull string with the equipment grounding conductor The pull string shall be attached to duct plugs or caps at both ends of the conduit. 8-20.3(5)A1 FIBER OPTIC CONDUIT The last paragraph is deleted 8-20.3(5)B CONDUIT TYPE The second and third paragraphs are deleted and replaced with the following new paragraph PVC and HDPE conduits shall be Schedule 80 unless installed as innerduct. 8-20.3(5)D CONDUIT PLACEMENT Item number 2 is revised to read 2 24 -inches below the top of the untreated surfacing on a Roadbed 8-20.3(9) BONDING, GROUNDING The following two new paragraphs are inserted after the first paragraph Install an equipment grounding conductor in all new conduit, whether or not the equipment grounding conductor is called for in the wire schedule For each new conduit with innerduct install an equipment grounding conductor in only one of the innerducts unless otherwise required by the NEC or the Plans 76 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx The fourth paragraph (after the preceding Amendments are applied) is revised to read Bonding jumpers and equipment grounding conductors meeting the requirements of Section 9- 29 3(2)A3 shall be minimum #8 AWG, installed in accordance with the NEC. Where existing conduits are used for the installation of new circuits, an equipment grounding conductor shall be installed unless an existing equipment ground conductor, which is appropriate for the largest circuit, is already present in the existing raceway The equipment ground conductor between the isolation switch and the sign lighter fixtures shall be minimum #14 AWG stranded copper conductor Where parallel circuits are enclosed in a common conduit, the equipment -grounding conductor shall be sized by the largest overcurrent device serving any circuit contained within the conduit. The second sentence of the fifth paragraph (after the preceding Amendments are applied) is revised to read A non -insulated stranded copper conductor, minimum #8 AWG with a full circle crimp on connector (crimped with a manufacturer recommended crimper) shall be connected to the junction box frame or frame bonding stud, the other end shall be crimped to the equipment bonding conductor, using a "C" type crimp connector The last two sentences of the sixth paragraph (after the preceding Amendments are applied) are revised to read For light standards, signal standards, cantilever and sign bridge Structures the supplemental grounding conductor shall be #4 AWG non -insulated stranded copper conductor For steel sign posts which support signs with sign lighting or flashing beacons the supplemental grounding conductor shall be #6 AWG non -insulated stranded copper conductor The fourth to last paragraph is revised to read Install a two -grounding electrode system at each service entrance point, at each electrical service installation and at each separately derived power source. The service entrance grounding electrode system shall conform to the "Service Ground" detail in the Standard Plans If soil conditions make vertical grounding electrode installation impossible an alternate installation procedure as described in the NEC may be used Maintain a minimum of 6 feet of separation between any two grounding electrodes within the grounding system Grounding electrodes shall be bonded copper, ferrous core materials and shall be solid rods not less than 10 feet in length if they are 1/2 inch in diameter or not less than 8 feet in length if they are % inch or larger in diameter 8-2O.3(13)A LIGHT STANDARDS The first sentence in the second to last paragraph is revised to read All new and relocated metal light standards shall be numbered for identification using painted 4 -inch block gothic letters (similar to series C highway lettering) and numbers installed 3 feet above the base facing the Traveled Way The numbered list in the second to last paragraph is deleted and replaced with the following NN CC -SSSS VVV Where NN — Is the pole number as identified in the Plans May be one or more characters CC — Is the circuit letter as identified in the Plans May be one or more characters SSSS — Is he service cabinet number as identified in the Plans. Do not include the two or three letter prefix Up to four digits - do not include leading zeros VVV — Is the operating voltage of the luminaire Always three digits 77 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC - W Parking Lot & Bridge.Docx 8-20.3(13)C LUMINAIRES The first paragraph is revised to read The Contractor shall mark the installation date on the inside of the luminaire ballast or driver housing using a permanent marking pen SECTION 8-22, PAVEMENT MARKING JANUARY 4, 2016 8-22.4 MEASUREMENT The first two sentences of the fourth paragraph are revised to read The measurement for "Painted Wide Lane Line", "Plastic Wide Lane Line", "Profiled Plastic Wide Lane Line", "Painted Barrier Center Line", "Plastic Barrier Center Line", "Painted Stop Line", "Plastic Stop Line", "Painted Wide Dotted Entry Line", or "Plastic Wide Dotted Entry Line" will be based on the total length of each painted, plastic or profiled plastic line installed No deduction will be made for the unmarked area when the marking includes a broken line such as, wide broken lane line, drop lane line, wide dotted lane line or wide dotted entry line 8-22.5 PAYMENT The following two new Bid items are inserted after the Bid item "Plastic Crosshatch Marking", per linear foot: "Painted Wide Dotted Entry Line", per linear foot. "Plastic Wide Dotted Entry Line", per linear foot. SECTION 9-01, PORTLAND CEMENT JANUARY 3, 2017 This section's title is revised to read Cement 9-01.1 TYPES OF CEMENT This section is revised to read Cement shall be classified as portland cement, blended hydraulic cement, or rapid hardening hydraulic cement. 9-01.2(2) VACANT This section, including title, is revised to read 9-01.2(2) Rapid Hardening Hydraulic Cement Rapid hardening hydraulic cement shall meet the requirements of ASTM C 1600 9-01.2(3) LOW ALKALI CEMENT This section is renumbered as follows 9-01.2(1)A Low Alkali Cement 78 GIPROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot 8 Bridge Docx 9-01.2(4) BLENDED HYDRAULIC CEMENT This section is renumbered as follows 9-01.2(1)B Blended Hydraulic Cement In the first paragraph, the last two sentences of item number 3 are revised to read Separate testing of each source of fly ash at each proposed replacement level shall be conducted in accordance with ASTM C1012 at the storage temperature prescribed in Section 9 3 of the test procedure Expansion at 180 days shall be 0 10 percent or less. In the first paragraph, the last two sentences of item number 4 are revised to read. Separate testing of each source of slag at each proposed replacement level shall be conducted in accordance with ASTM C1012 at the storage temperature prescribed in Section 9 3 of the test procedure Expansion at 180 days shall be 0 10 percent or less In the first paragraph, the last two sentences of item number 5 are revised to read Separate testing of each source of fly ash or slag at each proposed replacement level shall be conducted in accordance with ASTM C1012 at the storage temperature prescribed in Section 9 3 of the test procedure Expansion at 180 days shall be 0 10 percent or less. 9-01.3 TESTS AND ACCEPTANCE The second paragraph is revised to read Cement producers/suppliers that certify portland cement or blended hydraulic cement shall participate in the Cement Acceptance Program as described in WSDOT Standard Practice QC 1 Rapid hardening hydraulic cement producers/suppliers are not required to participate in WSDOT Standard Practice QC 1 SECTION 9-03, AGGREGATES JANUARY 3, 2017 9-03.1(1) GENERAL REQUIREMENTS In this section, each reference to "Section 9-01.2(3)" is revised to read "Section 9-01.2(1)A" This first paragraph is supplemented with the following Reclaimed aggregate may be used if it complies with the specifications for Portland Cement Concrete Reclaimed aggregate is aggregate that has been recovered from plastic concrete by washing away the cementitious materials 9-03.1(2) FINE AGGREGATE FOR PORTLAND CEMENT CONCRETE This section is revised to read. Fine aggregate shall consist of natural sand or manufactured sand, or combinations thereof, accepted by the Engineer, having hard, strong, durable particles free from adherent coating Fine aggregate shall be washed thoroughly to meet the specifications 9-03.1(2)A DELETERIOUS SUBSTANCES This section is revised to read The amount of deleterious substances in the washed aggregate shall be tested in accordance with AASHTO M 6 and not exceed the following values. 79 G\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge.Docx Material finer than No 200 Sieve Clay lumps and friable particles Coal and lignite Particles of specific gravity less than 2 00 2 5 percent by weight 3 0 percent by weight 0.25 percent by weight 1 0 percent by weight. Organic impurities shall be tested in accordance with AASHTO T 21 by the glass color standard procedure and results darker than organic plate no 3 shall be rejected A darker color results from AASHTO T 21 may be used provided that when tested for the effect of organic impurities on strength of mortar, the relative strength at 7 days, calculated in accordance with AASHTO T 71, is not less than 95 percent. 9-03.1(4) COARSE AGGREGATE FOR PORTLAND CEMENT CONCRETE This section is revised to read Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, or combinations thereof having hard, strong, durable pieces free from adherent coatings Coarse aggregate shall be washed to meet the specifications 9-03.1(4)A DELETERIOUS This section, including title, is revised to read 9-03.1(4)A Deleterious Substances The amount of deleterious substances in the washed aggregate shall be tested in accordance with AASHTO M 80 and not exceed the following values Material finer than No 200 1 01 percent by weight Clay lumps and Friable Particles 2 0 percent by weight Shale 2.0 percent by weight Wood waste 0 05 percent by weight Coal and Lignite 0 5 percent by weight Sum of Clay Lumps, Friable Particles, and Chert (Less Than 2.40 specific gravity SSD) 3 0 percent by weight 11f the material finer than the No 200 sieve is free of day and shale, this percentage may be increased to 1 5 9-03.1(4)C GRADING The following new sentence is inserted at the beginning of the last pargraph Where coarse aggregate size 467 is used, the aggregate may be furnished in at least two separate sizes 9-03.1(5) COMBINED AGGREGATE GRADATION FOR PORTLAND CEMENT CONCRETE This section is revised to read As an alternative to using the fine aggregate sieve grading requirements in Section 9-03 1(2)B, and coarse aggregate sieve grading requirements in Section 9-03 1(4)C, a combined aggregate gradation conforming to the requirements of Section 9-03 1(5)A may be used 9-03.1(5)A DELETERIOUS SUBSTANCES This section is revised to read The amount of deleterious substances in the washed aggregates 3/s inch or larger shall not exceed the values specified in Section 9-03 1(4)A and for aggregates smaller than 3/s inch they shall not exceed the values specified in Section 9-03 1(2)A. 80 G\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot 8 Bridge_Docx 9-03.1(5)B GRADING The first paragraph is deleted. 9-03.8(2) HMA TEST REQUIREMENTS In the table in item number 3, the heading "Statistical and Nonstatistical" is revised to read "Statistical" 9-03.8(7) HMA TOLERANCES AND ADJUSTMENTS In the table in item number 1, the column titled "Nonstatistical Evaluation" is deleted In the table in item 1, the last column titled "Commercial Evaluation" is revised to read "Visual Evaluation" 9-03.11(1) STREAMBED SEDIMENT The following three new sentences are inserted after the first sentence of the first paragraph Alternate gradations may be used if proposed by the Contractor and accepted by the Engineer The Contractor shall submit a Type 2 Working Drawing consisting of 0 45 power maximum density curve of the proposed gradation. The alternate gradation shall closely follow the maximum density line and have Nominal Aggregate Size of no less than 11/2 inches or no greater than 3 inches 9-03.12(4) GRAVEL BACKFILL FOR DRAINS The following new sentence is inserted at the beginning of the second paragraph As an alternative, AASHTO grading No. 57 may be used in accordance with Section 9-03 1(4)C 9-03.12(5) GRAVEL BACKFILL FOR DRYWELLS The following new sentence is inserted at the beginning of the second paragraph As an alternative, AASHTO grading No. 4 may be used in accordance with Section 9-03 1(4)C 9-03.21(1)B CONCRETE RUBBLE This section, including title, is revised to read 9-03.21(1)B Recycled Concrete Aggregate Recycled concrete aggregates are coarse aggregates manufactured from hardened concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or blended with coarse aggregate for Commercial Concrete Recycled concrete aggregate shall meet all of the requirements for coarse aggregate contained in Section 9-03 1(4) or 9-03 1(5) In addition to the requirements of Section 9-03 1(4) or 9-03 1(5), recycled concrete shall 1 Contain an aggregated weight of less than 1 percent of adherent fines, vegetable matter, plastics, plaster, paper, gypsum board, metals, fabrics, wood, tile, glass, asphalt (bituminous) materials, brick, porcelain or other deleterious substance(s) not otherwise noted, 2. Be free of harmful components such as chlorides and reactive materials unless mitigation measures are taken to prevent recurrence in the new concrete, 3 Have an absorption of less than 10 percent when tested in accordance with AASHTO T 85 Recycled concrete aggregate shall be in a saturated condition prior to mixing Recycled concrete aggregate shall not be placed below the ordinary high water mark of any water of the State 81 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\t5150 SPEC - W Parking Lot & Bridge.Docx 9-03.21(1)D RECYCLED STEEL FURNACE SLAG This section title is revised to read Steel Slag 9-03.21(1)E TABLE ON MAXIMUM ALLOWABLE PERCENT (BY WEIGHT) OF RECYCLED MATERIAL In the Hot Mix Asphalt column, each value of "20" is revised to read "25" The last column heading "Steel Furnace Slag" is revised to read "Steel Slag" The following new row is inserted after the second row. Coarse Aggregate for Commercial Concrete 9-03 1(4) 0 100 0 0 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS JANUARY 3, 2017 This section is supplemented with the following two new subsections 9-04.11 Butyl Rubber Sealant Butyl rubber sealant shall conform to ASTM C 990 9-04.12 External Sealing Band External sealing band shall by Type III B conforming to ASTM C 877 9-04.1(2) PREMOLDED JOINT FILLER FOR EXPANSION JOINTS This section is supplemented with the following As an alternative to the above, a semi-rigid, non -extruding, resilient type, closed -cell polypropylene foam, preformed joint filler with the following physical properties as tested to AASHTO T 42 Standard Test Methods may be used Closed -Cell Polypropylene Foam Preformed Joint Filler Physical Property Requirement Test Method Water Absorption < 1 0% AASHTO T 42 Compression Recovery > 80% AASHTO T 42 Extrusion < 0 1 in AASHTO T 42 Density > 3 5 lbs./cu ft. AASHTO T 42 Water Boil (1 hr) No expansion AASHTO T 42 Hydrochloric Acid Boil (1 hr) No disintegration AASHTO T 42 Heat Resistance °F 392°F± 5°F ASTM D 5249 9-04.2(1) HOT POURED JOINT SEALANTS This section's content is deleted and replaced with the following new subsections 9-04.2(1)A Hot Poured Sealant Hot poured sealant shall be sampled in accordance with ASTM D5167 and tested in accordance with ASTM D5329 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement Hot poured sealant for cement concrete pavement shall meet the requirements of ASTM D6690 Type IV, except for the following 1 The Cone Penetration at 25°C shall be 130 maximum 2 The extension for the Bond, non -immersed, shall be 100 percent. 82 G'\PROJECTS\2015115150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bodge Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement Hot poured sealant for bituminous pavement shall meet the requirements of ASTM D6690 Type I or Type II 9-04.2(1)B Sand Slurry for Bituminous Pavement Sand slurry is mixture consisting of the following components measured by total weight: 1 Twenty percent CSS -1 emulsified asphalt, 2 Two percent portland cement, and 3 Seventy-eight percent fine aggregate meeting the requirements of 9-03 1(2)B Class 2. Fine aggregate may be damp (no free water) 9-04.2(2) POURED RUBBER JOINT SEALER The last paragraph is deleted 9-04.4(1) RUBBER GASKETS FOR CONCRETE PIPES AND PRECAST MANHOLES "AASHTO M 198" is revised to read "ASTM C 990" 9-04.4(3) GASKETS FOR ALUMINUM OR STEEL CULVERT OR STORM SEWER PIPE In the last sentence, "AASHTO M 198" is revised to read "ASTM C 990" SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS JANUARY 3, 2017 9-06.5(3) HIGH-STRENGTH BOLTS In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325", "ASTM A490" is revised to read "ASTM F3125 Grade A490", and "ASTM F1852" is revised to read "ASTM F3125 Grade F1852" In the fifth paragraph, "ASTM -A325" is revised to read "ASTM F3125". 9-06.12 BRONZE CASTINGS In this section, "AASHTO M107" is revised to read "ASTM B22" 9-06.16 ROADSIDE SIGN STRUCTURES In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325" SECTION 9-07, REINFORCING STEEL AUGUST 1, 2016 9-07.1(1)A ACCEPTANCE OF MATERIALS The first sentence of the first paragraph is revised to read Reinforcing steel rebar manufacturers shall comply with the National Transportation Product Evaluation Program (NTPEP) Work Plan for Reinforcing Steel (rebar) Manufacturers The first sentence of the second paragraph is revised to read Steel reinforcing bar manufacturers use either English or a Metric size designation while stamping rebar 83 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge.Docx 9-07.1(2) BENDING The first two sentences of the first paragraph are deleted and replaced with the following two new sentences Steel reinforcing bars shall be cut and bent cold to the shapes shown on the Plans Fabrication tolerances shall be in accordance with ACI 315 SECTION 9-10, PILING AUGUST 1, 2016 9-10.3 CAST -IN-PLACE CONCRETE PILING This section is revised to read Reinforcement for cast -in-place concrete piles shall conform to Section 9-07.2 SECTION 9-11, WATERPROOFING JANUARY 3, 2017 This section (and all subsections), including title, is revised to read 9-11 Waterproof Membrane 9-11.1 Asphalt for Waterproofing Waterproof membrane shall be a sheet membrane conforming to ASTM D 6153 Type III, the puncture capacity specified below, and either the thin polymer sheet tensile stress or the geotextile and fabric grab tensile strength specified below. Performance Properties Test Method Specification Requirements Tensile Stress (for Thin Polymer Sheets) ASTM D 882 75 pounds per inch min Grab Tensile Strength (for Geotextiles and Fabrics) ASTM D 4632 (Woven or Nonwoven) 200 pounds min Puncture Capacity (For Thin Polymer Sheets, Geotextiles and Fabrics) ASTM E 154 200 pounds min Waterproofing membrane will be accepted based on a Manufacturer's Certificate of Compliance with each lot of waterproof membrane 9-11.2 Primer for Waterproof Membrane The primer for the waterproof membrane shall be appropriate for bonding the sheet membrane to the bridge deck surface and shall be compatible with the membrane in accordance with the waterproof membrane manufacturer's recommendations SECTION 9-16, FENCE AND GUARDRAIL JANUARY 17, 2017 9-16.3(3) GALVANIZING The first three sentences are deleted and replaced with the following single sentence W -beam or thrie beam rail elements and terminal sections shall be galvanized in accordance with AASHTO M 180, Class A, Type II 84 G \PROJECTS\2015115150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bndge.Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 9-20, CONCRETE PATCHING MATERIAL, GROUT, AND MORTAR JANUARY 3, 2017 This section is supplemented with the following new subsection 9-20.5 Bridge Deck Repair Material Bridge deck repair material shall be either an ultra-low viscosity, two-part liquid, polyurethane -hybrid polymer concrete, or a pre-packaged cement based repair mortar, conforming to the following requirements 1 Minimum compressive strength of 2,500 psi, in accordance with ASTM C 109 2 Total soluble chloride ion content by mass of product shall conform to the limits specified in Section 6-02.3(2) for reinforced concrete 3 Permeability of less than 2,000 coulombs at 56 -days in accordance with AASHTO T 277 If pre-packaged deck repair material does not include coarse aggregate, the Contractor shall extend the mix with coarse aggregate as recommended by the manufacturer SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES JANUARY 3, 2017 9-23.9 FLY ASH The first paragraph is revised to read. Fly ash shall conform to the requirements of AASHTO M295 Class C or F including supplementary optional chemical requirements as set forth in Table 2 The last sentence of the last paragraph is revised to read: The supplementary optional chemical limits in AASHTO M295 Table 2 do not apply to fly ash used in Controlled Density Fill 9-23.12 METAKAOLIN This section, including title, is revised to read 9-23.12 Natural Pozzolan Natural Pozzolans shall be either Metakaolin or ground Pumice and shall conform to the requirements of AASHTO M295 Class N, including supplementary optional chemical requirements as set forth in Table 2 SECTION 9-28, SIGNING MATERIALS AND FABRICATION APRIL 3, 2017 9-28.14(3) ALUMINUM STRUCTURES This section is revised to read. Welding of aluminum shall be in accordance with AWS D1.2/D1 2M, latest edition, Structural Welding Code — Aluminum Aluminum alloy filler metals utilized on anodized structures shall result in color matching to base metals 85 G \PROJECTS\2015\15150E1SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge.Docx SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL JANUARY 3, 2017 9-29.2 JUNCTION BOXES, CABLE VAULTS, AND PULL BOXES This section is supplemented with the following new subsections 9-29.2(5) Testing Requirements The Contractor shall provide for testing of junction boxes, cable vaults and pull boxes Junction boxes, cable vaults and pull boxes shall be tested by an independent materials testing facility, and a test report issued documenting the results of the tests performed For each junction box, vault and pull box type, the independent testing laboratory shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each test sheet shall have the Professional Engineer's original signature, date of signature, original seal, and registration number One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for that box type, and shall include the following information 1 Product identification 2 Date of testing 3 Description of testing apparatus and procedure 4 All load deflection and failure data 5 Weight of box and cover tested 6 Upon completion of the required test(s) the box shall be loaded to failure or to the maximum load possible on the testing machine (70,000 pounds minimum) 7 A brief description of type and location of failure or statement that the testing machine reached maximum load without failure of the box 9-29.2(5)A Standard Duty Boxes and Vaults Standard Duty Concrete Junction Boxes, Cable Vaults, and Pull Boxes shall be load tested to 22,500 pounds The test load shall be applied uniformly through a 10 by 10 by 1 -inch steel plate centered on the lid The test load shall be applied and released ten times, and the deflection at the test load and released state shall be recorded for each interval At each interval the junction box shall be inspected for lid deformation, failure of the lid/frame welds, vertical and horizontal displacement of the lid/frame, cracks, and concrete spalling Concrete junction boxes will be considered to have withstood the test if none of the following conditions are exhibited 1 Permanent deformation of the lid or any impairment to the function of the lid 2 Vertical or horizontal displacement of the lid frame 3 Cracks wider than 0 012 inches that extend 12 inches or more 4 Fracture or cracks passing through the entire thickness of the concrete 5 Spalling of the concrete 86 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bodge Docx 9-29.2(5)B Retrofit Security Lids for Standard Duty Concrete Junction Boxes Security lids used to retrofit existing Standard Duty Concrete Junction Boxes shall be tested as follows 1 The security lid shall be installed on any appropriately sized box that is currently approved on the Qualified Products List. 2. The security lid and box assembly shall be load tested in accordance with Section 9- 29 2(5)A. After the ten load cycles but before loading to failure, the security lid shall be fully opened and removed to verify operability 3 The locking mechanism(s) shall be tested as follows a The locking mechanism shall be cycled 250 times (locked, then unlocked again) at room temperature (60-80°F) If there is more than one identical locking mechanism, only one needs to be cycled in this manner. b Temperature changes should be limited to no more than 60°F per hour c The security lid shall be cooled to and held at -30°F for 15 minutes. The locking mechanism shall then be cycled once to verify operation at this temperature d The security lid shall be heated to and held at 120-122°F for 15 minutes. The locking mechanism shall then be cycled once to verify operation at this temperature. e The security lid shall be temperature adjusted to and held at 110°F and 95% humidity for 15 minutes The locking mechanism shall then be cycled once to verify operation at this temperature and humidity 9-29.2(5)C Standard Duty Non -Concrete Junction Boxes Non -concrete Junction Boxes shall be tested as defined in the ANSI/SCTE 77 Tier 15 test method using the test load of 22,500 pounds (minimum) in place of the design load during testing In addition, the Contractor shall provide a Manufacturer Certificate of Compliance for each non -concrete junction box installed 9-29.2(5)D Heavy -Duty Boxes and Vaults Heavy -Duty Junction Boxes, Cable Vaults, and Pull Boxes shall be load tested to 46,000 pounds The test load shall be applied vertically through a 10 by 20 by 1 -inch steel plate centered on the lid with an orientation both on the long axis and the short axis of the junction box. The test load shall be applied and released ten times on each axis. The deflection at the test load and released state shall be recorded for each interval. At each interval, the test box shall be inspected for lid deformation, failure of the lid or frame welds, vertical and horizontal displacement of the lid frame, cracks, and concrete spalling. After the twentieth loading interval, the test shall be terminated with a 60,000 -pound load being applied vertically through the steel plate centered on the lid and with the long edge of steel plate orientated parallel to the long axis of the box. Heavy -Duty Junction Boxes will be considered to have withstood the 46,000 -pound test if none of the following conditions are exhibited 1 Permanent deformation of the lid or any impairment to the function of the lid 2 Vertical or horizontal displacement of the lid frame 3 Cracks wider than 0 012 inches that extend 12 inches or more 4 Fracture or cracks passing through the entire thickness of the concrete 87 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bridge Docx 5 Spalling of the concrete Heavy -Duty Junction Boxes will be considered to have withstood the 60,000 -pound test if all of the following conditions are exhibited 1 The lid is operational 2 The lid is securely fastened 3 The welds have not failed 4 Permanent dishing or deformation of the lid is 'A inch or less 5 No buckling or collapse of the box 9-29.2(1) STANDARD DUTY AND HEAVY DUTY JUNCTION BOXES This section, including title, is revised to read 9-29.2(1) Junction Boxes For the purposes of this Specification concrete is defined as portland cement concrete and non - concrete is all others The Contractor shall provide shop drawings for all components, hardware, lid, frame, reinforcement, and box dimensions The shop drawings shall be prepared by (or under the supervision of) a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural Each sheet shall carry the following 1 Professional Engineer's original signature, date of signature, original seal, and registration number If a complete assembly drawing is included which references additional drawing numbers, including revision numbers for those drawings, then only the complete assembly drawing is required to be stamped 2 The initials and dates of all participating design professionals 3 Clear notation of all revisions including identification of who authorized the revision, who made the revision, and the date of the revision Design calculations shall carry on the cover page, the Professional Engineer's original signature, date of signature, original seal, and registration number For each type of junction box, or whenever there is a change to the junction box design, a proof test, as defined in this Specification, shall be performed and new shop drawings submitted 9-29.2(1)A STANDARD DUTY JUNCTION BOXES This section is revised to read Standard Duty Junction Boxes are defined as Type 1, 2 and 8 junction boxes and shall have a minimum load rating of 22,500 pounds and be tested in accordance with Section 9-29.2(5) A complete Type 8 Junction Box includes the spread footing shown in the Standard Plans All Standard Duty Junction Boxes placed in sidewalks, walkways, and shared use paths shall have slip resistant surfaces Non -slip lids and frames shall be hot dip galvanized in accordance with AASHTO M111 9-29.2(1)A1 Concrete Junction Boxes The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6-07 3, or hot -dip galvanized in accordance with AASHTO M 111 88 G \PROJECTS12015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Concrete used in Standard Duty Junction Boxes shall have a minimum compressive strength of 6,000 psi when reinforced with a welded wire hoop, or 4,000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding headed studs % by 3 inches long, as specified in Section 9-06 15, to the frame The wire fabric shall be attached to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wall The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box Materials for Type 1, 2, and 8 Concrete Junction Boxes shall conform to the following. Materials Requirement Concrete Section 6-02 Reinforcing Steel Section 9-07 Fiber Reinforcing ASTM C1116, Type III Lid ASTM A786 diamond plate steel Slip Resistant Lid ASTM A36 steel Frame ASTM A786 diamond plate steel or ASTM A36 steel Slip Resistant Frame ASTM A36 steel Lid Support ASTM A36 steel, or ASTM A1011 SS Grade 36 (or higher) Handle & Handle support ASTM A36 steel, or ASTM A1011 CS (Any Grade) or SS (Any Grade) Anchors (studs) Section 9-06.15 Bolts, Studs, Nuts, Washers ASTM F593 or A193, Type 304 or 316, or Stainless Steel grade 302, 304, or 316 steel in accordance with approved shop drawing Locking and Latching Mechanism Hardware and Bolts In accordance with approved shop drawings 9-29.2(1)A2 Non -Concrete Junction Boxes Material for the non -concrete junction boxes shall be of a quality that will provide for a similar life expectancy as portland cement concrete in a direct burial application Type 1, 2, and 8 non -concrete junction boxes shall have a Design Load of 22,500 pounds and shall be tested in accordance with Section 9-29.2(5) Non -concrete junction boxes shall be gray in color and have an open bottom design with approximately the same inside dimensions, and present a load to the bearing surface that is less than or equal to the loading presented by the concrete junction boxes shown in the Standard Plans. Non -concrete junction box lidsshall include a pull slot and embedded 6 by 6 by %-inch steel plate, and shall be secured with two 1h inch stainless steel Penta -head bolts recessed into the cover The tapped holes for the securing bolts shall extend completely through the box to prevent accumulation of debris. Bolts shall conform to ASTM F593, stainless steel. 9-29.2(1)B HEAVY-DUTY JUNCTION BOXES The first paragraph is revised to read. Heavy -Duty Junction Boxes are defined as Type 4, 5, and 6 junction boxes and shall be concrete and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9-29.2(5) 9-29.2(1)C TESTING REQUIREMENTS This section is deleted in its entirety 89 G'\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx 9-29.2(2) SMALL CABLE VAULTS, STANDARD DUTY CABLE VAULTS, STANDARD DUTY PULL BOXES, AND HEAVY DUTY PULL BOXES This section, including title, is revised to read 9-29.2(2) Cable Vaults and Pull Boxes Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid The lids for Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as shown in the Standard Plans. The Contractor shall provide shop drawings for all components, including concrete box, Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid In addition, the shop drawings shall show placement of reinforcing steel, knock outs, and any other appurtenances The shop drawing shall be prepared by or under the direct supervision of a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural Each sheet shall carry the following 1 Professional Engineer's original signature, date of signature, original seal, and registration number If a complete assembly drawing is included which references additional drawing numbers, including revision numbers for those drawings, then only the complete assembly drawing is required to be stamped 2 The initials and dates of all participating design professionals 3 Clear notation of all revisions including identification of who authorized the revision, who made the revision, and the date of the revision Design calculations shall carry on the cover page, the Professional Engineer's original signature, date of signature, original seal, and registration number For each type of box or whenever there is a change to the Cable Vault or Pull box design, a proof test, as defined in this Specification, shall be performed and new shop drawings submitted 9-29.2(2)A SMALL CABLE VAULTS, STANDARD DUTY CABLE VAULTS, AND STANDARD DUTY PULL BOXES This section's title is revised to read 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes The first paragraph is revised to read Standard Duty Cable Vaults and Pull Boxes shall be concrete and have a minimum load rating of 22,500 pounds and be tested in accordance with Section 9-29.2(5) For the purposes of this Section, Small Cable Vaults are considered a type of Standard Duty Cable Vault. The first sentence of the second paragraph is revised to read Concrete for Standard Duty Cable Vaults and Pull Boxes shall have a minimum compressive strength of 4,000 psi The first sentence of the third paragraph is revised to read All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways, and shared -use paths shall have slip -resistant surfaces The fourth paragraph (up until the colon) is revised to read Materials for Standard Duty Cable Vaults and Pull Boxes shall conform to the following 90 G\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC - W Parking Lot & Bridge.Docx 9-29.2(2)B HEAVY-DUTY CABLE VAULTS AND PULL BOXES The first paragraph is revised to read' Heavy -Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum compressive strength of 4,000 psi, and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9-29.2(5) 9-29.2(3) STRUCTURE MOUNTED JUNCTION BOXES The first and second paragraphs are revised to read Surface mounted junction boxes and concrete embedded junction boxes installed in cast -in-place structures shall be stainless steel NEMA 4X. Concrete embedded junction boxes installed in structures constructed by slip forming shall be stainless steel NEMA 3R and shall be adjustable for depth, with depth adjustment bolts, which are accessible from the front face of the junction box with the lid installed 9-29.3(1) FIBER OPTIC CABLE This section is revised to read. All fiber optic cables shall be single mode fiber optic cables unless otherwise specified in the Contract. All fiber optic cables shall meet the following requirements 1 Compliance with the current version of ANSI/ICEA S-87-640. A product data specification sheet clearly identifying compliance or a separate letter from manufacturer to state compliance shall be provided 2 Cables shall be gel free, loose tube, low water peak, and all dielectric with no metallic component. 3 Cables shall not be armored unless specified in the Contract. 4 Cables shall be approved for mid -span entries and be rated by the manufacturer for outside plant (OSP) use, placement in underground ducts, and aerial installations 5. Fiber counts shall be as specified in the Contract. 6 Fibers and buffer tubes shall be color coded in accordance with the current version of EIA/TIA-598 7 Fibers shall not have any factory splices 8. Outer Jacket shall be Type M (Medium Density Polyethylene). Outer jacket shall be free from holes, splits, blisters, or other imperfections and must be smooth and concentric as is consistent with the best commercial practice 9 A minimum of one (1) rip cord is required for each cable 10 Cable markings shall meet the following additional requirements a Color shall be white or silver. b Markings shall be approximately 3 millimeters (118 mils) in height, and dimensioned and spaced to produce good legibility 91 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge \15150 SPEC - W Parking Lot & Bridge Docx c Markings shall include the manufacturer's name, year of manufacture, the number of fibers, the words "OPTICAL CABLE", and sequential length marks d Sequential length markings shall be in meters or feet, spaced at intervals not more than 1 meter or 2 feet apart, respectively e The actual cable length shall not be shorter than the cable length marking The actual cable length may be up to 1% longer than the cable length marking f Cables with initial markings that do not meet these requirements will not be accepted and may not be re -marked 11 Short term tensile strength shall be a minimum of 600 pounds (lbs) Long term tensile strength shall be a minimum of 180 pounds (1 bs) Tensile strength shall be achieved using a fiberglass reinforced plastic (FRP) central member and / or aramid yarns 12 All cables shall be new and free of material or manufacturing defects and dimensional non-uniformity that would a Interfere with the cable installation using accepted cable installation practices, b Degrade the transmission performance or environmental resistance after installation, c Inhibit proper connection to interfacing elements, d Otherwise yield an inferior product 13 The fiber optic cables shall be shipped on reels with a drum diameter at least 20 times the diameter of the cable, in order to prevent damage to the cable The reels shall be substantial and constructed so as to prevent damage during shipment and handling Reels shall be labeled with the same information required for the cable markings, with the exception that the total length of cable shall be marked instead of incremental length marks Reels shall also be labeled with the type of cable This section is supplemented with the following new subsection 9-29.3(1)B Multimode Optical Fibers Where multimode fiber optic cables are specified in the Contract, the optical fibers shall be one of the following types, as specified in the Contract: a Type OM1, meeting the requirements of EIA/TIA 492 -AAAA -A or ISO/IEC 11801 The fiber core diameter shall be 62.5 pm b Type 0M2, meeting the requirements of EIA/TIA 492-AAAB-A or ISO/IEC 11801 The fiber core diameter shall be 50 pm All multimode optical fibers shall have a maximum attenuation of 3 0 dB/km at 850nm and 1 0 dB/km at 1300nm Completed cable assemblies shall be rated for 1000BaseLX Ethernet communications 9-29.3(1)A SINGLEMODE FIBER OPTIC CABLE This section is revised to read Single -Mode optical fibers shall be EIA/TIA 492-CAAB or ISO/IEC 11801 Type 0S2, low water peak zero dispersion fibers. meeting the requirements of ITU -T G 652 D 92 G:\PROJECTS12015115150E‘SPEC\West Parking Lot And Bridge \15150 SPEC - W Parking Lot & Bridge.Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9-29.6 LIGHT AND SIGNAL STANDARDS The third paragraph is revised to read Light standard, signal standards, slip base hardware and foundation hardware shall be hot dip galvanized in accordance with AASHTO M 111 and AASHTO M 232. Where colored standards are required, standards shall be powder -coated after galvanizing in accordance with Section 6-07 3(11). The standard color shall be as specified in the Contract. 9-29.6(1) STEEL LIGHT AND SIGNAL STANDARDS In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325" 9-29.6(2) SLIP BASE HARDWARE In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325". 9-29.7(2) FUSED QUICK -DISCONNECT KITS The table is supplemented with the following new row. LED* 10A 10A 20A The following footnote is inserted after the table Applies to all LED luminaires, regardless of wattage Fuses for LED luminaires shall be slow blow 9-29.10 LUMINAIRES The first sentence of the third paragraph is revised to read All luminaires shall be provided with markers for positive identification of light source type and wattage in accordance with ANSI C136 15-2011, with the exception that LED luminaires shall be labeled with the wattage of their conventional luminaire equivalents — the text "LED" is optional The table in the fourth paragraph is revised to read. Conventional Lamp Wattage Conventional Wattage Legend Equivalent LED Legend 70 7 7E 100 10 10E 150 15 15E 175 17 17E 200 20 20E 250 25 25E 310 31 31E 400 40 40E 700 70 70E 750 75 75E 1,000 X1 X1E 9-29.25 AMPLIFIER, TRANSFORMER, AND TERMINAL CABINETS Item 2C is revised to read c Transformer up to 12 5 KVA 20" 48" 24" Transformer 12 6 to 35 KVA 30" 60" 32" The following new sentence is inserted before the last sentence of item number 10 There shall be an isolation breaker on the input (line) side of the transformer, and a breaker array on the output (load) side 93 G \ PROJECTS \2015\15150E\SPEC \West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS AUGUST 1, 2016 9-35.12 TRANSPORTABLE ATTENUATOR The second sentence of the first paragraph is revised to read The transportable attenuator shall be mounted on, or attached to, a host vehicle that complies with the manufacturer's recommended weight range 94 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge Docx SPECIAL PROVISIONS FOR CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT - WEST PARKING LOT AND BRIDGE CITY OF YAKIMA PROJECT NO. PK2414 HLA PROJECT NO. 15150 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, 2016 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 — WEST PARKING LOT CURBS AND SIDEWALK New west parking lot improvements, including removal of existing parking lot asphalt and concrete curbing, new concrete curbing, new concrete sidewalk and handicap ramps, new parking lot illumination, and other miscellaneous construction SCHEDULE B — PRECAST CONCRETE BRIDGE New precast concrete pathway bridge and gravel pathway, and other miscellaneous construction 95 G:\ PROJECTS 12015\15150EISPEC\West Parking Lot And Bridge \15150 SPEC - W Parking Lot & Bridge.Docx 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 2016, 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" 96 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge115150 SPEC - W Parking Lot & Bridge Docx 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 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 2nd Street Yakima, WA 98901 The terms "Contracting Agency", `Agency" and "Owner" are interchangeable 97 G \PROJECTS\2015115150EtSPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bridge.Docx Engineer HLA Engineering and Land Surveying, Inc (HLA) 2803 River Road Yakima, WA 98902 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 After award of the Contract, electronic PDF plans and specifications will be emailed to the Contractor 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. 98 G \ PROJECTS \2015\15150E1SPEC\West Parking Lot And Bndgel15150 SPEC -W Parking Lot & Bridge Docx 1-02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices, extensions, summations, the total bid amount; signatures, date, and, where applicable, retail sales taxes and acknowledgment of addenda, the bidder's name, address, telephone number, and signature, the bidder's D/M/WBE commitment, if applicable, a State of Washington Contractor's Registration Number; and a Business License Number, if applicable Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4 If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated 5 Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid Delete the last paragraph, and replace it with the following The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) A bid by a partnership shall be executed in the partnership name, and signed by a partner A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 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 99 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge115150 SPEC - W Parking Lot R. Bridge.Docx 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following Bid bonds shall contain the following 1 Contracting Agency -assigned number for the project; 2 Name of the project; 3 The Contracting Agency named as obligee, 4 The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded, 5 Signature of the bidder's officer empowered to sign official statements The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature, 6 The signature of the surety's officer empowered to sign the bond and the power of attorney If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (August 15, 2016 APWA GSP, Option A) Delete this section and replace it with the following Each proposal shall be submitted in a sealed envelope, with the Project Title 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 If the project has FHWA funding and requires DBE Written Confirmation Document(s) or Good Faith Effort (GFE) Documentation, then to be considered responsive, the Bidder shall submit written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272-056 EF, as required by Section 1-02 6 The DBE Written Confirmation Document(s) and/or GFE (if any) shall be received either with the Bid Proposal or as a Supplement to the Bid The document(s) 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) must be submitted in a sealed envelope labeled the same as for the Proposal, with "DBE Supplemental Information" added 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 DBE confirmations or GFE documentation proposal that is received after the time specified above, or received in a location other than that specified in the Call for Bids 100 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge \15150 SPEC - W Parking Lot & Bridge Docx 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 (January 4, 2016 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 a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02 6, i The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1-02 6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions, j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02 6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made, k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation, or I. More than one proposal is submitted for the same project from a Bidder under the same or different names 101 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC - W Parking Lot & Bridge.Docx 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, 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 (March 8, 2013 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 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 102 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC - W Parking Lot & Bridge Docx 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 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 103 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge \15150 SPEC - W Parking Lot & Bridge.Docx 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 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 104 G\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx 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, 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. 105 G \PROJECTS\2015115150E \SPEC \West Parking Lot And Bridge115150 SPEC - W Parking Lot & Bridge Docx 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), 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 106 G \PROJECTS\2015\15150E1SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx 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. 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, 107 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bndge.Docx 5 Amendments to the Standard Specifications, 6 Standard Specifications, 7 Contracting Agency's Standard Plans or Details (if anv), 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 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 1-04.6 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 108 G \PROJECTS\2015\15150E1SPEC\West Parking Lot And Bndge\15150 SPEC - W Parking Lot & Bridge Docx 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 consti- tute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages At the Contractor's risk, the Engineer may suspend all or part of the work according to Section 1-08.6. 1-05.3 Working Drawings 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. 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 109 G\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge Dock 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 1-05.4 Conformity with and Deviations from Plans and Stakes This section is supplemented with the following The Contractor shall be responsible for all surveying required for this project. A Professional Surveyor, licensed in the State of Washington, shall be employed by the Contractor to perform all horizontal and vertical control work, and to do the construction staking, including setting offset points and grades The Contractor shall protect all existing monuments within the construction limits from being disturbed or damaged in any way during construction If any monuments are disturbed, damaged or removed during construction, the Licensed Surveyor shall replace such monuments in accordance with State Law including recording a Land Corner Record for each monument affected All associated costs for the survey work shall be incidental to the other bid items of the project. 1-05.5 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 110 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx 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. 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 111 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC - W Parking Lot & Bridge Docx 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. 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 112 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge115150 SPEC - W Parking Lot & Bridge Docx 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 lnspection Delete this section and replace it with the following 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion The Engineer may also establish the Substantial Completion Date unilaterally If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons 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 113 G-PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC - W Parking Lot & Bndge.Docx 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 Final Acceptance 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 114 G VPROJECTS12015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge-Docx 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 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. 115 G\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge Docx 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use 1-06.1(4) Fabrication Inspection Expense Delete this section in its entirety 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) 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 Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03 21 The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e g utilization of on-site material and aggregates from concrete returned to the supplier) The Contractor's report shall be provided on DOT form 350-075 Recycled Materials Reporting 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 116 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Dock 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 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 117 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge \15150 SPEC - W Parking Lot & Bridge Docx 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 All costs required to comply with this section shall be the responsibility of the Contractor 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 Water & Irrigation 2301 Fruitvale Blvd , Yakima, WA 98902 (509) 576-6154 CenturyLink 8 S 2nd Ave , Room 304, Yakima, WA 98902 (509) 575-7185 Charter Communications 1005 N 16'h Ave , Yakima, WA 98902 (509) 962-4801 City of Yakima Wastewater Div 2220 E Viola, Yakima, WA 98901 (509) 575-6077 Cascade Natural Gas Corp 701 S 1s1 Ave , Yakima, WA 98902 (509) 961-7909 Pacific Power 500 N Keys Road, Yakima, WA 98901 (509) 575-3158 Old Union Canal P 0 Box 1586, Yakima, WA 98907 (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 118 G \PROJECTS\2015115150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bndge.Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 -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 forty-five (45) 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. 119 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bndge.Docx 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 45 -day prior written notice to the Contracting Agency of any cancellation or reduction of coverage 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 1-07.18(5)H Professional Liability (May 10, 2006 APWA GSP) The Contractor and/or its Subcontractor and/or its design consultant providing construction management, value engineering, or any other design -related non -construction professional services shall provide evidence of Professional Liability insurance covering professional errors and omissions Such policy must provide the following minimum limits $1,000,000 b) per Claim If the scope of such design -related professional services includes work related to pollution conditions, the Professional Liability insurance shall include Pollution Liability coverage If insurance is on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. 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 ) 120 G \PROJECTS\2015115150E1SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx 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 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 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 121 G\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC - W Parking Lot & Bridge.Docx 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 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 122 G \PROJECTS\2015\15150E\SPEC \West Parking Lot And Bndge\15150 SPEC - W Parking Lot & Bridge Docx not possible, the Contractor shall leave written notification 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 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) 123 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge.Docx 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 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 Saturday, Sunday, or holiday, or longer than an 8 -hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work 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 such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours 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 124 G \PROJECTS\2015\15150E\SPEC1West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx Revise the eighth paragraph to read On all projects funded with Contracting Agency funds only, 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. 125 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bridge.Docx Washington State Department of Transportation Request to Sublet Work (Check all that apply for State Program) ❑ Disadvantaged Business (DBE) ❑ Veteran Owned Business (VBE) 0 Woman Owned Business (WBE) 0 State Small Business (SBE) 0 Federal Small Business (FBE) (Federal Program) 0 Minority Owned Business (MBE) 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: IN ❑ Lower Tier Subcontractor Subcontractor 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 Employer l.D Number, Use Owner's Social Security Number Item No Partial Item Description Amount I understand and will insure 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 EF Revised 04/2016 Distribution White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. 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 1-08.5 Time for Completion Add the following to the first paragraph Thirty (30) working days after the date set forth in the Notice to Proceed shall be allowed for completion of all Contract work 127 G:\PROJECTS\2015\15150EtSPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bridge Docx 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 (August 14, 2013 APWA GSP, Option A) Revise the third and fourth paragraphs to read Contract time shall begin on the first working day following the Notice to Proceed Date Each working day shall be charged to the contract as it occurs, until the contract work is physically complete If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease Each week the Engineer will provide the Contractor a statement that shows the number of working days (1) charged to the contract the week before, (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day Revise the sixth paragraph to read The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor The following events must occur before the Completion Date can be established 1 The physical work on the project must be complete, and 2 The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date a Certified Payrolls b Material Acceptance Certification Documents c Final Contract Voucher Certification d Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors e Property owner releases per Section 1-07.24 f Project record drawings per Section 1-05 3(1) g 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 128 G \PROJECTS \2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC - W Parking Lot & Bridge Docx 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 1) Revise the third paragraph to read Scale Operations — "Contractor -provided scale operations" are defined as operations where a scale is set up by the Contractor specifically for the project and most, if not all, material weighed on the scale is utilized for Contract Work In this situation, the Contractor shall provide, set up, and maintain the scales necessary to perform the Work. The Contracting Agency will provide a person to operate the project scale, write tickets, perform scale checks and prepare reports 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 con- struction 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 129 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge.Docx 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. 130 G \ PROJECTS \2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bridge_Docx The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the work performed on a monthly basis A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification Absent a lump sum breakdown, the Project Engineer will make a determination based on information available The Project Engineer's determination of the cost of work shall be final Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer A progress estimate cutoff date will be established at the preconstruction conference The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date Progress estimates made during progress of the 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 Contracting Agency has up to 45 calendar days after the progress estimate to issue the progress payment to the Contractor The Contractor shall submit his signed Application for Payment within three (3) working days of the progress estimate cutoff date After the application for payment is reviewed by the Engineer, the Engineer will make a recommendation to the Contracting Agency for action at the first available meeting of the governing body that payment be made. Payment to the Contractor will be made within approximately 30 calendar days from said meeting. 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 131 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot 8 Bridge.Docx 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 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 132 G \ PROJECTS \2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bridge Docx 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) 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 133 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bridge Docx 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 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 134 G \PROJECTS\2015\15150E1SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx 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 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 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 replaced shall be temporarily placed on the adjacent properties or stored as directed by the Engineer The removal and replacement of all fencing 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 incidental work to the various bid items 2-01.4 Measurement Supplement this section with the following No unit of measurement shall apply to Roadside Cleanup 135 G1PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bridge.Docx 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, will be considered as incidental work to the various bid items and no separate payment will be made 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 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 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, will be considered as incidental work to the various bid items and no separate payment will be made 136 G \PROJECTS12015\1515DE\SPEC\West Parking Lot Arid Bridge 115150 SPEC - W Parking Lot & Bridge Docx 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 The material to be excavated shall be classified as "Un- classified 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. 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 137 G:\PROJECTS\2015\15150E1SPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bndge Docx 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 improvements, 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-O3.3(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 2-04 HAUL 2-04.5 Payment Delete this section and replace it with the following All haul of materials on this project is incidental to and included in other pay items of work 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-O7.3(A) Water Supplied From Hydrants The Contractor shall contact the City of Yakima Water/Irrigation Division to secure a metered hydrant connection and comply with all requirements before obtaining water from fire hydrants The Contractor shall notify the Engineer as soon as the permit has been obtained 138 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge.Docx 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. The Contractor shall convey the water from the nearest convenient hydrant at their own expense and as approved by the City of Yakima Water/Irrigation Division The Contractor shall be responsible for all costs associated with the use of the hydrant, including rental fees and metered water use 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 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 will 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 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 139 G'\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC - W Parking Lot & Bridge.Docx 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 5-04.3 Construction Requirements 5-04.3(2) 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) Hot Mix Asphalt 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(5)E 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 CI 1/2 -Inch PG 64-28 " 5-04.3(7) Preparation of Aggregates 5-04.3(7)A1 General Supplement this section with the following 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 Engineer may require an adjustment in the asphalt binder content of the mix design by ± 0 5% at no additional cost to the City of Yakima 5-04.3(7)A2 Statistical or Nonstatistical Evaluation Delete this section and replace it with the following The Contractor shall be responsible for verification of the mix design 140 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge \15150 SPEC - W Parking Lot & Bridge Docx 5-04.3(8)A Acceptance Sampling and Testing — HMA Mixture 5-04.3(8)A1 General Delete this section and replace it with the following Acceptance of HMA shall be as provided under Nonstatistical or Commercial evaluation 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 The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of Nonstatistical evaluation Commercial HMA can be used for patching utility or conduit trenches less than 24 inches in width 5-04.3(8)A5 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) Compaction 5-04.3(10)B Control Delete this section and replace 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 141 G.\PROJECTS\2015\15150E\SPEC \West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bridge.Docx 5-04.3(11) Reject Work Supplement this section with the following Delete all references to 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 5-04.3(14) Planing Bituminous Pavement Delete the third paragraph and replace it with the following All debris resulting from the planing operation shall become the property of the Contractor and be disposed of in accordance with Section 2-03 3(7)C 5-04.3(15) 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 CI 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 at his expense to the satisfaction of the Engineer All transitions to existing asphalt concrete and cement concrete driveways, curb, asphalt thickened edge for gutter, and walkways shall be vertically sawcut at least two (2) inches deep with straight, uniform edges 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 5-04.3(17) Paving Under Traffic Delete the following in the last paragraph "except the costs of temporary pavement markings" 142 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge.Docx 5-04.3(19) Sealing of 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 " Add the following The cost of providing and applying the fog seal shall be incidental to the unit contract price per ton for "HMA CI 1/2 -Inch PG 64-28 " 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 incidental and included in the unit contract prices of the other work items. 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 incidental and included in the unit contract price of other work items Payment for HMA CI 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 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 7-02 CULVERTS 7-02.3 Construction Requirements 7-02.3(6) Precast Reinf. Conc. Three Sided Structures, Box Culverts and Split Box Culverts 7-02.3(6)A1 Design Criteria Delete the first paragraph and replace with the following:. The precast reinforced concrete three -sided structure shall be designed by a Professional Engineer registered in the State of Washington for HS -20 loading in accordance with the latest edition of the AASHTO Standard Specifications for Highway Bridges. The structure backfill will be Gravel Backfill for Walls, Section 9-03 5(2) The design soil bearing pressure is 1500 psf. The upstream and downstream edge of the end units shall be fabricated with 2 foot headwalls design to accommodate a steel handrail 7-02.5 Payment Section 7-02.5 is supplemented with the following. The lump sum unit price bid for "Precast Reinf Conc. Three Sided Structure No ," shall include all costs incidental to the designing, manufacturing, and installing the precast reinforced concrete three sided structure, to include but not be limited to, precast concrete footings, slab bases, 143 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bridge.Docx wingwalls, cutoff walls, weld -tie welding, steel handrail and keyway grouting all as shown on the Plans and as specified herein 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 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 9-1518 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 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) 144 G\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx 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 698 Tests (Standard 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 incidental to the various bid items. 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. Add the following to the fifth paragraph Backfill around all structures shall be water settled with a minimum of 2,000 gallons of water 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(6) 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 145 G'\PROJECTS\2015115150E\SPEC\West Parking Lot And Bndge115150 SPEC - W Parking Lot & Bridge.Docx 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 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 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, 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 incidental to this bid item 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 incidental to the Contract. 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 146 G \ PROJECTS \2015\15150E\SPEC\West Parking Lot And Bridge \15150 SPEC - W Parking Lot & Bndge.Docx 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 8-02.5 Payment Supplement this section with the following "Landscape Restoration", by force account as provided in Section 1-09 6 The unit contract price per square yard for "Sodded Lawn Repair", shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install new top soil and sod, including, but not necessarily limited to, placing top soil, fine grading, surface preparation, fertilizing, placing sod, and monitoring the newly placed sod area for two weeks following completion The unit contract price per ton for "Imported Topsoil", shall be full compensation for all labor, tools, equipment, and materials, necessary to complete this item in place including furnishing, placing, spreading, processing, and compacting topsoil as directed by the Engineer 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 Detail Sheet of the Plans 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 wheel- chair 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 requiredto 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 147 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx 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 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3 Construction Requirements 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 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 Sidewalk ramps shall be constructed as shown on the Plans in accordance with the Standard Plans or as shown otherwise in the Details 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 8-14.4 Measurement Replace the second paragraph with the following Cement concrete curb ramps will be measured per each regardless of curb ramp type and shall include installation of pedestrian curb and detectable warning surface 8-14.5 Payment Supplement this section with the following "Cement Conc Sidewalk =Inch Thick," per square yard 148 G \ PROJECTS \2015\15150E\SPEC'West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge Docx "Cement Conc Curb Ramp," per each Payment for pedestrian curb and detectable warning surface shall be included in payment for "Cement Conc. Curb Ramp " Payment for crushed surfacing top course placed under sidewalks and sidewalk ramps shall be incidental to other items of work 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.1 Description Supplement this section with the following The work under this item includes furnishing and installation of underground PVC conduits with pull rope, pull boxes, conductors, street lights, cement concrete anchor bases, anchor bolts, and electrical service for a complete installation ready for service 8-20.2 Materials Supplement this section with the following The provisions of Section 9-29 shall apply, except for the following modifications or additions* Conduit: Below grade conduit on this project shall be Schedule 40 PVC, conforming to NEMA TC 2. Rigid Steel Conduit and Fittings shall be used for all bends, entrances, and exits of pull boxes and where required by code. Conduit bends shall have no less than 12 -Inch radius A 1/8 -Inch braided nylon rope, 450 pounds minimum breaking strength, shall be installed in each conduit run with two (2) feet doubled back at each termination When the conductors are pulled, a rope shall be re -pulled with the conductor and left for future use Pull rope shall be installed in all spare conduits Light Standards Poles and arms shall be provided by the City of Yakima Anchor bolts, nuts, and washers shall be hot -dipped galvanized over their entire length per ASTM A-153 All poles, arms and accessories shall be furnished by the same manufacturer Accessories shall include anchor bolts (each with heavy hex nuts and washers) as sized by the manufacturer, bolt templates, full base covers, and removable pole end caps LED luminaires shall be standard 4000k, minimum 53W, 120-277V, with individual photoelectric controls Luminaires shall be CREE XSP1 Series LED Horizontal Tenon — Type 111 Luminaire, or approved equal. Service Cabinets A 200 AMP post mounted service cabinet type EUSERC 308 as required by Pacific Power 8-20.2(1) Equipment List and Drawings Delete the first paragraph and replace it with the following. The contractor shall submit all working drawings, shop drawings, sample articles, catalog cuts, and Requests for Approval of Material Source (RAMS) for electrical items at the Pre -Construction Conference The Contractor shall order all major electrical items within ten working days of approval of these submittals and shall provide a copy of the order authorization, purchase order, or release -to - ship to the Engineer No extension of contract working days or suspension of contract time shall be granted due to the Contractor's failure to submit RAMS and/or order electrical items in accordance with this paragraph 149 G\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge.Docx Replace item 1 of the fourth paragraph with the following 1 Light standards with or without pre -approved plans 8-20.3 Construction Requirements 8-20.3(1) General Supplement this section with the following Prior to installation, the Contractor shall inform the Engineer when the luminaire equipment has arrived on-site The Engineer will compare the supplied luminaire equipment to the approved shop drawings prior to installation and must be present during installation to check for socket settings and luminaire head orientation The Contractor is responsible for coordinating with the Department of Labor and Industries, the Engineer, and Pacific Power for all required inspections and service 8-20.3(2) Excavating and Backfilling Delete the first paragraph and replace it with the following The excavation required for the installation of conduit, cement concrete anchor bases, and pullboxes shall be performed in such a manner as to cause the least possible damage to streets, sidewalks, and other improvements The trenches shall not be excavated wider than necessary for the proper installation of the conduit and pullboxes Anchor base excavation shall be augered or dug by hand with proper care to avoid damage to other utilities Excavation shall not be performed until immediately prior to installation of conduit and/or structures The material from the excavation shall be placed so as to cause the least interference to vehicular and pedestrian traffic and to surface drainage All surplus excavated material shall be removed and disposed of by the Contractor Back- filling shall be as shown on the Plans and shall conform to the provisions specified herein Compac- tion of conduit trenches and structure backfill shall be accomplished by a method which will result in backfill compacted to at least 95% of maximum density 8-20.3(4) Foundations Supplement this section with the following The top six inches (anchor base) of the concrete foundation shall be formed and finished 24 -inches square with 3/4 -Inch chamfer edges, and the top shall be at finish sidewalk grade The anchor base shall be separated from adjacent concrete surfaces by means of expansion joints Forms for the anchor bases shall be true to line and grade and the conduit ends and anchor bolts shall be held in proper position and height by means of a temporary template After standards are plumbed, the Contractor shall grout between the base plate and anchor base as shown on the Plans 8-20.3(5) Conduit Supplement this section with the following The ends of conduits for future connection shall be marked with an 18" long section of #4 rebar buried vertically with the top of the rebar set 6" below the finished grade 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes Replace the first paragraph with the following The terms "pullbox" and "junction box" are considered interchangeable 150 G \PROJECTS\2015' 15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge.Docx Pullboxes shall be constructed as shown on the Plans and in accordance with Standard Plan J-40 10 Type 1 The pullboxes shall be installed true to line and grade The pullboxes shall be placed where shown on Plans and shall be separated from other concrete surfaces by an expansion joint. 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets Supplement this section with the following The Contractor shall submit shop drawings for all new services The shop drawings shall show the proposed service panel layout, wiring schematics, circuit breaker layouts, attachment, and installation details. All of the work shall meet the requirements of the local electrical utility company, Pacific Power, and the National Electric Code The Contractor shall provide conduits to the proposed service locations shown on the Plans and shall coordinate the location of the service(s) with Pacific Power 8-20.3(13)A Light Standards Supplement this section with the following. Light standards shall have square base flanges requiring four (4) anchor bolts for connection to foundation Anchor bolt covers shall be provided on all light standards 8-20.5 Payment Delete this entire section and replace it with the following* The lump sum contract price for "Illumination System, Complete" shall be full compensation for fur- nishing all labor, materials, tools, equipment and incidentals necessary to construct a complete illumination and electrical system as shown on the Plans and specified herein, including excavation, backfilling, concrete foundations, light standards, luminaires, lamps, electrical service, pull boxes, conduit, conductor, imported gravel pipe bedding material in the pipe zone, wiring, restoring facilities destroyed or damaged during construction, and making all required tests All additional materials and labor not shown on the Plans or called for herein and which are required to complete the various systems shall be considered as incidental to the construction and be included in the lump sum contract price, and no additional compensation shall be allowed 8-22 PAVEMENT MARKING 8-22.1 Description Supplement this section with the following: This work includes temporary pavement markings as described in the Plans 8-22.3(3)E Supplement this section with the following All pavement lines over 200 feet long shall be applied using a truck mounted striping machine 151 G.\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge.Docx 8-22.5 Payment Supplement this section with the following The lump sum bid price for "Pavement Markings" shall be full compensation for all labor, tools, equipment, and materials necessary to complete this item of work in place, including dimensional layout in the field, cleaning pavement surfaces, removal of existing pavement markings, and furnishing and installing all painted markings, as shown on the Plans 152 G \FROJECTS2015\15150E1SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx CONTRACT THIS AGREEMENT, made and entered into in triplicate, this day of , 2017, by and between the City of Yakima, hereinafter called the Owner, and TTC Construction, Inc., a Washington Corporation, hereinafter called the Contractor WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows. I The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF $211,969.21, for Randall Park Improvement Project — West Parking Lot and Bridge, City Project No. 2414, all in accordance with, and as described in the attached plans and specifications and the 2014 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Thirty (30) working days. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11th day after the date on which the City issues the Notice to Proceed If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III INDEMNIFICATION The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor V It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written Countersigned CITY OF YAKIMA CONTRACTOR this( 7 day of\ ( .V'� J2017 Attest: yClerk =',.(NK111� N, V,li :'jj t (% SEAL �. . CITY CONTRACT NOvV .+ �� Q—CW\ Mc'tk,CN-v()tr•, ,a Corporation Contractor =, BY• (Print Name) Itsi��jt (President, Owner, etc.) ress. \ i \ C")-26 * RESOLUTION NO: f2 •moo /s- /26s/ 04,Nr\i w�Ior PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS. Bond No BD750162 That whereas the City of Yakima, Washington has awarded to TTC Construction, Inc. (Contractor) hereinafter designated as the "Principal" a contract for the construction of the project designated Randall Park Improvement Project — West Parking Lot and Bridge, City Project No. 2414, all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract: NOW, THEREFORE, we, the principal, and Nationwide Mutual Insurance Company (Surety), a corporation, organized and existing under and by virtue of the laws of the State of Ohio , duly authorized to do business in the State of Washington, as surety, are jointly and severally held and firmly bound unto the City of Yakima, Washington, in the penal sum of $ 211,969.21 (Total Contract Amount) lawful money of the United States, the payment of which we jointly and severally bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents. THE CONDITIONS OF THIS BOND IS SUCH, that if the above bonded principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and materialmen; the claims of any person or persons arising under the contract to the extent such claims are provided for in RCW 39.08.010; the state with respect to taxes imposed pursuant to Titles 50, 51 and 82 RCW which may be due; and all persons who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Yakima, Washington, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub -contractor in the performance of said work, and shall indemnify and hold the City of Yakima, Washington, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract, or from defects appearing or developing in the material or workmanship provided or performed under.said contract after its acceptance thereof by the City of Yakima, Washington, and all claims filed in compliance with Chapter 39.08 RCW are resolved and all taxes pursuant to Titles 50 and 51 and 82 RCW have been paid, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers this 12th day of June , 201 7 , Approved as to form: (Title) ti( (Ci y�y) TTC Construction, Inc. By: (Principal) (Signature) (Print Name) Nationwide Mutual Insurance Company (Surety) WILL (Signature) By' L) �j t of - JJ (Signature) Virginia L. Weber (Print Name) Attorney -in -Fact (Title) Pi Nationwide Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT Nationwide Mutual Insurance Company, an Ohio corporation AMCO Insurance Company, an Iowa corporation National Casualty Company, an Ohio corporation Allied Property and Casualty Insurance Company, an Iowa corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: ERIN L. REPP KATHY GURLEY H. KEITH MCNALLY WILLIAM G DINNEEN CHRIS LARSON DIANA R. WILLIAMS VIRGINIA L. WEBER each in their individual capacity, its true and lawful attomey-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of FIVE MILLION AND NO/100 DOLLARS $5,000,000.00 and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require, and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company " "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto, provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attomey is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved or stamped on any approved document, contract, instrument, or other papers of the Company IN WITNESS WHEREOF, the Company has caused this instrument to be sealed, nd duly attested by the signature of its officer the February 2017 / ,:SEAL.,y I,,d;i4;o WW1% Ili Air4 t tPOP1)r r.s % .SEAL.J, 16th day of Antonio C Albanese, Vice President of Nationwide Mutual Insurance Company, National Casualty Company, AMCO Insurance Company, Allied Property and Casualty Insurance Company ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF NEW YORK: ss On this 16th day of February , 2017 , before me carne the above-named officer for the Company aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company /r 1J6 BARRYT BASSIS Notary Public, State of New York No. 028A4656400 Qualified in New York County Commission Expires April 30, 2019 Notary Public My Commission Expires CERTIFICATE Apnt 30, 2019 I, Parag H Shah, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporal- ..aid Company this 1 2th day of June 2017 This power of attorney expires April 30, 2019 BDJ 1(01-17)00 47012 Assistant Secretary 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: % T C Ce -r-Rtk _A ork, f 1C - Dated this c:'?"5— day of /72-14-y , 20 1 Signature: Printed Name: 5/4'J0(10) e' l - Phone #: .6?)( 44 4 -5? -3 /6/4 Email Address: t....11444 =SWee-ra/tT-. 7-7-c Ocr•a; 1. c 0 en. 155 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot Arid Bridge\15150 SPEC -W Parking Lot & Bridge.Docx 1• MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON ) COUNTY OF YAKIMA ) ss I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. / I C Co A) -s -r &r<_, ,tic. Contractor Subscribed and sworn to before me on this 02-5— day of 7n4/*/ , 2017 CAXJ‘tait.- Notary Public in and for the State of Washington residing at t- 159 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge.Docx /3 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON ) COUNTY OF YAKIMA ) ss I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work, and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or Tess than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Subscribed and sworn to before me on this Contractor day of , 2017 Notary Public in and for the State of Washington residing at 159 G'\PROJECTS \2015\15150E\SPEC\West Parking Lot And Bridge \15150 SPEC - W Parking Lot & Bridge Docx PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39 12 RCW, as amended The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39 12 060 as amended Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504-4540 Telephone: 360-902-5335 160 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge115150 SPEC -W Parking Lot & Bodge Docx COPY TTCCONS-01 AS RD '4� R� CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YVYY) 06/09/2017 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 suchOpendorsement(s). PRODUCER Yakima Office Pa neWest Insurance, Inc. 1430 N. 16th Ave., Building H Yakima, WA 98902 NAMEACT Alison Freisz-Steward PHONE FAX (A/c, No, Ext): (A/X, No): I E-MAIL asteward@paynewest.com ADDRESS: @p Ynewest.com INSURER(S) AFFORDING COVERAGE NAIC fi INSURER A. Ohio Security Insurance Co. 24082 INSURED TTC Construction, Inc 12871 Summitview Road Yakima, WA 98908 INSURER B: Ohio Casualty Insurance 24074 INSURER C . 10/18/2017 INSURER D . 1,000,000 INSURER E . INSURER F . OCCUR COVERAGES • • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE 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 LTR TYPE OF INSURANCE ADDL INSD SUBR wVD POLICY NUMBER POLICY EFF IMM/DD/YYYY) POLICY EXP (MMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X X BKS(17) 55672103 ( ) 10/18/2016 10/18/2017 EACH OCCURRENCE 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) 1,000,000 $ MED EXP (Any one person) $ 15,000 PERSONAL 8 ADV INJURY $ 1,000,000 GEN'L X AGGREGATE POLICY OTHER: X LIMIT APPLIES JECT PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 WA STOP GAP $ 1,000,000 A AUTOMOBILE X LIABILITY ANY AUTO AUTEOS ONLY WNED AUTOS ONLY SCHEDULED SVUyLED AUTO ONLYY X X BAS(17)56965189 10/18/2016 10/18/2017 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ BODILY INJURY (Per person) $ $ $ INJURY (Per accident) BODILY (Perr accidentli)AMAGE $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X x USO(17)55672103 10/18/2016 10/18/2017 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ DED X RETENTON$ 10,000 2,000,000 A AND EMPLOYERS' COMPENSATION AND PROPRIETOR/PARTNER/EXECUTIVE MandaFFICER/ riMg ER EXCLUDED? tory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A BKS(17) 55672103 10/18/2016 10/18/2017 STATUTE X OTH- E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYEE 1,000,000 $ E.L. DISEASE - POLICY LIMIT 2,000,000 $ DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) Job: Randall Park Improvements - West Parking Lot & Bridge City Project No. 2414 The City of Yakima, its agents, employees, authorized volunteers, and elected officials, are named Additional Insured with respect to their interest In the operations of the Named Insured. Coverage is primary and non-contributory and waiver of subrogation applies. CERTIFICATE HOLDER CANCELLATION City of Yakima 129 North 2nd Street Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE bd ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG88100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION Thls endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1 1 1 1 INDEX SUBJECT PAGE NON -OWNED AIRCRAFT 2 NON -OWNED WATERCRAFT 2 PROPERTY DAMAGE LIABILITY - ELEVATORS 2 EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 EXTENSION OF SUPPLEMENTARY PAYMENTS - COVERAGES A AND B 3 ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT 3 PRIMARY AND NON-CONTRIBUTORY- ADDITIONAL INSURED EXTENSION 5 ' ADDITIONAL INSUREDS • EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" 6 WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION • MANAGEMENT EMPLOYEES 6 NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7 FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT LIBERALIZATION CLAUSE BODILY INJURY REDEFINED EXTENDED PROPERTY DAMAGE 7 7 7 7 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - 8 WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU CG 88 10 04 13 Q 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 8 1 1 1 1 1 1 1 1 1 With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON -OWNED AIRCRAFT Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, exclusion g. Aircraft, Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured; 2. It is hired, chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada, designating her or him a commercial or airline pilot; and 4. It is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance, whether primary, excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other basis, that would also apply to the Toss covered under this provision. B. NON -OWNED WATERCRAFT Under Paragraph 2. Exclusions of Section 1- Coverage A - Bodily Injury And Property Damage Liability, Subparagraph (2) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY - ELEVATORS 1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liabil- ity, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV - Commercial General Liability Conditions, Condition 4. Other Insurance, Paragraph b. Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary, excess, contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the follow- ing: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning, explosion, smoke, or leakage from an automatic fire protection system) to: (i) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III - Limits of Insurance. CG 88 10 04 13 ® 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 8 b. The last paragraph of subsection 2. Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III - Limits Of Insurance. 2. Paragraph 6. under Section III - Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to: a. Any one premise: (1) While rented to you; or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection sys- tems; or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) - Paragraph 9.a. of Definitions is replaced with the following: 9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement, is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I - Coverage C - Medical Payments, Subparagraph (b) of Paragraph a. is replaced by the following: (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS - COVERAGES A AND B 1. Under Supplementary Payments - Coverages A and 5, Paragraph 1.b. is replaced by the following. b. Up to $3,000 for 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 furnish these bonds. 2. Paragraph 1.d. is replaced by the following: 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. G. ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT 1. Paragraph 2. under Section III - Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreernent provided that the "bodily Injury" or "property damage" occurs, or the "per- sonal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or CG88100413 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc.. with its permission. Page 3 of 8 b. Premises or facilities rented by you or used by you; or c. The maintenance, operation or use by you of equipment rented or leased to you by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury", "property damage", or "personal and ad- vertising injury" arising out of the operations performed for the state or political subdivision; (2) This insurance does not apply to "bodily injury" or "property damage" included within the "completed operations hazard". Insurance applies to premises you own, rent, or control but only with respect to the following hazards: (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar expo- sures; or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. However; 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insur- ance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when: (3) (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such premises or facilities ends. With respects to Paragraph 1.c. above, this insurance does not apply to any "occurrence" which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section iV - Commercial General Liability Condi- tions. CG88100413 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office. inc., with its permission. Page 4 of 8 2. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section 1 - Coverage A - Bodily Injury And Property Damage Liability: This insurance does not apply to: a. "Bodily injury" or "property damage" arising from the sole negligence of the additional insured. b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. c. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the render- ing of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occur- rence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. d. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS endorsement is- sued by us and made a part of this policy. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shalt not increase the applicable Limits of Insurance shown in the Declarations. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4. Other Insurance of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amend- ed as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc, with its permission. Page 5 of 8 b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the addi- tional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. I. ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2. Duties in The Event Of Occurrence, Offense, Claim or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured. 2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III - Limits of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS 1 MALPRACTICE WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES Paragraph 2.a.(1) of Section II - Who Is An Insured is replaced with the following: (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employ- ment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or "volunteer worker" as a consequence of Paragraph (1) (a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1) (a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, if you are not in the business of providing professional health care services or providing profes- sional health care personnel to others, or if coverage for providing professional health care ser- vices is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) does not apply. Paragraphs (a) and (b) above do not apply to "bodily injury" or "personal and advertising injury" caused by an "employee" who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the "employee's" job responsibilities assigned by you, includes the direct supervision of other "employ- ees" of yours. However, none of these "employees" are insureds for "bodily injury" or "personal and CG88100413 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 8 advertising injury' arising out of their willful conduct, which is defined as the purposeful or willful intent to cause "bodily injury" or "personal and advertising injury", or caused in whole or in part by their intoxica- tion by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and collectable insurance available to your "employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3. of Section 11- Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which the ent;ty was acquired or formed by you; 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 and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV - Commercial General Liability Conditions, the following is added to Condition 6. Repre- sentations: Your failure to disclose all hazards or prior "occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior "occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE, OFFENSE. CLAIM OR SUIT Under Section IV - Commercial General Liability Conditions, the following is added to Condition 2. Duties In The Event of Occurrence, Offense, Claim Or Suit: Knowledge of an "occurrence", offense, claim or "suit" by an agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section II - Who Is An Insured or a person who has been designated by them to receive reports of "occurrences", offenses, claims or "suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge, your policy will automatically provide the coverage as of the day the revision is effective in your state. 0. BODILY INJURY REDEFINED Under Section V - Definitions, Definition 3. is replaced by the following: 3. "Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sick- ness or disease. CG 88 10 04 13 ® 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services office, Inc., with ns permission. Page 7 of 8 P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily Injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV - Commercial General Liability Conditions, the following is added to Condition 8. Trans- fer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard" provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contract or written agree- ment. CG88100413 ® 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 8 POLICY NUMBER. COMMERCIAL GENERAL LIABILITY CG 20 12 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS OR AUTHORIZATIONS This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE State Or Governmental Agency Or Subdivision Or Political Subdivision: Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured any state or governmental agency or subdivision or politi- cal subdivision shown in the Schedule, sub- ject to the following provisions: 1. This insurance applies only with respect to operations performed by you or on your behalf for which the state or gov- ernmental agency or subdivision or po- litical subdivision has issued a permit or authorization. However: a. The insurance afforded to such addi- tional insured only applies to the ex- tent permitted by law; and b. If coverage provided to the addition- al insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are re- quired by the contract or agreement to provide for such additional in- sured. CG 20 12 04 13 2. This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or b. "Bodily injury" or "property dam- age" included within the "products - completed operations hazard". B. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less This endorsement shall not increase the ap- plicable Limits of Insurance shown in the Dec- larations. © Insurance Services Office, Inc., 2012 Page 1 of 1 1 1 1 COMMERCIAL GENERAL LIABILITY CG 88 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE 'NON -OWNED AIRCRAFT 2 NON -OWNED WATERCRAFT 2 I PROPERTY DAMAGE LIABILITY - ELEVATORS 2 a IEXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 1 EXTENSION OF SUPPLEMENTARY PAYMENTS - COVERAGES A AND B 3 ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT 3 I PRIMARY AND NON-CONTRIBUTORY- ADDITIONAL INSURED EXTENSION 5 1 ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" 6 WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN IINSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES 6 NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7 1 FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 7 KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 1 LIBERALIZATION CLAUSE 7 BODILY INJURY REDEFINED 7 Im EXTENDED PROPERTY DAMAGE 8 I WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 8 WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU 1 1 1 CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 8 With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON -OWNED AIRCRAFT Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, exclusion g. Aircraft, Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured; 2. It is hired, chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada, designating her or him a commercial or airline pilot; and 4. It is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance, whether primary, excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other basis, that would also apply to the loss covered under this provision. B. NON -OWNED WATERCRAFT Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, Subparagraph (2) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is. (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY - ELEVATORS 1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liabil- ity, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations 2. The following is added to Section IV - Commercial General Liability Conditions, Condition 4. Other Insurance, Paragraph b. Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary, excess, contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the follow- ing: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning, explosion, smoke, or leakage from an automatic fire protection system) to: (i) Premises rented to you for a period of 7 or fewer consecutive days, or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III - Limits of Insurance. CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 8 b. The last paragraph of subsection 2. Exclusions is replaced by the following. Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III - Limits Of Insurance. 2. Paragraph 6. under Section III - Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to: a. Any one premise. (1) While rented to you, or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection sys- tems; or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) - Paragraph 9.a. of Definitions is replaced with the following: 9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement, is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I - Coverage C - Medical (b) of Paragraph a. is replaced by the following: Payments, Subparagraph (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS - COVERAGES A AND B 1. Under Supplementary Payments - Coverages A and B, Paragraph 1.b. is replaced by the following: b. Up to $3,000 for 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 furnish these bonds. 2. Paragraph 1.d. is replaced by the following: 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. G. ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT 1. Paragraph 2. under Section 11 - Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury" or "property damage" occurs, or the "per- sonal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 8 b. Premises or facilities rented by you or used by you; or c. The maintenance, operation or use by you of equipment rented or leased to you by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury", "property damage", or "personal and ad- vertising injury" arising out of the operations performed for the state or political subdivision, (2) This insurance does not apply to "bodily injury" or "property damage" included within the "completed operations hazard". Insurance applies to premises you own, rent, or control but only with respect to the following hazards: (3) (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar expo- sures, or (b) The construction, erection, or removal of elevators, or (c) The ownership, maintenance, or use of any elevators covered by this insurance. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insur- ance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such premises or facilities ends. With respects to Paragraph 1.c. above, this insurance does not apply to any "occurrence" which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section IV - Commercial General Liability Condi- tions. CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 8 1 I ; 1 1 1 1 1 1 1 1 1 1 1 1 2. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability: This insurance does not apply to. a. "Bodily injury" or "property damage" arising from the sole negligence of the additional insured. b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. c. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the render- ing of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occur- rence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. d. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed, or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS endorsement is- sued by us and made a part of this policy. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declaratio ns. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4. Other Insurance of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amend- ed as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 8 b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the addi- tional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. I. ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim or Suit: An additional insured under this endorsement will as soon as practicable a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured, and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured. 2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III - Limits of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS / MALPRACTICE WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES Paragraph 2.a.(1) of Section II - Who Is An Insured is replaced with the following (1) "Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employ- ment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business, (b) To the spouse, child, parent, brother or sister of that co -"employee" or "volunteer worker" as a consequence of Paragraph (1) (a) above, (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1) (a) or (b) above, or (d) Arising out of his or her providing or failing to provide professional health care services. However, if you are not in the business of providing professional health care services or providing profes- sional health care personnel to others, or if coverage for providing professional health care ser- vices is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) does not apply. Paragraphs (a) and (b) above do not apply to "bodily injury" or "personal and advertising injury" caused by an "employee" who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the "employee's" job responsibilities assigned by you, includes the direct supervision of other "employ- ees" of yours. However, none of these "employees" are insureds for "bodily injury" or "personal and CG 88 10 04 13 @ 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 8 advertising injury" arising out of their willful conduct, which is defined as the purposeful or willful intent to cause "bodily injury" or "personal and advertising injury", or caused in whole or in part by their intoxica- tion by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and collectable insurance available to your "employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3. of Section II - Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which the entity was acquired or formed by you; 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 and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV - Commercial General Liability Conditions, the following is added to Condition 6. Repre- sentations: Your failure to disclose all hazards or prior "occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior "occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT Under Section IV - Commercial General Liability Conditions, the following is added to Condition 2. Duties In The Event of Occurrence, Offense, Claim Or Suit: Knowledge of an "occurrence", offense, claim or "suit" by an agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section II - Who Is An Insured or a person who has been designated by them to receive reports of "occurrences", offenses, claims or "suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge, your policy will automatically provide the coverage as of the day the revision is effective in your state. O. BODILY INJURY REDEFINED Under Section V - Definitions, Definition 3. is replaced by the following: 3. "Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sick- ness or disease. CG 88 10 04 13 @ 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 8 P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following. a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV - Commercial General Liability Conditions, the following is added to Condition 8. Trans- fer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard" provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization, and 2. The injury or damage occurs subsequent to the execution of the written contract or written agree- ment. CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 8 AAIS CL 0103 03 10 Page 1 of 3 COMMON POLICY CONDITIONS WASHINGTON 1. Assignment -- This policy is void if it is as- signed without "our" written consent. 2. Cancellation or Nonrenewal a. "You" may cancel this policy by returning the policy to "us" or by giving "us" no- tice requesting cancellation. If notice is not in writing, "we" may request written confirmation. "Your" notice must state at what date coverage is to stop. "We" will cancel the policy on the later of the date notice is received or the date "you" re- quest cancellation. "Our" request for "your" written confirmation will not de- lay the requested effective date. b. "We" may cancel or not renew this poli- cy, or one or more of its parts, by delivering or mailing written notice of cancellation or nonrenewal to "you" at "your" last mailing address known to "us", and to "your" agent or broker of record. If notice is mailed, proof of mail- ing will be sufficient proof of notice. The notice will include the reasons for can- cellation or nonrenewal and will state the time that the cancellation is to take effect. c. Except as provided in d. below, if "we" cancel this policy for: 1) nonpayment of premium, "we" will give notice at least ten days before the cancellation is effective. 2) any other reason, "we" will give no- tice at least 45 days before the can- cellation is effective. Except as provided in d. below, "we" will also deliver or mail like notice of cancella- tion to each mortgagee, pledgee, or other person shown by the policy to have an interest in any loss. d. This section applies to policies providing coverage for fire damage to a structure except it does not apply to an Inland Ma- rine policy. If "we" cancel this policy because two or more of the following conditions exist at any structure that is covered under this policy, "we" will give "you" notice at least five days before cancellation is ef- fective. 1) Without reasonable explanation, the building is unoccupied for more than 60 consecutive days, or at least 65% of the rental units are unoccupied for more than 120 consecutive days un- less the structure is maintained for seasonal occupancy or is under con- struction or repair; 2) without reasonable explanation, progress toward completion of per- manent repairs to the structure has not occurred within 60 days after re- ceipt of funds following satisfactory adjustment or adjudication of Toss re- sulting from a fire; 3) because of its physical condition, the building is in danger of collapse, 4) because of its physical condition, a vacation or demolition order has been issued for the building, or it has been declared unsafe in accordance with applicable law; 5) fixed and salvageable items have been removed from the building, in- dicating an intent to vacate the build- ing; 6) without reasonable explanation, heat, water, sewer, and electricity are not furnished for the building for 60 consecutive days, or 7) the structure is not maintained in substantial compliance with fire, safety and building codes. CL 0103 03 10 Copyright, American Association of Insurance Services, Inc., 2010 AAIS CL 0103 03 10 Page 2 of 3 The notice to "you" will be delivered or mailed by certified mail, return receipt re- quested, and by first class mail A copy of the notice will also be mailed to the insur- ance commissioner. Coverage will re- main in force solely for the benefit of each mortgagee, pledgee, or other per- son shown by the policy to have an inter- est in any covered loss until 20 days after "we" notify such mortgagee, pledgee, or other person of cancellation. e. If "we" decide not to renew this policy, "we" will give notice at least 45 days be- fore the policy expiration or anniversary date. However, a nonrenewal notice is not required if. 1) "you" have procured equivalent cov- erage prior to the expiration of the policy period; or 2) at least 20 days prior to the expira- tion of the policy period: a) "we" have expressed to "you" in writing, either directly or through "our" agent, "our" willingness to renew the policy; b) "we" have included with "our" written offer of renewal a state- ment of the amount of the pre- mium, or portion thereof, which "you" are required to pay in or- der to renew the policy; and c) "you" have failed to pay that re- quired premium when due. In the event of 1) or 2) above, the policy will terminate on its expiration date with- out further notice. f. If "you" cancel this policy, "we" will re- fund "your" return premium, if any, as soon as possible after receiving "your" policy or "your" written notice of cancel- lation. 3. 4. If "we" cancel this policy, "your" return premium, if any, will be refunded: 1) no more than 30 days after the date of "our notice of cancellation to "you" if "we" cancel for two or more of the conditions described in d 1) through d.7), and 2) as soon as possible if "we" cancel for any other reason. Any return premium will be computed on a pro rata basis Payment or tender of the unearned premium is not a condition of cancellation. Change, Modification, or Waiver of Policy Terms - - A change or waiver of "terms" of must be issued by "us" in writing this policy to be valid. Inspections - a. "We" have the right, but are not obligat- ed, to inspect "your" property and oper- ations. This inspection may be made by "us" or may be made on "our" behalf. b. An inspection or its resulting advice or re- port does not warrant that "your" prop- erty or operations are safe, healthful, or in compliance with laws, rules, or regula- tions. Inspections or reports are for "our" benefit only. However, this does not apply to an in- spection, or its resulting advice or report, that "we" make relating to the certifica- tion, under state or local statutes, ordi- nances, or regulations, of boilers, pres- sure vessels, or elevators. 5. Examination of Books and Records - "We" may examine and audit "your" books and records that relate to this policy during the policy period and within three years after the policy has expired CL 0103 03 10 Copyright, American Association of Insurance Services, Inc., 2010 AAIS CL 0103 03 10 Page 3 of 3 6. Renewal — If "we" decide to renew this poli- cy, "we" will give "you" and "your" agent on the account or broker of record written notice of "our" intent to renew and any changes in rates or contract provisions at least 20 days before the policy expiration or anniversary date. The renewal notice is not necessary if "you" have procured equivalent coverage pri- or to the expiration of the policy period. CL 0103 03 10 Copyright, American Association of Insurance Services, Inc., 2010 PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT - WEST PARKING LOT AND BRIDGE City of Yakima Project No. PK2414 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE. Unit prices for all items,•.all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 161 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge.Docx ITEM PROPOSAL BID SHEET Randall Park Improvement Project - West Parking Lot and Bridge City of Yakima Project No. PK2414 HLA Project No. 15150 ITEM NO PROPOSAL ITEM QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS ITEM PAYMENT SECTION SCHEDULE A — WEST PARKING LOT CURBS AND SIDEWALK 1 Minor Change Est. FA $8,000 00 $8,000 00 1-04 4(1) 2 Mobilization LS 1-09 7 3 Project Temporary Traffic Control --- LS 1-10 5 4 Clearing and Grubbing ___ LS 2-01 5 5 Removal of Structure and Obstruction --- LS 2-02.5 6 Remove Existing Asphalt Path 13 CY 2-02.5 7 Remove Existing Asphalt Parking Lot 235 CY 2-02.5 8 Remove West Parking Lot Concrete Planter Curb CY 2-02.5 9 Remove Concrete Curb & Gutter CY 2-02.5 10 Remove Concrete Sidewalk 5 CY 2-02.5 11 Crushed Surfacing Top Course 10 TON 4-04 5 12.Concrete Spill Apron — West Parking Lot 2 EA 7-04 5 13 Erosion Control & Water Pollution Control LS 8-01 5 14 Cement Conc Traffic Curb and Gutter 40 LF 8-04 5 15 Cement Conc. Planter Curb — West Parking Lot 950 LF 8-04 5 16 Cement Conc Sidewalk 4 -Inch Thick 25 SY 8-14 5 17 Cement Conc Sidewalk — West Parking HC Ramp (Complete) 4 EA 8-14 5 162 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot 8 Bridge.Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET Randall Park Improvement Project - West Parking Lot and Bridge City of Yakima Project No. PK2414 HLA Project No. 15150 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. ITEM PAYMENT SECTION QTY UNIT DOLLARS DOLLARS SCHEDULE A — WEST PARKING LOT CURBS AND SIDEWALK 1 Minor Change 1-04.4(1) Est. FA $8,000.00 $8,000.00 2 Mobilization 1-09.7 — LS —/e Q� DO� 3 Project Temporary Traffic Control 1-10.5 — LS -- .2.OD`s 4 Clearing and Grubbing 01' 2-01.5 — LS — / �� 5 Removal of Structure and Obstruction 2-02.5 — LS — 2 / 6 Remove Existing Asphalt Path 2-02.5 13 CY /��Q_B- �.+ / 7 Remove Existing Asphalt Parking Lot 2-02.5 235 CY ¢�� �O 5 3 $ e T 8.Remove West Parking Lot Concrete Planter Curb 2-02.5 45 CY J 45 /� S.Z� 9 Remove Concrete Curb & Gutter 2-02.5 5 CY �0 �50 / 10. Remove Concrete Sidewalk 2-02.5 5 CY /�a �O� 61- 7�0 / 11. Crushed Surfacing Top Course AP, 4-04.5 10 TON —660 A (Ago�� l 12.Concrete Spill Apron — West Parking Lot J��e—' 7-04.5 2 EA // /7�� 13. Erosion Control & Water Pollution Control — 8-01.5 — LS -- ��0�� 14.Cement Conc. Traffic Curb and Gutter 8-04.5 40 LF ��s© �Q6� 0 15.Cement Conc. Planter Curb — West Parking LotD s 8-04.5 950 LF /0‘.5.--- � �j/ 4 7S • 16 Cement Conc. Sidewalk 4 -Inch Thick Q p, `7s' 8-14.5 25 SY (7l I� 7 17. Cement Conc. Sidewalk — West Parking HC Ramp (Complete)a^ 4 EA 8-14.5 /004.# -,/ `j oo —. 162 G:IPROJECTS12015\15150E\SPEC\West Parking Lot And Bridge115150 SPEC - W Parking Lot & Bridge.Docx /G 18. Illumination — West Parking Lot w/Service Cabinet (Complete) QTY LS UNIT PRICE DOLLARS le 42) 66b 8-20.5 19. Pavement Markings LS — a! �.i 8-22.5 Schedule A Subtotal: Sales Tax 8.2%: Schedule A Total: ITEM NO. PROPOSAL ITEM QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS ITEM PAYMENT SECTION SCHEDULE B — PRECAST CONCRETE BRIDGE 20. Precast Concrete Box Culvert (Bridge) — LS 8¢ .5-01f 7-02.5 21.Shoring or Extra Excavation 60 LF a°' 7,1, - 2-09.5 Schedule B Subtotal: Sales Tax 8.2%: Schedule B Total: Schedule A + B Total: 163 G:\PROJECTS12015115150E\SPEC1West Parking Lot Md Bridge \15150 SPEC - W Parking Lot & Bridge.Docx 85;2-0042- 4 5at,40 92, %S (a, 4 //gGjt.2, (TC- �f !7 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, or cash in the amount of $ which amount is not less than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS. That we, TTC Construction, Inc as principal, and Nationwide Mutual 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 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 Randall Park Improvement Project- West Parking Lot and Bridge, HLA Project No 15150, City o(Yakima Project No. PK2414 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 26th DAY OF May TTC Construction, Inc. ,2017 Nationwide Mutual Insurance Company —\t� Virginia L. Weber, Attorney -in -Fact Surety Principal May 26 , 2017 Received retum of deposit in the sum of $ 164 GAPROJECTS12015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge.Docx Nationwide® Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT Nationwide Mutual Insurance Company, an Ohio corporation AMCO Insurance Company, an Iowa corporation National Casualty Company, an Ohio corporation Allied Property and Casualty Insurance Company, an Iowa corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: ERIN L. REPP KATHY GURLEY H KEITH MCNALLY WILLIAM G DINNEEN CHRIS LARSON DIANA R. WILLIAMS VIRGINIA L. WEBER each in their individual capacity, its true and lawful attomey-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of FIVE MILLION AND NO/100 DOLLARS $5,000,000.00 and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attomey pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company' "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require, and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company " "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attomey is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved or stamped on any approved document, contract, instrument, or other papers of the Company IN WITNESS WHEREOF, the Company has caused this instrument to be sealeddnd duly attested by the signature of its officer the 16th day of February 2017 Antonio C Albanese, Vice President of Nationwide Mutual Insurance Company, National Casualty Company, AMCO Insurance Company, Allied Property and Casualty Insurance Company ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF NEW YORK: ss On this 16th day of February , 2017 , before me came the above-named officer for the Company aforesaid, to me personally known to be the officer described in and who executed the preceding Instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company 7 BARRY T BASSIS Notary Public, State of New York No. 02BA4656400 Qualified in New York County Commission Expires April 30, 2019 Notary Public My Commission Expires CERTIFICATE Apnl 30, 2019 I, Parag H Shah, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C Albanese was on the date of the execution of the foregoing power of attorney thc: duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporal aid Company this_ 26th day of May 2017 .1 -his power of attorney expires April 30, 2019 BDJ 1(01-17)00 47012 Assistant Secretary NON -COLLUSION DECLARATION 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1 That the aforesigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted 2 That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration NOTICE TO ALL BIDDERS To report bid rigging activities call. 1 -800-424-9071 The U.S Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8 00 a m to 5.00 p m , Eastern time Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General All information will be treated confidentially and caller anonymity will be respected 165 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bridge.Docx NON-DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause "(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor *(5) The contractor will fumish all information and reports required by Executive Order No 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States " 166 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx SUBCONTRACTOR LIST Prepared in compliance with RCW 39 30 060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapterl8 106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers 167 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge Docx Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor. Prime Contractor Name Item Numbers 168 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge. Dock 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 169 G\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge.Docx RESOLUTION NO. D` 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. � ADOPTED BY THE CITY COUNCIL this Quk day of 1L_ , 1983. ATTEST: City Clerk Ot Mayor 170 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC - W Parking Lot & Bridge Docx AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media, and by notifying and discussing it with all subcontractors and suppliers. 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. 171 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge.Docx 3.4 i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non -segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Noncooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. /, /#%O,#/ � !'�G%�lft'�� — rrc C-0,JSTiZMc i�/etc_ �ti� 172 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC - W Parking Lot & Bridge.Docx 26 BIDDER CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: re- C6215T(ztA.c..4l / C- certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract LAeme- - oPv_e-.-- 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. — j s.�c-lam 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) 173 G:\PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\1 5150 SPEC -W Parking Lot & Bridge.Docx 21 BIDDER CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: certifies that: (BIDDER) 1 It intends to use the following listed construction trades in the work under the contract and, as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being and; 2 It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Conditions (Signature of Authorized Representative of Bidder) 173 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge\15150 SPEC -W Parking Lot & Bridge.Docx SUBCONTRACTOR CERTIFICATION Subcontractors' Certification is not required at the time of bid This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (Subcontractor) 1 It intends to use the following listed construction trades in the work under the subcontract and, As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in Yakima, Washington, subject to these Bid Condition, those trades being and, 2 It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions (Signature of Authorized Representative of Subcontractor) 174 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bridge Docx MATERIALLY AND RESPONSIVENESS The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable) Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees 175 G\PROJECTS\2015\15150E\SPEC\West Parking Loi And Bridge\15150 SPEC - W Parking Lot & Bndge.Docx The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security Upon making such a determination. the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the Director Office of Federal Contractor Compliance U S Department of Labor Washington, D C 20210 and shall be forwarded through and with the endorsement of the agency head Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance 176 G \PRO!ECTS2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC -W Parking Lot & Bridge Docx CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT - WEST PARKING LOT AND BRIDGE City of Yakima Project No. PK2414 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH CASHIER'S CHECK CERTIFIED CHECK TREASURER PROPOSAL BOND 0 IN THE AMOUNT OF 0 DOLLARS 0 ($ ) PAYABLE TO THE CITY IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) 4A/et)& SIGN TURE OF AUTHORIZED OFFICIAL(s) .ers-7—.3, FIRM NAME TTC Cen-ST e.ucfie„r /<9L (ADDRESS) /2-83'/ Zc4n'vvt:{vi i ?d Ya.K,ma Loa. 9 8408 PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER T rcC_ o C_/8 ?- ?- K FEDERAL ID No. 141 h' 1 1 (P i 3151/ 1415'1 WA STATE EMPLOYMENT SECURITY REFERENCE NO. Note. (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 177 G:\PROJECTS\2015115150E1SPEC\West Parking Lot And Bridge\15150 SPEC - W Penang Lot & Bridge.Docx 3' CITY OF YAKIMA RANDALL PARK IMPROVEMENT PROJECT - WEST PARKING LOT AND BRIDGE City of Yakima Project No. PK2414 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto CASH IN THE AMOUNT OF CASHIER'S CHECK ❑ DOLLARS CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE CITY TREASURER PROPOSAL BOND 0 IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No (s) & PHONE NUMBER SIGNATURE OF AUTHORIZED OFFICIAL(s) FIRM NAME (ADDRESS) STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER FEDERAL ID No. 1 1 1 11' 1 WA STATE EMPLOYMENT SECURITY REFERENCE NO. Note (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid (2) Please refer to section 1-02 6 of the standard specifications, re "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication 177 G-PROJECTS\2015\15150E\SPEC\West Parking Lot And Bridge \15150 SPEC - W Parking Lot & Bridge.Docx BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis C. SUBCONTRACTOR LIST The form must be filled in for the specific trades listed Failure to provide a complete subcontractor list at time of bid WILL NOT render the bid non-responsive, except for specific trades listed D. BIDDER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder F. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder Failure to provide this information WILL NOT render the bid non-responsive The following forms are to be executed after the contract is awarded A. CONTRACT This agreement is to be executed by the successful bidder B. PERFORMANCE BOND To be executed by the successful bidder and his/her Surety Company B. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07 18 (APWA) of the Standard Specifications and Special Provisions 178 G \PROJECTS\2015\15150E\SPEC\West Parking Lot And Bndge\15150 SPEC - W Parking Lot 8 Bridge Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 1 of 14 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: 5/26/17 County Trade Job Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $64.54 5N 1C Yakima Brick Mason Journey Levet $46.34 5A 1M Yakima Building Service Employees Janitor $11.00 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $11.00 1 a Yakima Building Service Employees Window Cleaner $11.00 1 Yakima Cabinet Makers (In Shop) Journey Levet $16.35 1 'Yakima Carpenters Journey Level $29.72 1 'Yakima Cement Masons Journey Level $40.80 7B 1N 'Yakima Divers Et Tenders Diver $108.77 5D 4C 8A 'Yakima Divers Et Tenders Diver On Standby $66.05 5D 4C 'Yakima Divers Et Tenders Diver Tender $59.88 5D 4C 'Yakima Divers Et Tenders Surface Rcv Et Rov Operator $59.88 5D 4C 'Yakima Divers Et Tenders Surface Rcv Et Rov Operator Tender $55.76 5A 4C '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 $41.68 5D 4C 'Yakima Drywall Tapers Journey Level $37.46 7E 1P 'Yakima ' Electrical Fixture Maintenance Journey Level $43.32 1 Workers !Yakima Electricians - Inside Cable Splicer $59.51 5A 1E '.Yakima Electricians - Inside Journey Level $59.30 5A 1E ,Yakima Electricians - Inside Welder $61.50 5A 1E Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Cable Splicer $73.93 5A 4D Construction Yakima Certified Line Welder $67.60 5A 4D https://fortress wa.gov/lni/wagelookup/prvWagelookup aspx 5/10/2017 Page 2 of 14 ' haps.//fortress wa.gov/Ini/wagelookup/pr Wagelookup.aspx 5/10/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Electricians - Powerline I Construction Yakima Electricians - Powerline Groundperson $45.49 5A 4D Construction Yakima Electricians Powerline Heavy Line Equipment Operator $67.60 5A 4D Construction Yakima Electricians - Powerline Journey Level Lineperson $67.60 5A 4D Construction Yakima Electricians - Powerline Line Equipment Operator $57.02 5A4D Construction Yakima Electricians - Powerline Pole Sprayer $67.60 5A 4D Construction Yakima Electricians - Powerline Powderperson $50.76 5A 4D Construction Yakima Electronic Technicians Journey Level $23.40 1 Yakima Elevator Constructors Mechanic $85.45 7D 4A 'Yakima Elevator Constructors Mechanic In Charge $92.35 7D4A Yakima Fabricated Precast Concrete Craftsman - In -Factory Work Only $11.00 1 Products Yakima Fabricated Precast Concrete Journey Level - In -Factory Work Only $11.00 1 Products Yakima Fence Erectors Fence Erector $13.79 1 Yakima Flaggers Journey Level $24.62 1 Yakima Glaziers Journey Level $22.43 61 1B Yakima Heat Et Frost Insulators And Journey Level $25.32 1 Asbestos Workers Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima Hod Carriers Et Mason Tenders Journey Level $37.54 7A 31 Yakima Industrial Power Vacuum Journey Level $11.00 1 Cleaner Yakima Inland Boatmen Journey Level $11.00 1 Yakima Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer Operator $11.00 1 Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote Control !Yakima Inspection/Cleaning/Sealing Of Head Operator $12.78 1 Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Technician $11.00 1 Sewer Et Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Of Tv Truck Operator $11.00 1 Sewer Et Water Systems By Remote Control Yakima Insulation Applicators Journey Level $41.68 5D 4C Yakima Ironworkers Journeyman $57.66 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $36.47 7A 31 Yakima Laborers Airtrac Drill Operator $37.54 7A31 Yakima Laborers Ballast Regular Machine $36.47 7A31 Yakima Laborers Batch Weighman $34.25 7A31 Yakima Laborers Brick Pavers $36.47 7A 31 Yakima Laborers Brush Cutter $36.47 7A 31 haps.//fortress wa.gov/Ini/wagelookup/pr Wagelookup.aspx 5/10/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 3 of 14 Yakima Laborers Brush Hog Feeder $36.47 7A 31 ;Yakima Laborers Burner $36.47 7A 31 !Yakima Laborers Caisson Worker $37.54 7A 31 ;Yakima Laborers Carpenter Tender $36.47 7A 31 !Yakima Laborers Cement Dumper -paving $37.09 7A 31 ;Yakima Laborers Cement Finisher Tender $36.47 7A 31 1 ?Yakima Laborers Change House Or Dry'Shack $36.47 7A 31 !Yakima Laborers Chipping Gun (under 30 Lbs.) $36.47 7A 31 € Yakima Laborers Chipping Gun(30 Lbs. And Over) $37.09 7A 31 !Yakima Laborers Choker Setter $36.47 7A 31 S !Yakima Laborers Chuck Tender $36.47 7A 31 !Yakima Laborers Clary Power Spreader $37.09 7A 31 !Yakima Laborers Clean-up Laborer $36.47 7A 31 Yakima Laborers Concrete Dumper/chute Operator $37.09 7A 31 'Yakima Laborers Concrete Form Stripper $36.47 7A 31 Yakima Laborers Concrete Placement Crew $37.09 7A 31 ;Yakima Laborers Concrete Saw Operator/core Driller $37.09 7A 31 'Yakima Laborers Crusher Feeder $34.25 7A 31 'Yakima Laborers Curing Laborer $36.47 7A 31 !Yakima Laborers Demolition: Wrecking Et Moving (incl. Charred Material) $36.47 7A 31 ;Yakima Laborers Ditch Digger $36.47 7A 31 'Yakima Laborers Diver $37.54 7A 31 'Yakima Laborers Drill Operator (hydraulic,diamond) $37.09 7A 31 ;Yakima Laborers Dry Stack Walls $36.47 7A 31 ;Yakima Laborers Dump Person $36.47 7A 31 I !Yakima Laborers Epoxy Technician $36.47 7A 31 I !Yakima Laborers Erosion Control Worker $36.47 7A 31 ;Yakima Laborers Faller Et Bucker Chain Saw $37.09 7A 31 ;Yakima Laborers Fine Graders $36.47 7A 31 'Yakima Laborers Firewatch $34.25 7A 31 'Yakima Laborers Form Setter $36.47 7A 31 'Yakima Laborers Gabian Basket Builders $36.47 7A 31 'Yakima Laborers General Laborer $36.47 7A 31 !Yakima Laborers Grade Checker Et Transit Person $37.54 7A 31 ;Yakima Laborers Grinders $36.47 7A 31 Yakima Laborers Grout Machine Tender $36.47 7A 31 ;Yakima Laborers Groutmen (pressure)including Post Tension Beams $37.09 7A 31 :Yakima Laborers Guage and Lock Tender $37.64 7A 31 £ !Yakima Laborers Guardrail Erector $36.47 7A 31 'Yakima Laborers Hazardous Waste Worker (level A) $37.54 7A 31 ! ;Yakima Laborers Hazardous Waste Worker (levet B) $37.09 7A 31 Yakima Laborers Hazardous Waste Worker (level C) $36.47 7A 31 `Yakima Laborers High Scaler $37.54 7A 31 'Yakima Laborers Jackhammer $37.09 7A 31 https.//fortress wa.gov/lni/wagelookup/prvWagelookup.aspx 5/10/2017 Page 4 of 14 Yakima Laborers Laserbeam Operator $37.09 7A 31 Yakima Laborers Maintenance Person $36.47 7A 31 Yakima Laborers Manhole Builder-mudman $37.09 7A 31 Yakima Laborers Material Yard Person $36.47 7A 31 Yakima Laborers Motorman -dinky Locomotive $37.09 7A 31 Yakima Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla 537.09 7A 31 Yakima Laborers Pavement Breaker $37.09 7A 31 Yakima Laborers Pilot Car $34.25 7A 31 Yakima Laborers Pipe Layer(lead) $37.54 7A 31 .Yakima Laborers Pipe Layer/tailor $37.09 7A 31 ;Yakima Laborers Pipe Pot Tender $37.09 7A 31 Yakima Laborers Pipe Reliner $37.09 7A 31 Yakima Laborers Pipe Wrapper $37.09 7A 31 Yakima Laborers Pot Tender $36.47 7A 31 Yakima Laborers Powderman $37.54 7A 31 Yakima Laborers Powderman's Helper $36.47 7A 31 Yakima Laborers Power Jacks $37.09 7A 31 Yakima Laborers Railroad Spike Puller - Power $37.09 7A 31 Yakima Laborers Raker - Asphalt $37.54 7A 31 Yakima Laborers Re-timberman $37.54 7A 31 Yakima Laborers Remote Equipment Operator $37.09 7A 31 Yakima Laborers Rigger/signal Person $37.09 7A 31 Yakima Laborers Rip Rap Person $36.47 7A 31 Yakima Laborers Rivet Buster $37.09 7A 31 Yakima Laborers Rodder $37.09 7A 31 Yakima Laborers Scaffold Erector $36.47 7A 31 Yakima Laborers Scale Person $36.47 7A 31 Yakima Laborers Sloper (over 20") $37.09 7A 31 Yakima Laborers Sloper Sprayer $36.47 7A 31 Yakima Laborers Spreader (concrete) $37.09 7A 31 [Yakima Laborers Stake Hopper $36.47 7A 31 Yakima Laborers Stock Piler $36.47 7A 31 Yakima Laborers Tamper Et Similar Electric, Air Et Gas Operated Tools $37.09 7A 31 Yakima Laborers Tamper (multiple Et Self- propelled) $37.09 7A 31 Yakima Laborers Timber Person - Sewer (tagger, Shorer Et Cribber) $37.09 7A 31 Yakima Laborers Toolroom Person (at Jobsite) $36.47 7A 31 Yakima Laborers Topper $36.47 7,4 31 Yakima Laborers Track Laborer $36.47 7A 31 Yakima Laborers Track Liner (power) $37.09 7A 31 Yakima Laborers Traffic Control Laborer $36.31 7A 31 8R Yakima Laborers Traffic Control Supervisor $36.31 7A 31 8R Yakima Laborers Truck Spotter $36.47 7A 31 Yakima Laborers Tugger Operator 537.09 7,6, 31 https.//fortress ova.gov/Ini/wagelookup/prvWagelookup aspx 5/10/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 5 of 14 iYakima Laborers Tunnel Work -Miner I $37.64 7A 31 f, !Yakima Laborers Vibrator $37.09 7A 31 ;Yakima Laborers Vinyl Seamer $36.47 7A 31 Yakima Laborers Watchman $31.25 7A 31 !Yakima Laborers Welder $37.09 7A 31 Yakima Laborers Well Point Laborer , r'; $37.09 7A 31 !Yakima Laborers Window Washer/cleaner $31.25 7A 31 !Yakima Laborers - Underground Sewer General Laborer Et Topman $36.47 7A 31 Et Water (Yakima I Laborers - Underground Sewer Pipe Layer $37.09 7A 31 Et Water EYakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $11.00 1 Yakima 1 Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 Yakima Landscape Construction Landscaping Or Planting Laborers $11.00 1 /Yakima Lathers Journey Level $41.68 5D 4C Yakima Marble Setters Journey Levet $46.34 5A 1M /Yakima Metal Fabrication (In Shop) Fitter $12.00 1 /Yakima Metal Fabrication (In Shop) Laborer $11.00 1 /Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 iYakima Metal Fabrication (In Shop) Painter $12.00 1 !Yakima Metal Fabrication (In Shop) Welder $11.32 1 `Yakima Millwright Journey Level $26.05 1 ;Yakima Modular Buildings Journey Level $14.11 1 ;Yakima Painters Journey Level $32.15 6Z 1W /Yakima Pile Driver Journey Level $54.77 5D 4C ?Yakima Plasterers Journey Level $53.20 M 1R Yakima Playground Et Park Equipment Journey Level $11.00 1 Installers /Yakima Plumbers Et Pipefitters Journey Level $78.33 6Z 1g / /Yakima Power Equipment Operators Asphalt Plant Operators $58.69 7A 3C 8P #Yakima Power Equipment Operators Assistant Engineer $55.21 7A 3C8P i !Yakima Power Equipment Operators Barrier Machine (zipper) $58.17 7A 3C 8P / /Yakima Power Equipment Operators Batch Plant Operator, Concrete . $58.17 7A. 3C 8P I /Yakima Power Equipment Operators Bobcat $55.21 7A 3C 8P I ;Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $55.21 7A 3C 8P Yakima Power Equipment Operators Brooms $55.21 7A 3C 8P / „Yakima Power Equipment Operators Bump Cutter $58.17 7A 3C 8P / /Yakima Power Equipment Operators Cableways $58.69 7A 3C 8P / ;Yakima Power Equipment Operators Chipper $58.17 7A 3C 8P 1 jYakima Power Equipment Operators Compressor $55.21 7A 3C 8P / /Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $58.69 7A 3C 8P 1 I Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $55.21 7A 3C 8P Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $57.72 7A 3C 8P /Yakima Power Equipment Operators $58.17 7A 3C 8P / https.//fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/10/2017 Page 6 of 14 haps.//fortress wa.gov/lni/wagelookup/prvWagelookup.aspx 5/10/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Concrete Pump: Truck Mount With Boom Attachment Up To 42 m Yakima Power Equipment Operators Conveyors $57.72 7A 3C 8P Yakima Power Equipment Operators Cranes Friction: 200 tons and over $60.47 7A3C 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $58.17 7A 3C 8P Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $59.28 7A 3C 8P Yakima Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $59.88 7A 3C 8P Yakima Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $60.47 7A3C 8P Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $58.69 7A3C 8P Yakima Power Equipment Operators Cranes: A frame 10 Tons And Under $55.21 7A 3C 8P Yakima Power Equipment Operators Cranes: Friction cranes through 199 tons $59.88 7A 3C 8P Yakima Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $57.72 7A 3C 8P Yakima Power Equipment Operators Crusher $58.17 7A3C 8P Yakima Power Equipment Operators Deck Engineer/deck Winches (power) $58.17 7A 3C 8P Yakima Power Equipment Operators Derricks, On Building Work $58.69 7A 3C 8P Yakima Power Equipment Operators Dozers D-9 Et Under $57.72 7A 3C 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $57.72 7A 3C 8P Yakima Power Equipment Operators Drilling Machine $59.28 7A 3C 8P Yakima Power Equipment Operators Elevator And Man lift: Permanent And Shaft Type $55.21 7A 3C 8P 'Yakima Power Equipment Operators Finishing Machine, Bidwell And Gamaco Et Similar Equipment $58.17 7A 3C 8P Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $57.72 7A3C 8P Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $55.21 7A 3C 8P Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $58.17 7A 3C 8P Yakima Power Equipment Operators Gradechecker/stakeman $55.21 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch $58.17 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $58.69 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $58.17 7A 3C 8P Yakima Power Equipment Operators Horizontal/directional Drill Locator $57.72 7A 3C 8P haps.//fortress wa.gov/lni/wagelookup/prvWagelookup.aspx 5/10/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 Page 7 of 14 .Yakima Power Equipment Operators Horizontal/directional Drill Operator $58.17 7A 3C 8P I Yakima Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $57.72 7A 3C 8P Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under , ,.,. $55.21 7A 3C 8P :Yakima Power Equipment Operators Loader, Overhead 8 Yards. Et Over $59.28 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $58.69 7A 3C 8P EYakima s 1 Power Equipment Operators Loaders, Overhead Under 6 Yards $58.17 7A 3C 8P ;Yakima Power Equipment Operators Loaders, Plant Feed $58.17 7A 3C 8P 1Yakima Power Equipment Operators Loaders: Elevating Type Belt $57.72 7A 3C 8P Yakima Power Equipment Operators Locomotives, All $58.17 7A 3C 8P IYakima Power Equipment Operators Material Transfer Device $58.17 7A 3C 8P !Yakima Power Equipment Operators Mechanics, All (teadmen - $0.50 Per Hour Over Mechanic) $59.28 7A 3C 8P ¢Yakima Power Equipment Operators Motor Patrol Graders $58.69 7A 3C 8P Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $58.69 7A 3C 8P !Yakima 1 Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch Seeding Operator $55.21 7A 3C 8P !Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $57.72 7A 3C 8P a Yakima Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $58.17 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $59.28 7A 3C 8P ;Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $58.69 7A 3C 8P ;Yakima Power Equipment Operators Pavement Breaker $55.21 7A 3C 8P ;Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $58.17 7A 3C 8P ;Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P Yakima Power Equipment Operators Posthole Digger, Mechanical $55.21 7A 3C 8P Yakima Power Equipment Operators Power Plant $55.21 7A 3C 8P !Yakima Power Equipment Operators Pumps - Water $55.21 7A 3C 8P ;Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P gYakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $55.21 7A 3C 8P ;Yakima i Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $58.69 7A 3C8P Yakima Power Equipment Operators Rigger And Bellman $55.21 7A 3C 8P !Yakima Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $57.72 7A 3C 8P !Yakima Power Equipment Operators Rollagon $58.69 7A 3C 8P }Yakima Power Equipment Operators Roller, Other Than Plant Mix $55.21 7A 3C 8P !Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $57.72 7A 3C 8P Yakima Power Equipment Operators Roto -mill, Roto -grinder $58.17 7A 3C 8P https.//fortress.wa.gov/lni/wageloolcup/prvWageloolcup.aspx 5/10/2017 Page 8 of 14 Yakima Power Equipment Operators Saws - Concrete $57.72 7A 3C 8P Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $58.17 7A 3C 8P Yakima Power Equipment Operators Scrapers Concrete >* Carry All $57.72 7A 3C 8P Yakima Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $58.69 7A 3C 8P Yakima Power Equipment Operators Service Engineers Equipment $57.72 7A 3C 8P Yakima Power Equipment Operators Shotcrete/gunite Equipment $55.21 7A3C 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $57.72 7A3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $58.69 7A3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $58.17 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $59.28 7A3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $59.88 7A3C 8P Yakima Power Equipment Operators Slipform Pavers $58.69 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider Et Screedman $58.69 7A3C 8P Yakima Power Equipment Operators Subgrader Trimmer $58.17 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $57.72 7A 3C8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $59.28 7A 3C 8P Yakima Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $59.88 7A 3C8P Yakima Power Equipment Operators Tower Cranes: over 250' in height from base to boom $60.47 7A 3C 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type $58.69 7A3C 8P Yakima Power Equipment Operators Trenching Machines $57.72 7A3C 8P Yakima Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $58.17 7A 3C8P Yakima Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $57.72 7A 3C 8P 1Yakima Power Equipment Operators Truck Mount Portable Conveyor $58.17 7A 3C 8P Yakima Power Equipment Operators Welder $58.69 7A 3C8P Yakima Power Equipment Operators Wheel Tractors, Farman Type $55.21 7A3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $58.17 7A3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators $58.69 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Assistant Engineer $55.21 7A 3C8P Underground Sewer Et Water Yakima Power Equipment Operators- Barrier Machine (zipper) $58.17 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $58.17 7A 3C8P Underground Sewer Et Water Yakima Power Equipment Operators- Bobcat $55.21 7A 3C8P Underground Sewer Et Water Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $55.21 7A3C 8P Underground Sewer Et Water Yakima Brooms $55.21 7A 3C 8P haps://fortress wa.gov/Ini/wagelookup/pryWagelookup.aspx 5/10/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 9 of 14 https://fortress.wa. gov/1ni/wagelookup/prvWagelookup. aspx 5/10/2017 Power Equipment Operators - Underground Sewer Et Water ;Yakima Power Equipment Operators- Bump Cutter $58.17 7A 3C 8P Underground Sewer Et Water sYakima Power Equipment Operators- Cableways $58.69 7A 3C 8P Underground Sewer Et Water :Yakima Power Equipment Operators- Chipper _ $58.17 7A 3C 8P Underground Sewer Et Water Yakima 1 Power Equipment Operators- Compressor $55.21 7A 3C 81) Underground Sewer Et Water [Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Finish Machine -laser Screed $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $58.17 7A 3C 8P Underground Sewer & Water !Yakima Power Equipment Operators- Conveyors $57.72 7A 3C 8P Underground Sewer Et Water !Yakima Power Equipment Operators- Cranes Friction: 200 tons and over $60.47 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $58.17 7A 3C 81) Underground Sewer Et Water }Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $59.28 7A 3C 8P Underground Sewer & Water Yakima I Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $59.88 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Cranes: 300 tons and over or 300' of boom including jib with attachments $60.47 7A 3C 8P Underground Sewer Et Water 1Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $58.69 7A 3C 8P E Underground Sewer & Water Yakima I Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $55.21 7A 3C 8P Underground Sewer Et Water !Yakima Power Equipment Operators- Cranes: Friction cranes through 199 tons $59.88 7A 3C 8P Underground Sewer Et Water !Yakima s Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $57.72 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Crusher $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Deck Engineer/deck Winches (power) $58.17 7A 3C 8P i Underground Sewer Et Water Yakima 1 Power Equipment Operators- Derricks, On Building Work $58.69 7A 3C 8P # 1 Underground Sewer Et Water Yakima 1 Power Equipment Operators- Dozers D-9 & Under $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $57.72 7A 3C 8P i Underground Sewer Et Water https://fortress.wa. gov/1ni/wagelookup/prvWagelookup. aspx 5/10/2017 Page 10 of 14 Yakima Power Equipment Operators- Drilling Machine $59.28 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Elevator And Man lift: Permanent And Shaft Type $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco Et Similar Equipment $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $57.72 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $58.17 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Gradechecker/stakeman $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Guardrail Punch $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Horizontal/directional Drill Locator $57.72 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Horizontal/directional Drill Operator $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $59.28 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Loaders, Plant Feed $58.17 7A 3C 8P Underground Sewer Et Water ,Yakima Power Equipment Operators- Loaders: Elevating Type Belt $57.72 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Locomotives, All $58.17 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Material Transfer Device $58.17 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Mechanics, AR (leadmen - $0.50 Per Hour Over Mechanic) $59.28 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Motor Patrol Graders $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $55.21 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $57.72 7A3C 8P Underground Sewer Et Water Yakima $58.17 7A 3C 8P haps.//fortress wa.gov/lni/wagelookup/pr Wagelookup.aspx 5/10/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 1 I of 14 https://fortress wa.gov/lni/wagelookup/prvWagelookup aspx 5/10/2017 Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 Tons Underground Sewer Et Water !Yakima E Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $59.28 7A 3C 8P Underground Sewer Et Water ;Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $58.69 7A 3C 8P Underground Sewer Et Water !Yakima i Power Equipment Operators- Pavement Breaker $55.21 7A 3C 8P Underground Sewer Et Water PYakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $58.17 7A 3C 8P Underground Sewer Et Water Yakima I Power Equipment Operators- Plant Oiler - Asphalt, Crusher $57.72 7A 3C8P Underground Sewer Et Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Power Plant $55.21 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pumps - Water $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $58.69 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $55.21 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Rigger And Bellman $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Rigger/Signal Person, Bellman (Certified) $57.72 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Rollagon $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $55.21 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $57.72 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Roto -mill, Roto -grinder $58.17 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Saws - Concrete , $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $58.17 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Scrapers - Concrete Et Carry All $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $58.69 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Service Engineers - Equipment $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shotcrete/gunite Equipment $55.21 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $57.72 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $58.69 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $58.17 7A 3C 8P Underground Sewer Et Water https://fortress wa.gov/lni/wagelookup/prvWagelookup aspx 5/10/2017 Paye 12 of 14 Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $59.28 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $59.88 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Slipform Pavers $58.69 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Spreader, Topsider Et Screedman $58.69 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Subgrader Trimmer $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators Tower Bucket Elevators $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $59.28 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Tower Crane: over 175' through 250' in height, base to boom $59.88 7A 3C 8P Underground Sewer Et Water 'Yakima Power Equipment Operators- Tower Cranes: over 250' in height from base to boom $60.47 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $58.69 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Trenching Machines $57.72 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $57.72 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Truck Mount Portable Conveyor $58.17 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Welder $58.69 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Wheel Tractors, Farman Type $55.21 7A3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $58.17 7A 3C 8P Underground Sewer & Water Yakima Power Line Clearance Tree Journey Level In Charge $48.54 5A 4A Trimmers Yakima Power Line Clearance Tree Spray Person $46.03 5A4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $48.54 5A4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer $43.32 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer Groundperson $32.68 5A 4A Trimmers Yakima Refrigeration Et Air Conditioning Journey Level $28.11 1 Mechanics Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Level $17.14 1 Yakima Residential Cement Masons Journey Level $11.86 1 Yakima Residential Drywall Applicators Journey Level $18.00 1 Yakima Residential Drywall Tapers Journey Level $17.00 1 Yakima Residential Electricians Journey Level $21.98 1 Yakima Residential Glaziers Journey Level $22.43 611B Yakima Journey Level $14.38 1 https://fortress wa.gov/1nr/wagelookup/prvWageloolcup.aspx 5/10/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 13 of 14 Residential Insulation Applicators !Yakima !Yakima ;Yakima Residential Painters Residential Laborers Journey Level $11.02 Residential Marble Setters Journey Level $29.00 Journey Level $16.32 Yakima Residential Plumbers a Journey Level $20.55 1 Pipefitters Yakima Yakima Yakima Yakima Yakima 1Yakima Yakima Residential Refrigeration Et Air Conditioning Mechanics Journey Levet $28.11 Residential Sheet Metal Workers Journey Level (Field or Shop) $41.28 5A 1X Residential Soft Floor Layers Journey Level $17.55 Residential Sprinkler Fitters (Fire Protection) Journey Level $11.00 Residential Stone Masons Journey Level $16.00 Residential Terrazzo Workers Journey Level $11.00 Residential Terrazzo/Tile Finishers Journey Level $17.00 Yakima Yakima ;Yakima 'Yakima {Yakima Residential Tile Setters Journey Level $16.78 Roofers Journey Level $12.00 Sheet Metal Workers Journey Level (Field or Shop) $56.06 5A 1X Sign Makers Et Installers (Electrical) Journey Level $14.65 Sign Makers Et Installers (Non - Electrical) Journey Level $14.65 !Yakima )Yakima /Yakima }Yakima 1Yakima Yakima Soft Floor Lavers Journey Level $23.11 5A 1N Solar Controls For Windows Journey Level $11.00 Sprinkler Fitters (Fire Protection) Journey Level $26.43 Stage Rigging Mechanics (Non Structural) Journey Level $13.23 Stone Masons Journey Level $46.34 5A 1M Street And Parking Lot Sweeper Workers Journey Levet 511.00 !Yakima )Yakima (Yakima Yakima (Yakima Surveyors Assistant Construction Site Surveyor $57.72 7A 3C 8P Surveyors Chainman $57.17 7A 3C 8P Surveyors Construction Site Surveyor $58.69 7A 3C 8P Telecommunication Technicians Journey Level $20.00 1 Telephone Line Construction - Outside Cable Splicer $38.84 5A 2B ;Yakima Yakima Yakima Telephone Line Construction - Outside Hole Digger/Ground Person $21.45 5A 2B Telephone Line Construction - Outside Installer (Repairer) $37.21 5A 2B Telephone Line Construction - Outside Special Aparatus Installer I $38.84 5A 2B Yakima {Yakima Telephone Line Construction - Outside Special Apparatus Installer II $38.03 5A 2B Telephone Line Construction - Outside Telephone Equipment Operator (Heavy) $38.84 5A 2B [Yakima Telephone Line Construction - Outside Telephone Equipment Operator (Light) $36.09 5A 2B tYakima https://fortress.wa.gov/lni/wagelookup/prvWagelookup aspx Telephone Lineperson $36.09 5A 2B 5/10/2017 Page 14 of 14 https ://fortress ova.gov/Ini/wagelookup/prvWaggelookup aspx 5/10/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Telephone Line Construction - Outside Yakima Telephone Line Construction Television Groundperson $20.33 5A 2B Outside Yakima Telephone Line Construction Television Lineperson/Installer $27.21 SA 2B Outside Yakima Telephone Line Construction - Television System Technician $32.55 5A2B Outside Yakima Telephone Line Construction Television Technician $29.18 5A 2B Outside Yakima Telephone Line Construction - Tree Trimmer $36.09 5A2B Outside Yakima Terrazzo Workers Journey Level $39.42 5A 1M Yakima Tile Setters Journey Level $39.42 5A 1M Yakima Tile, Marble Et Terrazzo Journey Level $32.20 5A1M Finishers :Yakima Traffic Control Stripers Journey Level $44.85 7A1K Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck Et Trailer(c.wa- 760) $40.58 612G Yakima Truck Drivers Dump Truck(c.wa-760) $40.58 612G Yakima Truck Drivers Other Trucks(c.wa-760) $40.58 612G Yakima Truck Drivers Transit Mixer $38.96 1 Yakima Well Drillers Et Irrigation Pump Irrigation Pump Installer $25.44 1 Installers Yakima Well Drillers Et Irrigation Pump Oiler $11.00 1 Installers Yakima Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers https ://fortress ova.gov/Ini/wagelookup/prvWaggelookup aspx 5/10/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 ************************************************************************************************************ 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 times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four -ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be 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 times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1. Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 0 The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage P All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half tunes 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 Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays and all other overtime hours worked, except Labor Day. shall be paid at double the hourly rate of wage All hours worked on Labor Day shall be paid at three times the hourly rate of wage 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 tines 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, Fnday, 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 pni (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 tines the hourly rate of wage (except for employees who are absent from work without prior 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. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay 2 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 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 including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. 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) in a single shift and all work performed after 6 00 pm Saturday to 6 00 am Monday and holidays shall be paid at double the straight time rate of pay Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($ 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 overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C. Work performed in excess of eight (8) hours of straight time per day, or ten (I0) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5.00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more 3 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 3 D All hours worked between the hours of 6.00 pm and 6.00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage All other hours worked after 6.00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E All hours worked Sundays and holidays shall be paid at double the hourly rate of wage Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F All hours worked on Saturday shall be paid at one and one-half tunes the hourly rate of wage All hours worked on Sunday shall be paid at two tunes 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 performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay 1. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the fob is down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall he 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 (l-1/2) times the straight time rate of pay On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the fob is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may 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 3/3/2017 thru 8/30/2017 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 to the normal four-day, ten hour work week, and Saturday shall be paid at one and one half (11/4) 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. 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 Chnstmas, and Christmas Day (8). C Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and 5 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 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). Holiday Codes Continued 5 I Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) J. Holidays New Year's Day, Memonal 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 Chnstmas Day (9) L. Holidays. New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8) N Holidays New Year's Day, Presidents' Day, Memorial Day, independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Fnday 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, Memonal 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 Friday 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 Thanksgiving 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 Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H Paid Holidays. New Year's Day, New Year's Eve Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating 6 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 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) Holiday Codes Continued 6 T Paid Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays. New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). if a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Fnday. C Holidays. New Year's Day, Martin Luther King Jr. Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8) Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday E. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Fnday 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 I 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 7 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 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 Fnday 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 Holiday Codes Continued 7. 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. Memonal Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday N Holidays 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 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, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday if any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day R. Paid Holidays: New Year's Day, the day after or betbre New Year's Day, President's Day, Memonal 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 Fnday 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, Memonal 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 he considered a holiday and compensated accordingly Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday 8 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Note Codes 8 A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' -$2.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$3.00 per Foot for Each Foot Over 100 Feet Over 150' To 220' -$4.00 per Foot for Each Foot Over 150 Feet Over 220' -$5 00 per Foot for Each Foot Over 220 Feet Note Codes Continued 8. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' -$1 00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200' -$2 00 per Foot for Each Foot Over 150 Feet Over 200' -Divers May Name Their Own Price D Workers working with supplied air on hazmat projects receive an additional $1.00 per hour L. Workers on hazmat projects receive additional hourly premiums as follows -Level A. $0.75, Level B: $0.50, And Level C $0.25. M Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B. $1.00, Levels C & D: $0 50 N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1 00, Level B. $0.75, Level C: $0.50, And Level D: $0.25 P Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50 Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. S Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho This classification is only effective on or after August 31, 2012. 9 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 T Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All 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 operating, servicing and repainng 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 10 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6 Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330. Supplemental to Wage Rates 1 03/02/2017 Edition, Published February 1st, 2017 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 X 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. X 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5 X Supplemental to Wage Rates 03/02/2017 Edition, Published February 1st, 2017 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 8 Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std.. Spec__ X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. X 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 16 Precast Catch Basin - Catch Basin type 1, 1 L, 1P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 03/02/2017 Edition, Published February 1st, 2017 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 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 03/02/2017 Edition, Published February 1St, 2017 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 Supplemental to Wage Rates 03/02/2017 Edition, Published February 1st, 2017 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 X 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std Plans. Supplemental to Wage Rates 03/02/2017 Edition, Published February 1S, 2017 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 03/02/2017 Edition, Published February 1St, 2017 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 oflocality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site Supplemental to Wage Rates 8 03/02/2017 Edition, Published February 1st, 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential *** ALL ASSOCIATED RATES''* • Sign Makers and Installers (Non -Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 9 03/02/2017 Edition, Published February 1st, 2017 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to- Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above -listed materials to a public works project site. (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e g , excavated materials, materials from demolished structures, clean-up materials, etc.) (d) They work in a materials production facility (e g , batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 03/02/2017 Edition, Published February 1S', 2017 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 03/02/2017 Edition, Published February 1st, 2017 M E — — — ! — — — — i — i NM ME 7 41* w N CD00 V1:1VI:17Z >id ON Hd-A00 O m 133HS 2l3A00 z 0 r– 1/4 DD X 0-aO 0o ymD 0 Z co -0D �6^ xi U / O m� m N< O O r m r A x D O D 0 m 0 O A P1 ti 0 A ACO0DOO , 0 NZWO�0 O O 0 D 01 D Z ZD N AO , FZZOPm m n m m m 1 3 A D -o r 0�rmr =T900N>0 W D I Z mr A 00— A N m m 2N2>Z0 A m 0 0 O D A-3» mo ➢ D- c' >j N0 1n001 n000 00 DZ Ln ",n Wm >01Z Cn -< Z N 0 m 0 3A1VA d31VM m O O 0 0 ti A N 0 M D A D A A< O O M 0{ l r m O> A P1 x x m 0 y m P1 0 O W r m m O D 0 0 A D O Z O A N D D F m A A 17 J 3N1-1 1VDId13313 M3N Z Z m N m m A A Z Z m m dWVil dV3IONVH M3N H3M3S AHVIINVS aAlin9 GNV AVM—d0-1HOI6 VWH adVaNV1S M3N S3HflIVad ONLLSIX3 S32if11`d33 M3N WWWMMWMWWWWOM _____________ MMMMMMMMMMMMM MMMMMMMMMMMMM -I -1 -I -I -♦ -I -I -I -I -I N H N ONI1HDIl1010NIN IVd Sl IV130 1V012:110313 SlI`d130 ` ININ` A JO A110 S1IV130 311S Sllv130 d1APAI dVOIONVH (O W O) (fl W N NOI103S 300119 NVld 311S 3901d8 NVld 31IS 0NIO`d2I0101 ONI)l Vd NVld 00.130 101 0NINdVd A3N 1O3f0Nd 211S llb'N3A0 TEMPORARY EROSION & SEDIMENT CONTROL PLAN S310N ThAl3N30 133HS 2i3A00 LLZ£LL :A313 db'W 1l1I N I O IA X3CINI 133HS LI -O lb'W 091-91- .ON ±OOHd V1H z O mD 0 Wr o -0 -a D 70 7/ Z -0 0 -a � Q 0 0 —im mK Wz A0 3j ^ VJ 0 mc- m 0 AiNnOO VWINVA NOlONIHSVM n 1=.1 Ng< 0 11 r U A W N O tp !b V T (n L W f C) m ulny {D ln�-1 D-00 DZ�Jti n�mD� CD n0 C -1 VID Z 00 OSJ➢➢ O-1 O-1 D-1 AmV1D AmO0 y1 Dmy m0 SDnD AZ SAD nA ny TDti Z -� 0 m 2 Z` g 0 O O Z S m r -� C ➢ m n Z m 2 m S Z X S Z A= m m n= r D O O r O r O D m r D m S O r O Z S CfDZ VI D r p N m O Z N m O O m ' D N m r Z A A m m r m Z -0rl 0 0 A n O n O D A Z O C O -N O m n < o m Aom ~ n A A O O m m m O N m D n A< 0 0 0 D ry m2 A Om0 ym- ��00 DT-1D �� (�D G) -_Z2mm r mn DZ�D O -O ZC�10 =1Z �J Cmmm AG-1 Z r C D m T. m f�*1Z OZ nOOZ nmOlnG Nr �ti O �nm Z �Z jC pNmZ OnO Z O 000 O ➢ i-ml rO�J -V mn m�0 fD 0Z Z A� V 0-1 mil 0 S �m D Z O A ZA N-O �1T-i TOZO y- C GZti f�TrD Dp-1 -1I Vm1 Z� n0n SOT mD DN MM ZZ -DI GSA Z n�D nm OZ t- =m m D -im SZAm M-zS �� Sr D OmO-t n Dmn D V)D 'm ZrD rn bC A A m= OZ y 0 m m A m V Z Z. m A V 0 V _A O N O O D A r D V 0 n V {= m C o m y 9,>8 o n m V 8 m m m z O C O K A p A _nV m O con, ti m O ZZ o-A Z OrO2 mV O�.O D C nmZ V0r0 mm om OASZ p smm I<nO OAO DtiO -Vr n0 0 A �� DZA O �n Inr cn mzm r -� n D O co�J Z G m 0 �J m mmmIn m O Cir 0OC OSA �JAm�m VI mr m Z0m Z {O mmr mD �D �A `z rVI VIrD ZO DIV/Im OZ;A Mj Dm0 AZA Om OOD mr m nCD O mD SO G Z Oto ;LJ m2 y jn mu1 -y m- X12 VO< AO mOy ODS TmVO QNSn� O NO 0 Own O 0T OD mm� 00 O 00 �-<OO Vn�jO-Z 0� VVI V0I CZVI A� mm0 00m AZ �Or Z O Z D m { o m➢ n m C o In p m m 0 T O O -I D O O C m 2 0 C S- A y m O o m A O ti 2 ti C A A m 21r A m O Z m -ym �l ODD m Z{ D Z m Tm yZm-1 �m D �m Zm0 nm S➢ -� O 0p mo O Z DOO on o P) 00 SD n 'vpo ZZ5 S-1A mmm r _ 0= r mento UI -m10 f0'1So I- ZA f<n Or 00yVI pZ20➢ OC moz yr ZC Op0 yZZ C Om Z K OO m�S ZA 0,- 3, =�n OmmVml m00 n Z Cm A ➢ {r ODm� Om ti AaJy C-l�DZ �1 Am Sm AA m DOS -y ZInY �b W npm VO pn O �Jp A npmp m V m GAZ V pOm 0 m{ Cm-{� rA mm mr mmm mm tp D Apr mg -OZ O �• O W "'i p 2-m mV)Z T.pOp-1T-.T�Z r0 rn mm\ m0 yp00 Imilp D Op moZn 00 {Z mo Mm -t A �� o4 ,gym -�-Im 00 FZi m Al �O�i `` tZit tnO tn� On- Dpi ZOZ UlZ m� D titi X10 DZ A�Jmp Z f*1 Cil mmM7 mS� 0 0 m-n nm n3 D -n AN A [� �p p� G< ti Z DO Zcnz OSA ANN o0n n {{ Z OA C -:n To y Z- A m Zm O O Ino Sm- in _ ^ 0V m00 m 0 0 < 0 m m 0 OZb mmA ZA OZA NA SGZ ZZO pp p < ��7 Anm ZT (o 0i mZn D m TDO V O �n Ap -iD :Ven O OS O D Z Opm 'O- N ti-� O O DV OOm CA D=I ~ W m � `< D Z C p V A m ➢ 0 0 m Z T r O A N Z m{ O y m Z m m O 0{ o n m D G Y Z m 0 r D A Z Z VI ~ rn O O Z 0 OO p 00 0 ' O n 0{ r � o OZ xl y T Vl m' m O y R1 � � D p D 5 T In A n A O T m m pZ m y� n -I y en � y m 0 5 T 5 D O H O V) A Z A O O TpW OCO y0D Z O 00�`< T. AT DD mn Op AO TyVm OO mm ➢ O mm r Cm Om O O Q Z m A O VI =t Z p m j D UI O A D C A Imam O O D Z V 0 2 V O O A A m 2 m C m O Z A O O Z O A Z V O C A VI m n I.ZrI :E O m nmpKm m0 OZAZ nyrA*I DUIm NAmUIZ D !n my m� Nm Z= m0 y m�OZ -0y0 l/�{ �l TZ Ut m0 DUI VIOL V)A AZUI �An ren OHO Z rfV*10 00�?D n Z T OO m0 DnA �m m 0.--1 �VI?O 2NOOZ AA =y �UIn mZ moD X00 OV) -C VI 0 MITI T- SO O A Vy m m O 0 0= r2ZA OD O CO Smr<.I m zAS ~ m0 SOO OO 0SW m- OZ Zm0 �f VI A Z-nl D�� S]m-t mZZ Amm DmA O m O Zen A m=� pA V) �- OmmO ZnDZO OS m Nr5 i -ir f mD V15 �J VI O O r D O 0 A m Z A m m n m D m Z A Z D r -t ti T Z m O z m { r m A_ O o { m N m D O 0 0 m Z S ti 5 Z �x to OZ o D{ Z m A { r Z m N m T, n 0 Aroy yAD Vl0 Aim ZZo ADN OOZ�m m Z Z ZS] A X00 nA m NZ mZC mySOm 0m AC Omm A� m0 InmN oV) qmK Som mS ro. omm =D I NOmf, Ul A 0 0 nm < mAD mD -Dj OA mmA nm OCo Om m0 n~ m ➢ r� _O-m 'mm Ay VmIDm --D==D 0 Om my _ On �m0 ZmZr tiA 00 VIOL mZ NZ An mm m=r AC OfrTt mmy ��DyZ Z m A m{ Zm O Z O�� TV1ti0 i Am Mo. m V T.0 nC nA Ami 1 O m D r- VI A C G 2 mAD Om D- U1 TD m C/�n- N fN*1Sy �tA�/I ZZS AO AmZ DZ_ D D y O rn CmJ DD m S z DS mem nOrC 'Im DLJ �N O� fly 1/Inr mf_ OO 00 nT DVT ��=mA r O fGTI 00 C =�Z1� 0 D Cm OOA V�l/iO DA Oy Amr Z= m0 Z� 00 mOZ( N n O O D D O = p 0A D j G m{ D O Z m m V r N V O A m y A S m mn Z D T V 5 D O O m O S n Dm{ -� mD, mK ZSR mnC I m O0 { fTlO-1 D AO {�� -m j-= {A =T omm V 00 0 'i0 i ~D O NAm O {zZ nD Nmy O�Om O N T OZ T {DS r { --1A Om V rA nm OGm `5 m� D ITGI n� VI r C D Z y Z V p m o m O 0 O r Om A m N m{ p o O r C p m m S D m 2 r-i* A 20 OT _m _1 '� O�z cn-n 0 2 A rNn\ Z yr� � � O olc< OA mN SSD ZD mr 22 On y-{A co -I{ �WymO T O m 0 n Zmm m { DO f"oA� I-A my AZ I p m Z= S minD Zm SOa "�2"VO T A m oA n mm0 0 T pOT �ZZO y0 T �D5 nD Cm mD O m o m Vl D m m O n 0 A 21 A 0 n O C A l m O 0 O m- O p 0 n O Z O Z p A Z { A 00 F D `5 D S D 0 m T. Z D S C ;O A m Z m m Z n m n 0 y 0 r en 0 p m A AN AO 00 ZD0 o mr O m - - p Om Or O �-I -I f\�1�0 n { Cp Dmy mO m� m0 = x-00 Z < O T. m 0 Z m Om O Z j r Z O r 2 O C Z r Z O D D A o m OV Z E, (n O V m O A Z O = O ~ 0 m m O -t O n r en O y N V O mD0 o z to m n m z O m O m n0 = {Z m� zmp m m m m m mr A m O{ m n m n O t N � O . W J U A W N J m N A W N Z O An n o toAD nD ZAm (/)nnm C AZT D➢ n D DU) 0{y ti nD UI A "OC OSnn nmVInn VIATCC-1 mnZA-im ZCm-V D O O A 0 m O O O O C m THY O A v Z m p A r p _ S m 2 D 2 2 m O r ➢ C m �1 Z y m 0 0 O O m 0 0 m m D ti ti 2 Z O m O 2 X C m x 2 Tt f<*ly -1 fZTIOm C mZ_n zz D0-1� <m Ono mr y Z ITr-yiD.Tm m>zr X woamw-1mm ZZ ZmAZZ AVI VI�rm 03�Zmn00C'm .Zi Tv OD D m OBD �=I 0Z3 rNDm A(0n 2,1 OO D C) mrmrDO ZC�O C SDANfTIO FAA �zgzm,A nOpm�n mmntVj2<>~�<ZO /\ Dn O f.i nmA mr SOD mmnrrTl mmZ m~ n 00ZomZ _ImC� 'Dp�p Znn O{O'n mt/IZ UInO AVI OZyOtiD Dn00 m0 O G OZS ti y�l ZVG OO ZDO mm p Dlmi_In AVInn VO OZ�m�-1 Z COV mD00-� D0Z OO�OCV n% DA A D mO� m N T. CVAD D= OZ m aJ �J00 VIOy m02y A AZA00>o x"xA Om-z, rZCij ME — — — — M ! M I — — — = ! M M I I OM b6PZ Nd ON 2id-.100 O D m m0 zm min m- mm 00 mm mK MX X= 0 A D Z n m (AM '8Z y K X i 0 C.nI D m O J NV1d 102i1NOO 1N311143S NOIS0M3 Aerd?dOdW31 co2 m ti S. 48th Ave I VI* f� �` y /z 7733 3 718 ,. 7.399 733 732 7737 - 1729 7728, _. 7737 7726 _ - - -_ - 7729 1723. _-" ..,., 773 ,, / , /1 "' ' / ;\ S 44th Ave __ 3 4 :.., „„7„„„,,:: -,-_,--,,,,,--\\ \\.\\'\. \ \\N, ' -\\ - \\ \ \\ `\� » \ ='.._ ._.> �- „•\�. \ \. \\ ,,-,-.7, - \`, �v .7- \\ ' \ � --77-77-7 V O O INSTALL SILT FENCE AS SHOWN PER DETAIL 1 ON SHEET 4 m U) n 0 -1 U) 3dId 1,12JOIS M3N NISVB HD1VD M3N PERMANENT SITE IMPROVEMENT 3DN3d 1l1S ,1NVdOdB31 m 0 m z C) o N N o N N N 07 N k W N O G N OD i'y E7*1 CO C-1 AC 00 DI'7 nn m,=Ar 2mmpr m>Z Z m VI z m0 Mm zz T m D n r m O m- r 714, mnZ On ry D97 Dn m1A �.r�0 \091/1 m091D mym MC_ DyyF mC rn*,O Co Dnmmm D9Dm rZn DAO jC 2 DD �m �O AVIAm m<DC(n mom Z D m m 0 m Z m O A r m D mm ,7)',76-' m y N U A N m N m VI m Z m Z Z m m 0\ o C n D 0S A DD DVJ 0n 091 D -DiD 91910,_ `976091 DAD zJ Cn �y A r O Zm 0�m 2'<c r m A r TIm , 0 U m m 0> ZZ - (7,0r>' N ro m- m D< 2 m KV mm y O S up r m 0 0 0 . m z Z N 0 O C c„.28 )3,-, r A D N y my Z D m y 9111 O z m o V) m m m C -'6-,W,„ 0- C yCV1 0Z O DV7 nmm. Dmm - my co,,,,,. m �_ Z' m OZ r A D U I A m D m D D O m C 91 0 y O D m D r D m Z 00,7 m m m O y O m m m 091 0 n 91 91 < y 0 m D ZOO m 0 0 <A m mn 9791`91 pmV1<lrT, DDd MO OZ ZO mm mm D m Onn- OD n Z,0 AZn tin Am mD m ozK m InmSD rm*,rnDC -(Pc ).°•=1 py r0 091 y0 O mD rmT,Or Pm0.o < ➢ O ➢ m z< 0.:1 <2< D� '3' OZ O Om mpmZ ZCm�y 8810 OA 2z no EN m lmn OO -m10 ymA2p 0Z2 -1,),, • g> OZD Om D m> >ro > ymD my C.--c' m=m Oy ti Aj Z Om Nm m mmyAO 29191 m�m rD C, 71 r 0 zm Ooz. NnAAy Vlmn 2 m D m .➢m Km n r m m Om mm m m m = n m D E O fn Sir y Om m m m • D rmD,T01( lmmm- -< z m 97 8 C r 0 0 C2 A m 0 m 0 91, Moo, 0 9 m ,m"Orm3 01y z= On m y D -!nm m2�nzo --<-10 p m m m m VI m m O mo • 0 AR -Ti i p Z (4,0>z Z y m O ±-"'o m D O o o x r O IJ D y y y O D Z z O m m O A Z n 0 m m D m r S 0 91 2 - 0 Z m y y y O G p m< mp tu m m y D m Z 0r -"-C < =n 0 U -97-1 A °Om7nrDm 000 D -(5> m Z C y m < O 0 m OZ m H Z OT. O N m m 28 p m I DD m Z fmT1 A m m Z Z • O OTE a--,5;1 -a m 0„. m D y y O rn -11j, (n 0 AO Zr 2 m m -�V,m 0('), cnm mz M > m 0 MM n m, r_,' m r 0 -�, O -1 2 D z mO y D < G 0 0 nm m r m mo m m Z7 � D Z > Z y D � 0191 � 0 0 m m n 0 z 01 m C n O z 008 F K m n0 grz 9197 non 1097 O m ow 0➢ y r 0 - D n0 Om mm 0-, mm mm � A 0 O D Vcim DO = m D m mm z my m D OZ mm zm y y mm Zr O ,K mm no A O OO n 0_N D 2 0 A LI21VMIAILIOIS 3 n m O >z C 33 ;7 mn n 0 >x 0 S3ILIAILDV J31VM WNOIS 91 S TO COORDINATE EROSION CONTROL 33>8 -T 0>Or 2' Mjrn ZA0AO m 0 m A 0> nm0 79 m m m y = D O n AZ co,„ Zmzz m O Z )A28,71 Olm/IS mm m Dm 0m O 0 D Z0 C Z D00 mm. n m AZA➢ Dmgz Ecconm Srm 000 mom D m Z Zo(l Az W:253 C o mm mm= 9170 O y � mVln mDr 919191 Z m C y m C 2 00 0 9100 nm Fe Z 0 m f ODD -07, y DDO � y y o=� m m 2�2 D▪ Zr z>m goo -02 Boz crow K m D 825 2mp ZEAyzm I m O ➢91-1 0 ZDn arc 21c m n D zm8 oz 1076 m m m OOS Am Zyz yon A p W mD zm on mm m A K nm D m Z97 91 2 o, Omz D-1 C m mm m8z z < n z0� mml AZI D m O zoo) Om -m m m Z DDD m m mzr o{ 3m 9797> m D y onm Dmm ,0 r m < m z n M O M1J 597 cn mm mm rn m> m> m, m O O 0 Om 1 2 yL y r HE 81 mm Dy Zn ,o O --� mom mo 0 n DKO y m Z 858 -CCD mn m Vm7 0 D m m • S V7 D 2 .m8> m mm D m m 070 M < >O mm Z m 070 _ZD V7 n < r-1 6n Z r0 -o D y n OO O91 O z-1> D y D rDz r- O << D 97 D mr„Z C m m Nz 00191 DZ y A r ,D7 In <OO Dmn mo mem D m 91 C m n m G Dz-1 m S A D m Opm n o0D mm m � A m Z0= D Amr ET m�1 yD nz OZ O D rm C >, Cr. P p r = Po 9197 00 Zr P N D mo mo mz A Z OVD mm mm 9197 Z O V m91D 91 p O 8288 0 2 m m DD00 Z<On DDIZnm OZ- D mz<o m m C - ,0 y m m m • 0 mV I O n 2 oN,Z >7'1 C OZ 0 >0VI m m m <77`1Ay O A z >m,n -1ZOZ m, o m o r Z E CO ymmx m o D D 3 A Z m zom D x D m y r Z m App 0 moc y Z m m z L O O O y Z o m D on=" O < m Zm0 O� mz� -ZiOy mzm Vi mm97Dln O mmO 6zy O 5 n Am › D N oz0 m D O O n Z n O 22Om tn VI A A m mCAn D 2O Z O z DoOm r D mD mOZ <x OZm pNOc m O z ➢ N0 m r m m D Dm m m mmm_ 91091 -rjMV -1808 0pzm f m D p z D r O m O C m Z m m m'mm mrDo oKmz cmo- Z -ono D m Z O Omen-, Z V y 097 C O 7D0Z y<oy zoo, mmZC m° OO D Z CO J rP 0 O n= mm '53n ZO n Z KT n Po m SHALL PROTECT AND PRESERVE ALL EXISTING VEGETATION BEYOND THE 0 0 ;1 o .z m 0 097> z omz ZO91m npDD Mo C A O p m mm ym 0 m m f C n O Z � X O moo 0 O ZZ 0 N m 0,m 0 m m A 91 KOz m z rn 2D Z DD A 0 ,nm UI y O A 2 m 0. ODE_ C A 00, 00> < S 0 AO A Oti A O OZ O m D C m 91 m m < 0 m O pcm mmy 29191 Stn WUnp m00, O > z m 70 Z V I n ZrO Tu -n, ocoMO O z, Z1n VIA m m z r moor 0mpm mom oD Zo =00=0 0 0 0m D VI m n7mnCO n ,„,z m o ypV1 811072•, >Z97 .0m mD Z m Om➢O C m Z ,-251 0 m 0 zm O m U 77 Z 0 p Z Z A VI V Om O 00Z Dm 0 D O O z n z p m m 91 91 C 97 D C C O C z 9119191 mogZZ m0 OZ m D mZ0,0 Oy mm7mm , mommz O z o m o mm<0m 0,m y 1pn>m _2 D0 -m moamo A m> m Z O<m DVIm D O D Om 2 0 Crnm ,o> 6o 91m9mz 91fZtn7-/1I 2 m O O m m6Im VIn rmmmy Oy OZD yr O CUI? Dmm 97 mm90> m 2 Z O O m y y m Oim m Z m m D ➢ 00000 U ON O Z m mODy- °z=8=›'6 Z m m m m D m A000� VIZ<m➢ O A o C m 0079Zz ry mr mrO o r A m A r O oo 91091 O Z n ODO 91 0 0911 .0 00 97 A mm Z yD 0 r O m m Om m K, m0 D Z V m mcm N 2° D m n A no Om m O m D Z z nm my 918 zr D 00 n Z >> z w0 yf, mZ DF" D Z m O S310N (OS31) TEMPORARY EROSION/SEDIMENTATION CONTROL N E M M- MN I M MN M I- I ME s-- MI I ssi 7 • CD CD CD 4C 00 Q+ CI+ ti I I IM I I I I CipC CD .- 0:L> WO01IAISR[4 pp N P V1 77. W O 10 W 01 O O. a' COB �o w 0 N p. b617Z >1d ON Hd-A00 O D m W 3: 7173 MS NV1d 10a1N00 1N3WIa3S NOIS02:13 A8VelOd1A131 4=. (n O Y T A =m 00 r O m C m � m-< m zD (n DD Zen OT D m ,0 n O A D Z Om ow 003 m m mm )=.› mm A D ow 1- O MCO m D 0 O 0 31VOS 01 ION W N Cm = HO` Om MO -103 <C C ZN 0 o O <m O < JC = 3H D m 00 0 co mr 30 Zm viz K IV W 00 m D 0 QODm3 C O Z D 60(L)E, y Z Vf 0 O O O C � m O Z S normo G. AO C - Z N D D f m Z o 03 m Z > O Z 1-103 n mm D<0D< mDOIn ZD -O A D m < m 0ZZ<,LD1 Dmmr0 Z MMD'- 30 C < z Zm -1 mo Dm Om (+ 000 H 7,000 >..m OOO(n3- 0 000000 Z Z I m V = m,= m,„- q , Z Z 0=0 o➢mm (n 0y3C 2-<%'A Z O D m oyoo x AAU12 mPxm n en Z m Z m ((2), 00<o A A<O AAm m Z � O 033 0 0 mm0 m. O A CID 31VOS 0110N STABILIZED CONSTRUCTION ENTRANCE 30N3d 1 IIS 03030 C O D ZZH OT O A D C C Om -1 0 Z, 00 p D Z Gm mA C S n 030 O OZ ›,=71 mm C A A no mo LEACHING FROM STOCKPILES MUST BE W N Z Z O X m O -1 m D O N 2;2, O N T 0 N O A m 3 O A O V z A g r m p o T II -, N m 0 A N d3131NI63d A' SONS (n dN8 102LIN00 O N O S31Id>001S W 03 Am�1 c-_1 Dnr of- 22 -r'A0 m r D Dm ➢ Z m nm DTA mo <03O D O m Z Z ›z 2p0'I on 03>0 .. O ~ S Z S 03010 mr >H03 2z =,-,0m>0 c), - z m =<% Zen m co Ixm m Z m 03 3 moo DO 3033 C m F° O p en Nm m a mom ;OZD O mmr m 00, -5 D = M T m < A mDD tinm CA mco 000 mm1 AOA �-c nzp m A p D Z mi C O 3 Zm mm GM DM D 033 COC O TD -z < � (n 0 < m O Z mo 0o O A Zm m O m A N x oma 0 A D ymy 000 cZ mo mmz D O mr zo � A mm m (n '0 AG mm mm Z 0 0m D A mo Cm O O Z A D ➢ g r N 1 mA m Oma➢m mo0ZZ D m mm0 nA me D mrZ0H V<mp-1 0 C A <02=Z pm 3 n oNmHm N m m mm=D m 'moA_ >n V n mm OTA O mmAm r A Z O A 3 m O O .0>m (LD <O Om0H (Om OT O A S31VMS NOIlV?J11IHNI-018 000DCK Axx-imm 0>> (00103 Z r n D m m O Z N m > COm�NAZ A n Z_ 000 O Z m A D D � m m Z Zp S 0 O m m y 000'mz Am' Mo, -1AmOr2 DZ3mr'-111 ZO03CO3 nt - D 00>m 00A Z 3 m= m D OZ m im Ag 02010_ O 0 y 0 V1 mmm<D OITA_ N D m Dmm = ~ m z � v1 4- W N 030 828 N-� =00 A O 03Z0 m T> >,0 00 Gnln 0300 0 U1 I <- S In m Z= O� ��z7,1 xpZ n p O S r m '(5,c, 03 Z N C D m m oAm 0-103 m AA GM m 5Cr _9mo 0,<1 m= <zy yx 0 <D >O O3Z -1 m =003 m1T1 o Aom mnm f0c <v1 O $mC x O A O m„.. V1 D C D m • >0 O O p O Z D a �, Dm= 0C W D D D 3 Z Z T DN ZO 0>0 S m A Z • 0 y O m en 3 m mZ (n0m-{{ 0303 D mm mZ1 mr ,-3(,'0 m 00 On(~1130 O <= Z> T O n 3 D Z ZZ m z 030 yen 7,1* mC =1n Z n 0 S= 58 D m 0303 z0 A m0 N T m 0 3030 0rzOmr(Sn0Z3>00> 030ZDmnOfP'1OOC➢NOD Z1 m:0-00303WCV1m m O m T O n p m r N p y N mo5rnmFy-C-,0=z0--{i 0 3 p nO 0CO ODnmO O1n0Z0 _➢CZ00130mM mi_, ,'"AOOO2n� -i TD0 W C 030 0-0-orcszxpo pm O m O A O w8 f+1 z. C m m m Z O 0 0 0 x m m Z = Z ^-11n mC Amyl m =m f,IO COAD-A1mr3fA mA Z -H y A C O m T O In m D 0> mz DCOtimAp Om OD n Om 003= ,,- mwommozmmm (O-1 03-1➢4- 3 zi Z40 3 Z A Z O 0 Z r O r m to H D �O[ 0A0°H 3r of�1=ODH�mgODW <m rn O o m o m O N y A m O m Z D m 0 m A y O m m m H(< r o m O n m O -' Z A A (0_>Z O n r DAm Cr'1(nZ mon-1 TO S Z Z A T 0 m A o 0 0, ---itm 0 D O 033 ZDo TO A =Z 0A> =Z ~= 03 3 S r n -1,-,I Z 0 3 C m 0 A D ➢ O A N Z C - O mz= m=V1 Dmx A 04 3000 A m m mm m Or"'A n Z D 0 ➢ = - O D Z m mm m 00 H C 0 (n rn 0 mo INW30V1d 000 O m m mOS m r m D O V1 5=2 Z n m norm >2° CO 0030 o ➢ omr p O 0303H _O H S Z m D 0mr mpD m c ODm Z S0 m m0 o rC A -9Ay n>0 m (1) W J O1 U1 A W N fn,1mC=D �0min ��D 3F�tnmm VJO 1n lnOGG�1 mD TT� DmD Sz DAO=➢C 8Z -S9 mm AO O S 0003>o -o A 3-< - O O m I D =_ -1 O O A A m m M Z m r Gm'1 D p ti ?-_,,2). O A W O _Z O m ti m r D m m m A O m r 0 Z tiyAWA G)ZF OZDA yf*1Z0D � GZ)�0 �% m-.1NA0 Zm� <0A Hp<OD pmmDA2=0 CO m;0� (n =3mA m G)--11= Cj AO p rmww Z ZDmm z I o m �nA Zm min kCAmm 1'Z1Sti0Ar y0 Dm�O qm r m m O Z 80> y y 0 D O O i1 = O O m p <-'- D m m OZ T 03 03= m3�C0 on � �m 902E L''''''' m OrDOmSZ pS <WOD m O 0z n -LO. = m en ti m 0➢ m 0 m D A O S r My 0 -1 D A nmA mmm AD ➢I�1�Sm Owg S33O=D Sr mArm m 303 p m mH mm Om �mS�Z mmm 0D 3)1-Imrm mA�=NrCi mm 4::', y O-im�1Z Wm� Dm n. (<00mmr'-,1 Z=0ncmm� Oo OOZOCmr< mm m H=mm p-1ZNm Dmm 110 30Zmo '2; mZm�m< o ZmCN A m m N m ={ m m „.m Z Z O p =O m ti 0 O m m m m O A r N m A ti <n O m -1 D= m Mh! m 033A D- ZOC Op-1O�OZmO VJfA�1D00o �OOZn�T.OpVJOmT ADrT= SSD-0yZ DOmOmmmmK< ,;s r ODOo n 1`103 3 D <O m -< <<TH OM," m;0 �= OmAA� �OO�mO3 ti 303-1= Z' O m m O D 0 - m A D S C O m m S n M-'0>, A < O m _ Z D0 = 3 03 „n.0 c-0.<, D m z m A -I T ▪ m - m 0 m r I= r m T 3 m< 1'031 m m 3 O 2mAm2 OOODmAO AZO Z w Z 0 D _m W 0 00 p O=.I0JO4 Z um mmo Om O m m C W m mm 0 D - Z A O r 030030 Dm 0O m Om -1 D m3< HD- A OMZ C 03 0 A Z O M00 0 Z mm OA OW 0- 7) -1 O m m O 303 03 COH c O Z m C O 0 =0(1=03 Fr- COM - mm DC Mm 033 m , Om D0 0 S2 m Am DM no m2 mm nm O A 3 Ko MA 00 m ON1033S02HO) H EXPRESSED AS PURE LIVE SEED AND SHOULD BE DOUBLED IF BROADCAST OR HYDROSEEDING IS USED TOTAL SEEDS/SQ FT/MIXTURE SHEEP FESCUE BIG BLUEGRASS OR THREAD GRASS INDIAN RICEGRASS THICKSPIKE WHEATGRASS BLUEBUNCH WHEATGRASS CRESTED OR SIBERIAN WHEATGRASS' COMMON NAME mN W O - V MIXTURES (LBS/AC)' AIB C m0 -. -, J A O - CO MK -1000 0-z0-120 m1D003 C m<0 O OrrH OA< m O m m 0 C O m 0 voirmf(mnoz O { m K 00 z-0ym N O m p D z 0 y1Ov10,1 C U1 m A DA m -10A0> 0303 < O 03 D m o ZADmm 0 n H =m3m Om x Z O D f`m1AOOmr 403=m 3x{gym ZO rr A m m 3 00 y 0 O O mm0�1<300 timgzmzz 71L: o O nr-Om O Z<VS m n N a D- =_103 CDr 30n'1m mNOZ DDm2O OOHZO 0 m nnnm=orn rib I 03 (nmrom -IAf8OmCO 100 Z 0 01 W O OCO(O,1mmm 03umiO00O m H Z 0 A S -ZImpZD A c 2 D 0 Z m 0330300 3 m C -1A _ < D r m m tiO omAO ➢ 01 y AdVHOdIN31 Z 03 IN3NVW213d NM = M M INIE M M N M = = ' = 1 IIIIII 1 MN ♦s co 5) - Z Crg CD $:.r co co PD 0 co" a" oo 0 17I -1Z Nd ON Hd-A03 m 0 z 0 m 0 LP I - Cl o. Jl3Di 103f'Oeld 311S 11V13A0 :',,T71_ A,TI 1 1 , CD CD 1 Vti oti ,„`` 77)9 ".. S. 48th Ave 43 \ '3 �79 36 )3g ))38 i3 ))36 ))35 1)34 )33 1)32 113) 1130_-__ 129 )126 ))26 )125 1)24 923 ))22,,. -n. 1119 / / / O Q j / :/ 1 1 —J\ V! CD CD rt 03 S. 44th Ave n ti 0 S3Ib03 VWI>IVA ONION3flO3S NOIl3nasNOO NB I 11111 II1M1 1 I N 1 1M1 11111 111111 I IIMM M 11111 sss \ a \ S. 48th Ave 000 0 z1 0 A 0 rN Z my !mm G7 =�m Amo z D m m O1 O m .\ \ /42 III00'IIA70Ej'MMM i II rn 0 z 0 NV1d ova 101 ONI>iNdd b6tZ >id ON ?:Id -A00 3d\d id3a 9 0 OJ z (1, 0 21 5 z 0 m D wr-n TD > ZN z O 13 o 0 -< ymD z�� m— co • -D oxi O 0 m c) —1 1/ 0 T = • m 0) N\ /J S , 0 \` 30 3L32,13NOD ONusIX3 3AO1^131 REMOVE EXISTING CONCRETE CURB S3110N NOLL11014134 \ zR1 -In zmm mCX OX noDX OX < A O L CO y o m m �� „73s moz mz mymz �Z mA p�G) 1C) poZO y0 O O O K a m D Z D mm CO XJ C OO mym U Z 30m m r“--) Z Z 2 om 050 OD 0 mZ DM 0 m 0 ✓ m G) m z 0 1 N UN 1— M NE NE I NM all M N NS s N-- NM 4044,* co co °;:[:44 cra Po R. r WO3'ilALDCI1UMMM 17417Z>id ON 2id-A00 0 P1 m mo Z m �U1 mc) m Z mm 00 co m NV1d 31IS ONIav O 101 ONI)1 lVd D z 0 mD -ten D D-� 611 TO 0 O -< • mTD^ z m_ co 31 O 0 m - m m0 mmm --COM 00 00 ZZ 0 0 CC nn m ~ 00 mo, -<2 o> ,m O 0 D D 0 CO D ,O Om mm 153HS NO R.2 =,5o O 0 C D m 0 Zm-4 00_ 000 m _.F _.0 u=m oNx Z>N UI D m O m 0 Z .8x r > N ➢ oc z0 0 O Ulm Or m o, 030 .m m> O 0 c, D0 r oz n mm - O OmZ Onto - -8,, Omen CNC m -C CIC •C 222, 0 0 ZN< >z 0>T m 0 mZ<0 x0 T62 O m ).0 0 m"z -mm 0 O 0 � A - m m� O m Z ➢ V4; (2.21' 0 m <0 c -x mm A D , A m0z 00 D o m % D m m wA g. Z N 0 SI m AD s -o cv mm Os mm mD - > or N m OO < 0 Z 0 O 00 -1F -<> m2 o nn D0 N - m m ,m 0 k'' 0m Eo ZD D-1 0 10 - m N CONSTRUCT PLANTER CURB PER DETAIL 4 ON SHEET 11 MATCH NEW ASPHALT TO EXISTING ASPHALT ELEVATION. 00 030 OO mm CZ MK A0 m0 n z< m� -gym O, ox V PP ° 0 m mz 0A mo OZD tn0 r 0m mm E)-;° nm O x m o 0 mD m mm eA_ D30 <C <N O z oz m. m, DA Dm m C m Z C 0 Dm >0 mo tnZ o AC Z0 mm oz UI->' Dz o z 00 o m z rm > z0 U) C m m0 0 F Fl NOILOf1N1SNOO z O 1� I I MN 111111 IIINI MI N M I I M IIIIII I V I IIIIII I 1 ssw 0 CD 1 CPA . MM:[:11114 r A V yC b617Z Nd ON ?:Id -A00 0 H m m 0 z rm -i U) M hz mm 0 mm -n mz 0 hO D nm OZ m> w F O nz (n 0 oW I n O m 0- A) NV1d 311S 3041218 Z mD —I (1) N ZT /` U/ O r� o mD Z • m_ co O m� H N m 0 (n M Z m A W 00 0 0 000 OI 0 p (.i N mn U)ml v1A 00 n own -0 C 0O o n frls O C K Ozz O O O N Z ID O DA 070I< _,,_,V, w O 00 - Oo-i Zoy OC X ZOC Z n J rm m stn rn nn n D m 0 p o o y I C x ti X y y y z A y N y O ono 0(1> o0 N o00 0 m wm� O0m A no Drn ("IXG, Wm0 WD 0 Hm fmzm 'lpm Z' ?'''ZI mm2, p➢ A D_Mp mmz v-+ D 0 m =m In t o yt-- O o m O= ON C ONO AU+C W- < y Z W D.r Z mmm no 00> mD ➢ VIDN ZOA 0 ''0T W z VI y m ZO m r h C_ • 0=Z ,oz Km 0 ,mc., (oz f CO n0 = m W >m O 06, K D Wn0 OZOZ V' m 0 D{' m ➢ • <Am mDp fn*1 r' m ry "A Z n➢ Si �m> Dom Nm D or � m m OZ� DON Oz O WOr IT < m>o D� Ut Z 00 mm no opo m =n tiF zz • T`oom nmo ti A tn. '"p Mox Mg5,' O Or y DDN NyD mm ZO O ;>-,RT, =z J mm o0 Amn mm O om Am Oy A 0 m z v• miD DZ W O OwDO L,, Dn N p O >E m, r n D 1-O tiD = O Om Z = Dfm*1 n�l m mn z r z mm iz E y m m � ll mon OA m OZ nmo m y y UI A n Dy mn =o D Z n y A ,L)M mo D =m - ,, A m y A 00 W C m A W 0➢ O Z Z O N c o En _ o› m-66) -y(D 0x '1 m ,m D A 30 r 1Cnals NOD ll 133HS NO V 1IV130 a3d MATCH NEW ASPHALT TO EXISTING ASPHALT ELEVATION 00 OA mrn0 On WO (fl 00mm I O =O -10 C Z MK o p z :0> no mow mOEm L41C C A C L.0 C pn O m W"-1 n o n y O y y 0m y ny (2-T. 010 z mo mz AZWD z0 n WOD m 0 3 m n om Ino IIm OA o �y1 n Ur �O on C � D _= D M n'1 m D A (ST nx loz C- lob 0 x y n y D N W `r mo - or D Z W{ A Z s--) y O� nD t,,2mm CO< m o f n y { =<', m m =<'s) C o 02 0 y >-. m rrn pn W -<,-, < A m D >1 1> 0 f -0 >0 '>Z ZIn D0 p n 0 >z Dm Do =o nn TO NZ mIn n C z y D ';)Y>)' m mA Oz 5Z wm Dy nm m 0nA A z 0 no 0 Az ro N CA m 0 on zA or;52. o m A n 0 w, z 0 m mZ Dz m In Z In IIIYYYmmm�„ ,y Oy LL3naLsNo3 11111 EN MS— M— 1 NM E— —— M— 1-- I • . !: • . z ., t. bl,tiZ >Id ON 2Id-A00 m Z m m N m- rn Z mm O p m� C m m O NOLLO3S 3041218 D z m> -kJ D>� )o o< z• �� O m_ co 31 6 O O mc - m n 41, cc:, = m V - V NO1103S O 30Vd0 8fS 0310Vd1103 U O 0 0O 0 U! m n D A 0 C m= oFl 0 MI to '0 o n Z 0 D N 0 A m U 0co 0 D A x A 0 r N D- rn 48. AA < 0 0 ` o r 00 42" MIN A 0 0 o co Ca an A.m * A 0 < r W r a \ 1-51 U F-10 D 0 m Z0 p Z O 0 0 A 0 D A 2 D C N N O 0 O 'O O O 0 D MIN =I N NM W = N N M 111111 M N M 111111 I N I WO 1iM 1q MMM i7117Z >id ON 2id-A00 0 D P1 m M Z m H U) m- z m 00m m co v S1Idl34 dV4V?i dVOIONVH D z mD -H '-n D >� UI -0O r x O O� o mcc� G) p m c- m C) H 0 N o m m 111111 111111 1 1--- En r NM — --— NM 1 111111 • 404110NPV CD LIIMMEMIv • 17147Z >Id ON ld-A00 O D m 01 Zm �cn 73 2 A Z O SiId13Q 31IS D Z m D -i�n ;U 0 TJ O 0 0 —< • m� Z • m_ 7co 0 -1) 030 O o m n H 31VOS 01 ION 1ld130 dVW dVOIGNVH 37VOS 01 ION 8 flO H31NV1d CD 31VOS 01 ION 01103S 1VOIdl.l rn r m 00 00 00 0 0 0 0 0 0000 00 00 000 p0 0 0 0 0 000 000 0 0 0000000 00 0 00 00 ci A T D nD Po z p n 11) 8 n 16" MIN oz n z 7,m C m O m M D A 8 A D 2 Z D m y A • NOT TO SCALE - BASED ON OWNERS RECOMMEND 0 z 31VOS 01 ION NO1103S UUVHdSV 4HVONV±S CEMENT CONCRETE BARRIER CURB & SIDEWALK • z 0 0) C) n C CO m o C H 90 n 0 z m H m 0 z m D ✓ M1111 11111 11111. r UN— I N— — N— MB N IN. EN 1 11.11 404, gi NI, c. crg w c timil a co - 1II0O1lA!JE 'MMM m w tilbZ Nd ON 8d -A00 UI 0 z 0 m m z - Ico m° mmz m O 0 co � _ 0 n z (3130 co rn .Z7 I 0 m S-1Ib'134 VIAINV,' A0 AliO ZJ D z V/ r TD > N T -n o <D omco Fi� 0 0 p m� () m n 0 z c, C x 2�� 3 g m°' az n g v w o ma n °. H 0 Z m 01 NOIIVONflOd 310d V NOI103S -D Z m NOI103S HON32il11nONOO m m C) . 'm { d c O O D D� r� � v sam 'Fn m m= w m 0 '. 0 z oN Vd HON3d1 NO3 o M E I NM I MN 11111 N 11111 I I MN IIIN NIII 11111 IIIN N sss c.CD C' CD ti CD utimmi C. CIDup QIO3 JiAI3E111' bl•tZ Nd ON 2Id-A00 A m 0 Z 0 m CO S 0 D 0 z o -T ✓ P1 Z • D w � tin P1 0 m �z om A N I P1 J SlIVUO 1V01?:11031] z mD -Ir—n • D� /z 0 U J -U —n O0 O< -< D m> zmco • 31� Xi >10 G) p mc -- m 0 Q o NOI103S llfld AVM3LIIM SNOISN311I0 Wf1WINIW - 13113V1 nmo alloo Ann My z 0 z � v J 31V09 01 10N (5, 0 0 0 NO1103S HON31111l4NOO TYPICAL LIGHTING TRENCH SECTION zo mz rn r_ mz 0 m D G) r E m m TO PACIFIC POWER REQUIREMENTS 6 3 1VId31VYV ONI0038 ONUS 1113N3VN 031JVdNIOJ I N M I NM M E I sss cocoPO O. !-i . Z =Car co co - >ID WOO' flApeJ MMAN 17I47 >Id ON Hd-A00 0 5 z 0� N71 0z m D -0 0 co U Z nc o� I Cn m 0• ONIIHOI1 101 ONI>i2Jdd D Z 0 m D -IrC7 D>� Z� t. 1 71 O -n H<D Z om— co HZ �0 xi r` O m� 0 \ • \ S.48th Ave. • • •\ N • • • • \ \ • \, • • Olmc-ncn >2 in -11 m - Z c - c o o m 1 -1 A D D o\ m Z z c m A N D m O n A H mmnn m -i zz_- .,w< En r- O uO m m O C r OD I n n D m C o➢ZC z lnZ �zmm r, -,g,„, m -� m N O O z '! < r m o n o m Z A O o zm D Z m n <m�n� Z Z.-[m1A OrO n m sO _o © O p c c m Z -< m� m D 00 Om Z m ti A S oO > O mD mD n nicmmomo m! -iTn-� < D< y 9< rD P _ _ 6 o U N N.i N A D X< tW D N W O 'D n n '4zx O W o �c<"]A O D Am A m< n n c p z m D n H O O< 0 O : O D D O C S m 0 ozr O ~ Om m > » ; < m co o ZO N A= a W A Cr) A C O moz y (n N� W m o D F SALON 1HO11 133a1S • • • \ • • ■ to o m