Loading...
HomeMy WebLinkAboutR-2011-121 Noel Canning Industrial Wasteline Extension and Sewer Rehabilitation, Project WW2327CITY OF YAKIMA NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2327 HLA PROJECT NO. 13048 Construction Contract Specifications & Bid Documents JANUARY 2014 Wastewater Division 204 West Pine Street Yakima, WA 98902 Phone (509) 575-6118 ,i H LA Huibiegtse, Louman Associates, Inc. Civil Engineering • Land Surveying* Planning "ORIGINAL - CITY OF YAKIMA" ADDENDUM NO. 1 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION HLA Project No 13048 BID OPENING: JANUARY 23, 2014 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 — UNIT PRICE BID PROPOSAL, page 3-5 Replace the Unit Price Bid Proposal on page 3-5 and 3-6 with the attached Unit Price Bid Proposal numbered Al and A2 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 T. Battle, PE Huibregtse, Louman Associates, Inc. 2803 River Road Yakima, WA 98902 Phone (509) 966-7000 G:IPROJECTS\20131130481Addendum No. 1.doc Date ///,.G/e49/77 , .G/Z49/T ADDENDUM NO. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNIT PRICE BID PROPOSAL (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 1-02.5.) CITY OF YAKIMA NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION CITY OF YAKIMA PROJECT NO WW2327 HLA PROJECT NO 13048 ITEM NO. ITEM DESCRIPTION UNIT QUAN- TITY UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS SCHEDULE A — Industrial Wasteline Extension 1 Mobilization LS --- X --- = 2 Project Temporary Traffic Control LS --- X --- = 3 Clearing and Grubbing LS --- X --- = 4 Unclassified Excavation Incl. Haul CY 295 X = 5 Planing Bituminous Pavement SY 3,850 X = 6 Shoring or Extra Excavation LF 3,080 X = 7 PVC Sanitary Sewer Pipe 12 In. Diam LF 418 X = 8 PVC Sanitary Sewer Pipe 8 In. Diam. LF 2,576 X --= 9 PVC Sanitary Sewer Pipe 4 In. Diam. LF 50 X = 10 C900 PVC Sanitary Sewer Pipe 8 In. Diam. LF 36 X = 11 8 -Inch Plug Valve and Valve Box EA 4 X = 12 Manhole 48 In. Diam. Type 1 EA 10 X = 13 Doghouse Manhole 48 In. Diam. EA 2 X = 14 Sampling Manhole EA 1 X = 15 Sewer Cleanout EA 3 X = 16 Storm Sewer Pipe 12 In. Diam. LF 28 X = 17 Catch Basin Type 1L EA 2 X = 18 Pretreatment Manhole 48 In. Diam. EA 1 X = 19 Underdrain Pipe Infiltration Trench System 12 In. Diam. LF 35 X = 20 Adjust Valve Box EA 5 X = 21 Adjust Manhole EA 2 X = 22 HMA CI. 1/2 -Inch PG 64-28 TON 1,150 X = 23 Crushed Surfacing Base Course TON 790 X = 24 Crushed Surfacing Top Course TON 520 X = 25 Cement Conc. Traffic Curb and Gutter LF 120 X = 26 Cement Conc. Sidewalk 6 -Inch Thick SY 25 X = 27 Cement Conc. Sidewalk 4 -Inch Thick SY 30 X = 28 Cement Conc. Pavement SY 390 X = G:\PROJECTS12013\130481Addendum No. 1.doc Al ADDENDUM NO. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM NO. ITEM DESCRIPTION UNIT QUAN- TITY UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS 29 Cement Conc. Panel SY 130 X X = _ 30 Select Backfill, as Directed CY 170 X X = = 31 Chain Link Fencing, Including Gate LS - X --- = = 32 Pavement Markings LS --- X --- = = 33 Minor Change FA EST X $25,000 00 = $25,000.00 SCHEDULE A SUBTOTAL 39 8.2% STATE SALES TAX LS SCHEDULE A TOTAL X ITEM NO. ITEM DESCRIPTION UNIT QUAN- TITY UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS SCHEDULE B — Sanitary Sewer Rehabilitation 34 Mobilization LS --- X --- _ 35 Project Temporary Traffic Control LS --- X --- = 36 Clean and Video Inspect Existing Main LF 1,428 X = 37 Cured in Place Pipe Rehabilitation 8 In. Diam. LF 1,428 X = 38 Reinstate Existing Side Sewer, Internal EA 20 X = 39 Sanitary Sewer Bypass LS -- X --- = 40 Minor Change FA EST X $15,000 00 = $15,000 00 SCHEDULE B SUBTOTAL 8.2% STATE SALES TAX SCHEDULE B TOTAL SCHEDULES A AND B TOTAL G:\PROJECTS\2013\13048\Addendum No. 1.doc A2 ADDENDUM NO. 1 CITY OF YAKIMA, WASHINGTON CONTRACT DOCUMENTS FOR NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION OWNER: City of Yakima 129 North Second Street Yakima, WA 98901 Wastewater Division 204 West Pine Street Yakima, WA 98902 CITY OF YAKIMA PROJECT NO. WW2327 HLA PROJECT NO. 13048 ENGINEER: Huibregtse, Louman Associates, Inc. (HLA) 801 North 39th Avenue Yakima, WA 98902 JANUARY 2014 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2327 HLA PROJECT NO 13048 TABLE OF CONTENTS PAGE NO. SECTION 1 - ADVERTISEMENT FOR BIDS 1-1 ADVERTISEMENT FOR BIDS ... . 1-2 SECTION 2 - INFORMATION FOR BIDDERS . 2-1 INFORMATION FOR BIDDERS . . .2-1 SECTION 3 - BID PACKAGE... . . . .3-1 BIDDER'S CHECKLIST....3-2 BID PROPOSAL . 3-4 UNIT PRICE BID PROPOSAL ........ ...... 3-5 BID PROPOSAL SIGNATURE PAGE ..... .... ....... ..... .... . 3-7 BID DEPOSIT... 3-8 BID BOND........... . ........... .3-8 NON -COLLUSION AFFIDAVIT ...... .. 3-9 CITY OF YAKIMA NONDISCRIMINATION PROVISION ... ......... .. . . ... .. . 3-10 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY 3-11 CITY OF YAKIMA RESOLUTION NO D-4816.. .. .. .. 3-12 CITY OF YAKIMA AFFIRMATIVE ACTION PLAN . .. ...................... ......... .. . 3-13 CITY OF YAKIMA BIDDER'S CERTIFICATION 3-15 CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION ... . .3-16 CITY OF YAKIMA COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT . 3-19 SURETY ...... ..... . . . ..... . .3-20 SUBCONTRACTOR LIST... .. .3-21 BIDDER'S RESPONSIBILITY STATEMENT . . .. 3-22 SECTION 4 - CONTRACT AND RELATED MATERIALS . . 4-1 CONTRACT . 4-1 CERTIFICATIONS ... 4-3 CONTRACT BOND.... . 4-4 SCHEDULE OF WORKING HOURS ... ..4-6 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS . . 5-1 PREVAILING WAGE RATES ... 5-2 DLI (YAKIMA COUNTY) EFFECTIVE 01/23/2014 ................................ .5-3 BENEFIT CODE KEY EFFECTIVE 08/31/2013 5-3 DLI SUPPLEMENTAL TO WAGE RATES 08/31/2013.. 5-3 SECTION 6 - TECHNICAL SPECIFICATIONS . 6-1 TABLE OF CONTENTS... ... 6-2 SPECIAL PROVISIONS .... 6-3 APPENDIX A - AMENDMENTS TO THE 2012 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS APPENDIX B - CONSTRUCTION STAKING REQUEST FORM APPENDIX C - WSDOT STANDARD PLANS APPENDIX D - CITY OF YAKIMA VIDEO INSPECTION PHOTOS SANITARY SEWER REHAB APPENDIX E - TEMPORARY CONSTRUCTION EASEMENTS G: \P ROJ ECTS\2013\130481Spec. docx SECTION 1 - ADVERTISEMENT FOR BIDS 1-1 ADVERTISEMENT FOR BIDS City of Yakima 129 North Second Street Yakima, WA 98901 The City of Yakima invites separate sealed BIDS for the construction of the NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION, CITY OF YAKIMA PROJECT NO. WW2327, HLA Project No. 13048 including the following approximate major quantities of work: Schedule A - Construction of approximately 3,050 linear feet of 12" and 8" PVC sanitary sewer pipe, 14 sewer manholes, connections to existing industrial wasteline, stormwater improvements, planing bituminous pavement, and surface restoration including hot mix asphalt, cement concrete sidewalk, cement concrete curb and gutter, and gravel surfacing. Schedule B - Construction of approximately 1,430 linear feet of 8" cured in place pipe for rehabilitating sanitary sewer main, 20 side sewer reinstatements, pipe cleaning, video inspection and sewer bypass. This contract has sixty (60) working days to complete the work. Bids will be received by the City Clerk at City Hall, 129 North Second Street, Yakima, WA 98901, until 2:00 P.M., January 23, 2014, and then shortly thereafter will be publicly opened and read aloud at the City Council Chambers located at 129 North Second Street. The CONTRACT DOCUMENTS may be examined at the following locations. City Hall, Yakima, WA 98901 Huibregtse, Louman Associates, Inc., (HLA), Yakima, Washington Tri -City Construction Council Yakima Plan Center Copies of the CONTRACT DOCUMENTS may be obtained at the office of Huibregtse, Louman Associates, Inc., (HLA), 801 North 39th Avenue, Yakima, Washington 98902, (509-966-7000) upon payment of $70 00 for each set, non-refundable. Planholder list and addenda will be available on the Internet at www hlacivil.com Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the Treasurer of the City of Yakima for the sum of not less than 5% of said bid or proposal and none will be considered unless accompanied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a Contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing on the form bound in the Specifica- tions, sealed and filed with the Clerk on or before the day and hour above mentioned The City of Yakima, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U S C 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it shall affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises shall be afforded full opportunity to submit bids in response to this invitation and shall not be discriminated against on the grounds of race, color or national origin in consideration for an award. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project, and that the Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national origin. The City of Yakima reserves the right to reject any and all bids and to waive technicalities or irregularities, and after careful consideration of all bids and factors involved, make the award to best serve the interests of the City of Yakima. Contract time for this project will begin by 03/03/14 Sonya Claar Tee City Clerk Publish: January 2, 2014 January 9, 2014 G:\PROJECTS\2013113048\Spec. docx 1-2 G: \P ROJ E CTS\2013\13048\S pec. docx SECTION 2 - INFORMATION FOR BIDDERS 2-1 INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima (herein called the "OWNER"), at City Hall, 129 North Second Street, Yakima, WA 98901, until 2:00 P M , January 23, 2014, and then at the City Council Chambers publicly opened and read aloud. Each BID must be submitted in a sealed envelope, addressed to the City Clerk at 129 North Second Street, Yakima, WA 98901. Each sealed envelope containing a BID must be plainly marked on the outside as BID for NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION, and the envelope should bear on the outside the BIDDER'S NAME, address, and license number if applicable, and the name of the project for which the BID is submitted If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER at City Hall, 129 North Second Street, Yakima, WA 98901 All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted Only one copy of the BID form is required The OWNER may waive any informalities or minor defects or reject any and all BIDS Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof Any BID received after the time and date specified shall not be considered No BIDDER may withdraw a BID within 60 days after the actual date of the opening thereof. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID SCHEDULE by examination of the site and a review of the Drawings and Specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or of the nature of the WORK to be done. The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR nor relieve the CONTRACTOR from fulfilling any of the conditions of the Contract. Each BID must be accompanied by a BID BOND payable to the OWNER for five percent of the total amount of the BID When the Agreement is executed, the bonds of the unsuccessful BIDDERS will be returned The BID BOND of the successful BIDDER will be retained until the CONTRACT BOND has been executed and approved, after which it will be returned A certified check may be used in lieu of a BID BOND. A CONTRACT BOND in the amount of 100 percent of the CONTRACT PRICE, with a corporate Surety approved by the OWNER, will be required for the faithful performance of the Contract. Attorneys -in -fact who sign BID BONDS or CONTRACT BONDS must file with each BOND a certified and effective dated copy of their Power of Attorney. The party to whom the Contract is awarded will be required to execute the Agreement and obtain the CONTRACT BOND within ten (10) working days from the date when NOTICE OF AWARD is delivered to the BIDDER The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. G1PROJECTS\2013113048\Spec.docx 2-1 A conditional or qualified BID will not be accepted. Award will be made to the lowest responsive, responsible BIDDER or all bids will be rejected All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the PROJECT shall apply to the Contract throughout. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID. Further, the BIDDER agrees to abide by the requirement under Executive Order No 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in these Contract Documents. The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when required to do so by the OWNER. Contract time for this project will begin by 03/03/14 The ENGINEER is Huibregtse, Louman Associates, Inc., (HLA), represented by Michael T Battle, PE. The ENGINEER'S address is 801 North 39th Avenue, Yakima, Washington 98902, phone (509) 966- 7000, FAX. (509) 965-3800 G:\PROJECTS\2013\13048\Spec.dacx 2-2 G:\P RO J ECTS\2013\130481Spec. docx SECTION 3 - BID PACKAGE 3-1 BIDDER'S CHECKLIST All forms listed below must be fully executed and submitted with the Bid a) BID PROPOSAL b) UNIT PRICE BID PROPOSAL c) BID PROPOSAL SIGNATURE PAGE d) BID DEPOSIT or BID BOND BID DEPOSIT - Sign the Bid Bond Deposit in the space provided if the bid is accompanied by a certified check or cashier's check in the amount of not less than 5% of the total amount bid OR BID BOND - This form is to be executed by the bidder and surety company The amount of this bond shall be not Tess than 5% of the total amount bid and may be shown in dollars or on a percentage basis. Provide Power of Attorney for Surety's agent. e) NON -COLLUSION AFFIDAVIT - Must be subscribed and sworn to before a Notary Public. f) CITY OF YAKIMA BIDDER'S CERTIFICATION g) CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION h) CITY OF YAKIMA COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT i) SURETY j) SUBCONTRACTOR LIST k) BIDDER'S RESPONSIBILITY STATEMENT - Provide supporting documentation as required. Bidder must also provide documentation as specified in Section 7-24 1(1) Manufacturer/Installer Qualification Requirements of the Technical Specifications. The following forms are to be executed and/or submitted for approval after the Contract is awarded 1) CONTRACT 2) CERTIFICATIONS 3) CONTRACT BOND - To be executed by the successful bidder and his Surety company Provide Power of Attorney G:\P ROJ E CTS\2013\13048\Spec. docx 3-2 4) SCHEDULE OF WORKING HOURS The following shall be provided to the Engineer after the Contract is awarded. 1) CERTIFICATE OF PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE must be provided by the successful bidder in accordance with the provisions of the Standard Specifica- tions and Technical Specifications. 2) STATEMENT OF INTENT TO PAY PREVAILING WAGES to be completed by successful bidder and by any and all subcontractors G \PROJECTS\2013\13048\Spec.docx 3-3 BID PROPOSAL A Proposal of P. 0. VV. (Df ! r[LLk Lf. Cr& (hereinafter called "BIDDER"), o anized and existing under the laws of th 'State of Washington doing business as poi-hOY In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of the NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION, CITY OF YAKIMA PROJECT NO WW2327, HLA Project No 13048, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below 1 To the City of Yakima, Washington, (hereinafter called "OWNER"). By submission of this BID, each BIDDER certifies, in the case of a joint BID each party thereto certifies as to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after NOTICE TO PROCEED and to fully complete the PROJECT within sixty (60) working days of such NOTICE TO PROCEED. BIDDER further agrees to pay as liquidated damages the sum specified for each working day thereafter as provided in Section 1-08 9 of the Standard Specifications. BIDDER acknowledges receipt of the following ADDENDA. Addenda will be posted on the Internet at the Engineer's website, www.hlacivil.com BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum amounts. 1 Insert "a corporation," "a partnership," or "an individual" as applicable G:\PROJECTS\2013\13048\Spec.docx 3-4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 UNIT PRICE BID PROPOSAL (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes/corrections to the bid must be initialed by the signer of the bid, in accordance with Section 1-02.5.) CITY OF YAKIMA NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2327 HLA PROJECT NO. 13048 ITEM NO. ITEM DESCRIPTION UNIT QUAN- TITY UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS SCHEDULE A - Industrial Wasteline Extension 1 Mobilization LS . . -- ; X --. ': 71 :0 0 0 2 Project Temporary Traffic Control LS --- X . --- _ / r 000 3 Clearing and Grubbing LS --- X --- = l 3o, 000 - 4 Unclassified Excavation Incl. Haul CY ( 295 X g- - Z/ 3c00 - 5 Planing Bituminous Pavement SY ' 3,850 X 3 - - 1/, 550 6 Shoring or Extra Excavation LF i 3,080 X / - _ 3' on - 7 PVC Sanitary Sewer Pipe 12 In. Diam. LF 418 X `iS - - /8 g/0- 8 PVC Sanitary Sewer Pipe 8 In. Diam, LF 2,576 X 413- - ' no, 7L - 9 PVC Sanitary Sewer Pipe 4 In. Diam. „ LF 50 X sp - - ,5'pp-- 2,5'01)- 10 10 C900 PVC Sanitary Sewer Pipe 8 In. Diam. LF 36 X lig- _ 1, 4 Zo - 11 8 -Inch Plug Valve and Valve Box EA , ! 4 X / t.c1)0 - G, ODD 12 Manhole 48 In. Diam. Type 1 YP EA X 2- Goo = 2s-; 000- 13 _ ._10 Doghouse Manhole 48 In, Diam. EA 2 X 6/ 500 13, 0D o 14 Sampling Manhole EA . 1 X 1 5 -DO- 3 3 TO 0 - 15 Sewer Cleanout EA 3 .X 700 — 2, / 00 -- 16 16 ; Storm Sewer Pipe 12 In. Diam. LF :: 28 X 6-5" = 1,Clio- 17 CatchBasin Type 1L EA `, 2 x : 460_ /,30.0 18 Pretreatment Manhole 48 In. Diam. EA 1 � .X / (O �O - = 6�$p0 - 19 Underdrain Pi a Infiltration Trench 12 In. Diam. Pipe SystemW5— LF 35 X - 297S- 20 Adjust Valve Box EA 5 X 350- - 21 ' Adjust Manhole EA 2 X 300 - '. - 6,00 - 22 HMA Cl. 1/2 Inch PG 64-28 TON 1,150 X /01 Z3 - so //b GG .. 7i `, 23 Crushed Surfacing Base Course _ ...... TON 790 X /� " = // 8Sp - 24 Crushed Surfacing Top Course TON 520 X /4- - 71 8D0 .• 25 Cement Conc. Traffic Curb and Gutter LF 120 X - _ — 26 Cement Conc. Sidewalk 6 -Inch Thick SY 25 X c` - _ — 1 /37S 27 Cement Conc. Sidewalk 4 -Inch Thick SY 30 X LTJ " _ / 3 — 28 Cement Conc. Pavement SY 390 X 102_ = 3' 18 p- G:IPROJECTS12013113048\Addendum No, 1,doc Al ADDENDUM NO. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM NO. ITEM DESCRIPTION UNIT OTITY UNIT PRICE AMOUNT DOLLARS CTS . DOLLARS CTS 29 Cement Conc. Panel SY i 130 X /02. -- = / 3124, 0 — 30 Select Backfill, as Directed CY 3 170 X 40 — _ // /�DO �P 31 Chain Link Fencing, Including Gate LS --- X -= = /„2-j 000, 32 Pavement Markings LS ---• X --- - t0.,50 p-- 33 Minor Change FA EST., X $25,000.00 = $25,000.00 SCHEDULE A SUBTOTAL 5v, 217 S° 8.2% STATE SALES TAX 1 .' )1,1,-) fo f SCHEDULE A TOTAL 0 5s2_ 07 ITEM NO. ITEM DESCRIPTION UNIT r QUAN-TITY UNIT PRICE AMOUNT DOLLARS -CTS DOLLARS -CTS SCHEDULE B - Sanitary Sewer Rehabilitation 34 Mobilization LS -- X - . tP STD — 35 Project Temporary Traffic Control LS -- X -- - 3, SOO — 36 Clean and Video Inspect Existing Main ,LF 1,428 X % � - It? 9 do Ct9do 37 Cured in Place Pipe Rehabilitation 8 In. Diam. LF 1,428 X 33 L4.71 1�41 38 Reinstate Existing Side Sewer, Internal EA 20 X' g5'Q"' ,._ /7 0. Do — 39 Sanitary Sewer Bypass LS : --- X --- _- ODD -- 40 40 Minor Change FA EST; X $15,000.00 = $15,000:00 SCHEDULE B SUBTOTAL / OO/ /2 Q' 8.2% STATE SALES TAX , 0 i!/ SCHEDULE B TOTAL //373910: SCHEDULES A AND B TOTAL G'\PROJECTS\2013\130481Addendum No 1,doc A2 ADDENDUM NO. 1 BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION CITY OF YAKIMA PROJECT NO WW2327 HLA PROJECT NO 13048 P. OBIDDERw • (CONTRACTOR)UrtMall tv c' BY DATE I / 9-3 , 2014 CDT siG / �t�-��• AUTHORIZED OFFICIAL'S S NATURE TITLE ghtl 103 ih:nsw o rth (Please print or type name) Address. :.o. W. eontrl h 1g P.6130L4 2phone: ! 509)54Z €5D9- RGISWJ bun- 61491(3D2 Fax: (_09) 642- •RSDS E-mail address s h l,te� Q P° IN Q Dr1-tra.utotto •£rn CONTRACTOR LICENSE NUMBER POW 001 ' C1 PJ4 4CONTCONTRACTOR DUNS NUMBER 01tS 301 ' 2,L/ 54 - CONTRACTOR RACTOR UBI NUMBER IDOL CONTRACTOR FEDERAL I D NUMBER "l I — 1 4)}' s t m CONTRACTOR INDUSTRIAL INSURANCE ACCOUNT NUMBER g4J, c! ZZ -co The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as principals are as follows. DAV ii-mcNorth (PPts.) , Rcu Johnson LVP) ShtL !-gins (eovp Set/J Tvvas) PROJECT MANAGER 1220 b CELL PHONE: PGi" 430'' P-ty NOTES. 1) If the bidder is a co -partnership, so state, giving firm name under which business transacted If the bidder is a corporation, this proposal must be executed by its duly authorized officials (2) Bidders shall acknowledge receipt of all addenda, if any, in the space provided on the first page of this proposal. (3) If no bid is submitted, kindly mark "NO BID" on the cover and return to* G: \P R OJ ECTS12013\130481Spec. docx Huibregtse, Louman Associates, Inc. (HLA) 801 N. 39th Avenue Yakima, WA 98902 3-7 System for Award Management DUNS: 016393634 CAGE Code: 11P62 Status: Active Entity Overview Entity Information Name: Pipe Of Washington Inc Doing Business As: POW Contracting Business Type: Business or Organization POC Name: Shelley Ainsworth Registration Status: Active Activation Date: 12/16/2013 Expiration Date: 12/13/2014 Exclusions Active Exdusion Records? No SAM I System for Award Management 1.0 Note to all Users: This is a Federal Government computer system. Use of this system constitutes consent to monitoring at all times. 1100E Columbia St Ste 64 Pasco, WA, 99301-4355, UNITED STATES IBM v1.1466.20140121-1343 WWW1 Page 1 of 1 https://www.sam.gov/portal/public/SAM/?portal:componentId=7cbf8635-61 f6-41 ff-bfb6-2... 1/23/2014 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of 547v which amount s not less than five percent of the total bid. /,--- Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Pipe of Washington, Inc. dba P.O.W.Contractinq , as principal, and The Guarantee Company of North America USA , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of ***Five Percent of the Amount of Contractor's Bid*** (5% ) Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Noel Canning Industrial Wasteline Extension & Sewer Rehabilitation 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 23rd DAY OF January , 2014 . Pipe gfjWashington, Inc. dba P.O.W.Contracting Crc 1--crtvtits By: , Principal The Guarantee Company of No America U A By l i - i' 1 //�r�P/!)- • i�r„cZ� SLety Judith C Kaiser -Smith Attorney -in -Fact Received return of deposit in the sum of $ THE THE GUARANTEE COMPANY OF NORTH AMERICA USA GUARANTEE Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint James E. Majeskey II, Walter W. Wolf, Judith A. Rapp, Shawn M. Wilson, Judith C. Kaiser -Smith, Nicholas W. Paget, Shelly Donovan PayneWest Insurance, Inc. its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31'` day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority. 1 To appoint Attomey(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney-in-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attomey-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of February, 2012. THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN County of Oakland Stephen C. Ruschak, Vice President Randall Musselman, Secretary On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly sworn, said that each is the herein described and authorized officer of The Guarantee Company of North America USA, that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai Notary Public, State of Michigan County of Oakland My Commission Expires February 27, 2018 Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. ,t,e3„. 0. Tom, I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in full force and effect. IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 23 rdlay of January , 2014 Imo— Randall Musselman, Secretary al 1/23/2014 www.insurance.wa.g ov/consumertool kit/Company/CompanyProfi I e. as rDOWAOIC 229139 Search > GUARANTEE COMPANY OF NORTH AMERICA USA THE GUARANTEE COMPANY OF NORTH AMERICA USA THE General I Contact 1 Licensnj 1 Appointments 1 Complaints 1 Orders I National Info I Ratings General information Back to Search Name: GUARANTEE COMPANY OF NORTH AMERICA USA THE Corporate family group: n/a Organization type: PROPERTY WAOIC: 229139 NAIC: 36650 Status: ACTIVE Admitted date: 06/22/2004 Ownership type: STOCK • L9 top Contact information Registered address ONE TOWNE SQUARE STE 1470 SOUTHFIELD, MI 48076 Telephone 248-281-0281 Types of coverage authorized to sell ,haii-his Insurance types Surety ' 9P Mailing address ONE TOWNE SQUARE STE 1470 SOUTHFIELD, MI 48076 Telephone 248-281-0281 Agents and agencies that represent this company (Appointments) View agents bach tc? View agencies Company complaint history View complaints • V?P What this' Disciplinary orders 2008-2014 No disciplinary orders are found Looking for other orders? Our online orders search_allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. National information on insurance companies Want more infnrmatinn ahniit this rnmnanv? The NATC's Consumer Information (CTS) nti ane allows vnto http://www.i ns urance.wa.g ov/consumertooll.it/Company/CompanyProfiI e.aspOWAO IC= 229139 1/2 1/23/2014 wutnrv.insurance.wa.g ov/consumertooll.it/C ompany/CompanyProfi Ie.aspC?WAOIC=229139 retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. to top Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. 'A.M. Best Weiss Group Ratings Standard and Poor's Corp Moody's Investors Service Fitch IBCA, Duff and Phelps Ratings top 1 http://wwuvinsurance.wa.gou/consumertoollaUCompany/CompanyProfile.aspx?WAOIC=229139 2/2 • 1/23/2014 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Listing of Certified Companies. Surety Bonds: Programs and Systems: Financial Management Service MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Ohio. GREAT AMERICAN INSURANCE COMPANY OF NEW YORK (NAIC #22136) BUSINESS ADDRESS: 301 E Fourth Street, Cincinnati, OH 45202. PHONE: (513) 369-5000. UNDERWRITING LIMITATION b/: $4,523,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: New York. Great Northern Insurance Company (NAIC #20303) BUSINESS ADDRESS: 15 Mountain View Road, Warren, NJ 07059. PHONE: (908) 903-2000. UNDERWRITING LIMITATION b/: $43,859,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Indiana. Greenwich Insurance Company (NAIC #22322) BUSINESS ADDRESS: SEAVIEW HOUSE, 70 SEAVIEW AVENUE, STAMFORD, CT 06902. PHONE: (203) 964-5200. UNDERWRITING LIMITATION b/: $44,080,000. SURETY LICENSES c,f/• AL, AK, AZ, AR e • T DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, M , MO, MT, NE, NV, NH, Y, NC, ND, OH, • , I," -•, ; SC, SD, TN , UT, VT, VA, WA, WV, WI, WY. INCORPORA = : It- aware. Guarantee Company of North America USA (The) (NAIC #36650) BUSINESS ADDRESS: One Towne Square, Suite 1470, Southfield, MI 48076 - 3725. PHONE: (248) 281-0281 x-6012. UNDERWRITING LIMITATION b/: $14,172,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, A, WV, WI, WY. INCORPORATED IN: Michigan. Return to top of pane or select aletter tb jump to an item. A BCDEFGHIJK LMNOP V WXY Z Hanover Insurance Company (The) (NAIC #22292) BUSINESS ADDRESS. 440 LINCOLN STREET, WORCESTER, MA 01653 - 0002. PHONE: (508) 853-7200 x-4476. UNDERWRITING LIMITATION b/: $75,381,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: New Hampshire. HARCO NATIONAL INSURANCE COMPANY (NAIC #26433) BUSINESS ADDRESS: 702 OBERLIN ROAD, RALEIGH, NC 27605 - 0800. PHONE: (919) 833- 1600. UNDERWRITING LIMITATION b/: $14,264,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN Illinois. Harleysville Mutual Insurance Company (NAIC #14168)3 Harleysville Worcester Insurance Company (NAIC #26182) BUSINESS ADDRESS• 355 Maple Avenue, Harleysville, PA 19438 - 2297. PHONE: (215) 256- 5000. UNDERWRITING LIMITATION b/: $19,161,000. SURETY LICENSES c,f/: AL, AR, CT, DE, DC, GA, IL, IN, IA, KS, KY, ME, MD, MA, MI, MN, MS, MO, NE, NH, NJ, NY, NC, ND, OH, PA, RI, SC, SD, TN, VT, VA, WV, WI. INCORPORATED IN: Pennsylvania. Hartford Accident and Indemnity Company (NAIC #22357) BUSINESS ADDRESS: One Hartford Plaza, Hartford, CT 06155 - 0001. PHONE: (860) 547- 5000. UNDERWRITING LIMITATION b/: $220,024,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Connecticut. Hartford Casualty Insurance Company (NAIC #29424) BUSINESS ADDRESS: One Hartford Plaza, Hartford, CT 06155 - 0001. PHONE: (860) 547- 5000 UNDERWRITING LIMITATION b/: $90,732,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, N], NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Indiana. Hartford Fire Insurance Company (NAIC #19682) BUSINESS ADDRESS: One Hartford Plaza, Hartford, CT 06155 - 0001. PHONE: (860) 547- 5000. UNDERWRITING LIMITATION b/: $1,301,254,000. SURETY LICENSES c,f/: AL, AK, AZ, http://www.fms.treas.gov/c570/c570_a-z.html 11/25 NON -COLLUSION AFFIDAVIT CITY OF YAKIMA NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION CITY OF YAKIMA PROJECT NO WW2327 HLA PROJECT NO 13048 STATE OF WASHINGTON ) ss. COUNTY OF 59-61.1(1,14 1N ) NON -COLLUSION AFFIDAVIT 1„.1. -Ci GrUf 02.414-- 18 me S&G pow co,k,,,,a,K4, being first duly sworn, o oath says that the bid above submitted is a genuine and not a sham ordollusive bid, or made in the interest or on behalf of any person not therein named; and the said bidder further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to themselves an advantage over any other bidder or bidders. Signed rl 5IVQ,l/ toA(il or AJorty affirmed) before me iwornJ G:\PROJECTS\2013\13048\Spec.docx 3-9 (Contractor's Signature on , 2014, by Notary P�l�IFc My Appointment Expires CA, Le , Dl9" CITY OF YAKIMA NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follow - The Contractor shall not discriminate in violation of any applicable federal, state and/or local law or regulation on the basis of race, color, sex, religion, national origin, creed, age, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, political affiliation, or the presence of any sensory, mental or physical handicap, and any other classification protected under federal, state, or local law. This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of August 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The Contractor will comply with all provisions of Executive Order No 11246 of August 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor The Contractor will furnish all information and reports required by Executive Order No. 11246 of August 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No 11246 of August 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of August 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of August 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance; provided, however, that in the event the Contractor becomes involved in, or is threatened with litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. G:\P RO J ECTS\2013\13048\Spec, docx 3-10 CITY OF YAKIMA WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished This statement of policy will be widely disseminated to all managers, supervisors, minorities, and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities, and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible G:\PROJ ECTS12013\130481Spec.docx 3-11 RESOLUTION NO. D - 4 8 i E? A 3ESOLUTION adapting a "Women And Minority Business Enterprise Policy" far the City of Yakima. AREAS, the City of Yakima is the recipient of federal and state assistance which assistance carr es 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 Ldi-trrity Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and Wi.,i.S, the City of Yakima is determined to maximize Wow And Mina,-ity Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the- "Women. And Minority Business Enterprise policy" statement attached herein, now, theref are , BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OP YAKIIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a. past hereof. ADOPTED BY TIM CITY COUNCIL this .. s day of 1983. ATTEST: City Clerk. CITY OF YAKIMA AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps. a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore c. The contractor shall promptly notify the Engineer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual, by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. 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 g. h The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. G:\PROJECTS12013\13048\Spec docx 3-13 A 1 1 1 11 1 1 1 1 f 1 i. The contractor shall validate all man specifications, selection requirements, tests, etc. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n The contractor shall make certain that all facilities and company activities are non -segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations q Non-cooperation. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women (The U S Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the Engineer. G:\PROJECTS\2013\13048\Spec.docx 3-14 1 1 1 1 1 1 1 1 1 1 1 r 1 CITY OF YAKIMA BIDDER'S CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: P. o. Vv. 0,on-h(a,th,V� , \no. (BIDDER) certifies that: 1 It intends to use the following listed construction trades in the work under the contract: D P G z.w-t e-o.S Like, 0 (4,512.5 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 Ain, (,o, W'1,1. / bt wL and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the awarof any sub -contract under this Contract the Subcontractor Certification required by these Bid Cup itions. G:\PROJ ECTS\2013\13048\Spec.docx (Signatur Authorized Representative of Bidder) 3-15 CITY OF YAKIMA SUBCONTRACTOR'S CERTIFICATION Subcontractor's Certification is not required at the time of bid This Certification must be completed by each subcontractor prior to awar o any subcontract: certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract: and, As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being. 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. G: \P ROJ ECTS\2013\13048\S pec. docx (Signature of Authorized Representative of Bidder) 3-16 Materiality and Responsiveness This certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of this bid. Failure to submit the certification will render the bid non-responsive Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable) Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on August 24, 1965, with a contractor debarred from, or who is determined not to be a responsible bidder for government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions, including the failure of such contractor or subcontractor to make a good faith effort to meet its fair share of the trade's goals of minority and women workforce utilization, shall be grounds for imposition of the sanctions and penalties provided at Section 209(a) of Executive Order 11246, as amended Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the consequences thereof. In regard to these conditions, if the contractor or subcontractor meets it goals, or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or the subcontractor shall be presumed to be in compliance with the Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractor's or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet its goals shall shift to it the requirement to come forward with evidence to show that it has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceeding shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. G:\PROJECTS12013\13048\Spec.docx 3-17 It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty (30) days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to Director Office of Federal Contractor Compliance U S Department of Labor Washington, D C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. G:\PROJECTS\2013\13048\Spec.docx 3-18 vGee,���!slBfn mpliance with. Immigration and Naturalization 1 ' 4 N Sl.il knt fi41rs1 uhhf,i„ �#� fV�i� 1:94 w �l� gWn �f i9�N i 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 pena Ity of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2 I agree to enroll in E -Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E -Verify for all newly hired employees during the length of the contract. 3 I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E -Verify program at any time and that non-compliance could lead to suspension of this contract. Firm Name. PO \Ai Co -c12-44-c--r/ C - Dated this 2 3 day of J , 20_L/ Signature: Printed Name: <t,`G11 Address: P t --tot 4-7-7 2 t_w 1/4- l at) Z Phone #: t -0‘1'5142-g O 7 Email Address: Stidlui ptrl l/acc fly' i17 kiy-L Homeland Security's Web Address is: http://www.dhs.gov/e-verify Completed declarations can be mailed to: City of Yakima Purchasing, 129 No. 2nd Street, Yakima, WA 98901, faxed to 509-576-6394 or scanned and emailed to sownby@ci.yakima.wa.us SURETY CITY OF YAKIMA NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION CITY OF YAKIMA PROJECT NO WW2327 HLA PROJECT NO. 13048 If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be 25$o o 14 e0 -( -C Street G:\P ROJ E CTS\2013\ 13048\Spec. docx whose address is: It Z- ¥O7 City State ZIP 3-20 SUBCONTRACTOR LIST CITY OF YAKIMA NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2327 HLA PROJECT NO 13048 To be Submitted with the Bid Proposal 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 C o l k -0/30A. .-vp1 G j eabto Categories of Work J VI r' L(G1.umi Subcontractor Name b)i lA 1,41;riaASWPrtir Categories of Work Pr - Subcontractor Name kr.)1TIAW,r "Vk) czYLAALTI&NI t Categories of Work CSN C -It -r -r& - Subcontractor Name Categories of Work G: \P R O J E CTS\2013\ 13048\S p e c. d o cx 3-21 BIDDER'S RESPONSIBILITY STATEMENT CITY OF YAKIMA NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2327 HLA PROJECT NO 13048 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. 4 Prevailing Wages A. Criterion The Bidder shall not have a record of prevailing wage violations as determined by WA 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 Retainaqe 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 G:\PROJECTS\2013\13048\Spec.docx 3-22 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, • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim 6 Public Bidding Crime A. Criterion The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B Documentation. The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 7 Termination for Cause / Termination for Default A. Criterion The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation. The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, or if Bidder was terminated, describe the circumstances. 8 Lawsuits A. Criterion The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B Documentation The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts As evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above, the apparent two lowest Bidders must submit to the Contracting Agency by 12:00 P M (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets all of the mandatory and supplemental criteria together with supporting documentation including but not limited to that detailed above (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all mandatory and supplemental responsibility criteria The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess Bidder responsibility. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a G:\PROJECTS\2013\13048\Spec.docx 3-23 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. By signing below, bidder acknowledges this Bidder's Responsibility Statement. G: \P ROJ ECTS\2013\13048\Spec. docx uthorized Sig 3-24 1 SECTION 4 - CONTRACT AND RELATED MATERIALS G:\PROJECTS\2013\13048\Spec.docx 4-1 TI(LIS - AGREEMENT OW ER, an hereinafter called the CONTRACTOR, CONTRACT made and entered into in quadruplicate, this (11 day of 2014, by and between the CITY OF YAKIMA, hereinafter called the PO InJ Co wl-v-0. G 1-1 wq T -A4 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: The CONTRACTOR shall do all work and furnish all tools, materials, and equipment for NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION, City of Yakima Project No WW2327, HLA Project No. 13048, in accordance with and as described in the attached Plans and Specifications and the Standard Specifications for Road, Bridge, and Munici- pal 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) calendar days after Notice to Proceed and shall be completed within sixty (60) working days of the date of such Notice to Proceed (see SPECIAL PROVISIONS - Section 1-08.5). If said work is not completed within the time specified, the CONTRACTOR agrees to pay to the OWNER for each and every working day said work remains uncompleted after expiration of the specified time, liquidated damages as determined in Section 1-08.9. The CONTRACTOR 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 OWNER. II The OWNER 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/her heirs, executors, administrators, successors, and assigns does hereby agree to the full performance of all the covenants herein upon the part of the CONTRACTOR. V. It is further provided that no liability shall attach to the OWNER 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. G:\ PROJECTS\2013\13048\Spec. docx 4-1 OWNER: Nlame: Ton Title: City Manager By: pow coo t'a[,+-4tvGf Name: I f W orr r v1 (Pleaso Print or Type) (SEAL) ATTEST eeee6bt Name Sonya Clear Tee Title. City Clerk (SEAL) ATTEST. Address: TO 'D>4 P r SGp t U! 1 g931V?2 Phone: '00/ - ✓��? � � Fax: So°I-BIZ-gCbg Email Address: Shc i ctip pinr Govvi-3 -ti (� rlet) coName: rvk Employer Identification Number: J Ig6--g3 °! City of Yakima Contract Number: 0,216W— City City of Yakima Resolution Number: G.\PROJECTS\2013\130481Spec. docx 4-2 (Please Print or Type) CERTIFICATIONS CITY OF YAKIMA NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2327 HLA PROJECT NO 13048 Provide the following: 72VD SIDE Name of Traffic Control Manager (TCM) (Must be an employee of the Contractor) Jo stel4I-h r21 Name of Certified Traffic Control Supervisor (TCS) (Provide copy of certificate) A/ -o /l 40 Ar6S Name of Mandatory Alternate Certified Traffic Control Supervisor (TCS) (Provide copy of certificate) Name of Certified Testing Laboratory for material testing G:\PROJECTS\2013\130481Spec. docx 4-3 CONTRACT BOND ,6� 4�%/a g S� CITY OF YAKIMA NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2327 HLA PROJECT NO 13048 BOND TO CITY OF YAKIMA KNOW ALL PERSONS BY THESE PRESENTS' That we, the undersigned, 42€1,91422.44141,07tii 4)16. db a Pade aalac/ iiT_, as principal, and a% t t.. 4,66 671 ls��.�ta�. 4%BJ44 G sia a corporation organized and existing under the laws of the State of/ 1.cd,f , as a Surety corporation, and qualified under the laws of the State of Washington to b come Surety upon bonds of contractors with municipal corporations, as Surety, are jointly and severally held and firmly bound to the City of Yakima penal sum of $l0910 /9?. for the payment of which sum on demand we bind ourselves arid our successors, heirs, administrators, or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington and the Ordinances of the City of Yakima. 1 (,� Dated at , Washington, this I day of F -e. �J /iu(%� Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to action of the City of Yakima, on Mayor of sap City of Yakima, has let or is about to let to the said �Zfe, 0168 ,V2) the above bounden Principal, a certain Cont act, t tract being numbered HLA Project N 3048, and providing for the construction of NOEL INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION which Contract is herein and is made a part hereof as though attached hereto, and , 2014, the said 4,114 CANNING referred to WHEREAS, the said Principal has accepted, or is about to accept, the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth, /� NOW, THEREFORE, if the sai� /daAlie 1hti�47?C.�%JS/',%�k2,° 466.6 shall faithfully perform all the provisions said ntract in t manner and within the time therein set fortor within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, sub- contractors and material men and all industrial insurance premiums, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Yakima harmless from any damage or expense by reason of failure of performance as specified in said Contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract within a period of one year after its acceptance thereof by the City of Yakima, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. G:\PROJECTS\2013\13048\Spec.docx 4-4 CITY OF YAKIMA NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER.REHABILITATION CITY OF YAKIMA PROJECT NO WW2327 HLA PROJECT NO. 13048 JAZ tgeof &I,Nefir4gym SURETY:%A.1# asci (SEAL) ®• ATTEST. BatatuLtuo • Names idi/ i &-111/49•4•4?-0/.74hoTr• (Please Prorr�Type)a,'/. 4,PCI Agent � 4.0,PmQlaaexQ6' a /. Za-Na• � Address 9 '0„3 e .,40.0,6,7,74..„ Name: ilia.. I/CS d. 4/.9thrEM'E9 c ,/> aft / / ,`'�9?1a (Please Print or Type) I`� /� vl/ .5 Oq - % ? CONI CTOR. Scow Gottkcuul-i wl,-144C- By L By• Name: 54,E) IC,c4 fri 114 WorrYfit (P se Print or Type) Ce • Sc('I Theµs Approved as to Form: CityAt•r - G:\PROJECTS12013\13048\Spec.docx 4-5 THE THE GUARANTEE COMPANY OF NORTH AMERICA USA Southfield, Michigan GUARANTEE POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS. That THE GUARANTEE COMPANY OF NORTH AMERICA USA, a corporation organized and existing under the laws of the State of Michigan, having its principal office in Southfield, Michigan, does hereby constitute and appoint James E. Majeskey II, Walter W. Wolf, Judith A. Rapp, Shawn M. Wilson, Judith C. Kaiser -Smith, Nicholas W. Paget, Shelly Donovan PayneWest Insurance, Inc. its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attorney is executed and may be certified so, and may be revoked, pursuant to and by authority of Article IX, Section 9.03 of the By -Laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA at a meeting held on the 31' day of December, 2003. The President, or any Vice President, acting with any Secretary or Assistant Secretary, shall have power and authority' 1 To appoint Attomey(s)-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof; and 2. To revoke, at any time, any such Attorney-in-fact and revoke the authority given, except as provided below 3. In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. 4 In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attomey is signed and sealed by facsimile pursuant to resolution of the Board of Directors of the Company adopted at a meeting duly called and held on the 6th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 23rd day of, February, 2012. THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN County of Oakland Stephen C. Ruschak, Vice President Randall Musselman, Secretary On this 23rd day of February, 2012 before me came the individuals who executed the preceding instrument, to me personally known, and being by me duly swom, said that each is the herein described and authorized officer of The Guarantee Company of North America USA, that the seal affixed to said instrument is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order of the Board of Directors of Cynthia A. Takai Notary Public, State of Michigan County of Oakland My Commission Expires February 27, 2018 Acting in Oakland County IN WITNESS WHEREOF, I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. ,ut1t<o . a. TG_.66,L I, Randall Musselman, Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which i still in full) jce end effect. IN WITNESS WHEREOF, I have thereunto set my hand and attached the seal of said Company this 1 7 day of V,� Randall Musselman, Secretary 2014 12/12/2014 Listing of Certified Companies. Surety Bonds: Programs and Systems: Financial Management Service MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Ohio. GREAT AMERICAN INSURANCE COMPANY OF NEW YORK (NAIC #22136) BUSINESS ADDRESS: 301 E Fourth Street, Cincinnati, OH 45202. PHONE: (513) 369-5000. UNDERWRITING LIMITATION b/: $4,523,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: New York. Great Northern Insurance Company (NAIC #20303) BUSINESS ADDRESS: 15 Mountain View Road, Warren, NJ 07059. PHONE: (908) 903-2000. UNDERWRITING LIMITATION b/: $43,859,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Indiana. Greenwich Insurance Company (NAIC #22322) BUSINESS ADDRESS: SEAVIEW HOUSE, 70 SEAVIEW AVENUE, STAMFORD, CT 06902. PHONE. (203) 964-5200. UNDERWRITING LIMITATION b/: $44,080,000. SURETY LICENSES c,f/' AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, ,N�NMM NY, NC ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, T • , u , VT, VA, ° , V,WI, W)-IfNCORPORATED I Delaware. Guarantee Company of North America USA (The) (NAIC # c 650) BUSINESS ADDRESS: One Towne Square, Suite 1470, Southfield, MI 48076 - 3725. PHONE: (248) 281-0281 x-6012. UNDERWRITING LIMITATION b/: $14,172,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Michigan. Return to to A B C D E F G H I J K L M N O P Hanover Insurance Company (The) (NAIC #22292) BUSINESS ADDRESS: 440 LINCOLN STREET, WORCESTER, MA 01653 - 0002. PHONE: (508) 853-7200 x-4476. UNDERWRITING LIMITATION b/: $75,381,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: New Hampshire. HARCO NATIONAL INSURANCE COMPANY (NAIC #26433) BUSINESS ADDRESS: 702 OBERLIN ROAD, RALEIGH, NC 27605 - 0800. PHONE: (919) 833- 1600. UNDERWRITING LIMITATION b/: $14,264,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN. Illinois. Harleysville Mutual Insurance Company (NAIC #14168)3 Harleysville Worcester Insurance Company (NAIC #26182) BUSINESS ADDRESS: 355 Maple Avenue, Harleysville, PA 19438 - 2297. PHONE: (215) 256- 5000. UNDERWRITING LIMITATION b/: $19,161,000. SURETY LICENSES c,f/: AL, AR, CT, DE, DC, GA, IL, IN, IA, KS, KY, ME, MD, MA, MI, MN, MS, MO, NE, NH, N], NY, NC, ND, OH, PA, RI, SC, SD, TN, VT, VA, WV, WI. INCORPORATED IN: Pennsylvania. Hartford Accident and Indemnity Company (NAIC #22357) BUSINESS ADDRESS: One Hartford Plaza, Hartford, CT 06155 - 0001. PHONE: (860) 547- 5000. UNDERWRITING LIMITATION b/: $220,024,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Connecticut. Hartford Casualty Insurance Company (NAIC #29424) BUSINESS ADDRESS: One Hartford Plaza, Hartford, CT 06155 - 0001. PHONE: (860) 547- 5000. UNDERWRITING LIMITATION b/: $90,732,000. SURETY LICENSES c,f/: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Indiana. Hartford Fire Insurance Company (NAIC #19682) BUSINESS ADDRESS: One Hartford Plaza, Hartford, CT 06155 - 0001. PHONE: (860) 547- 5000. UNDERWRITING LIMITATION b/: $1,301,254,000. SURETY LICENSES c,f/: AL, AK, AZ, http://wwwfms.treas.gov/c570/c570 a-z.html 11/25 is 2/13/2014 www. i nsurance.wa.g ov/consumertool Company/CompanyProfi I e.aspx/?WAOIC=229139 Search > GUARANTEE COMPANY OF NORTH AMERICA USA THE GUARANTEE COMPANY OF NORTH AMERICA USA THE General ( Contact 1 Licensing 1 Appointments 1 Complaints 1 Qrders i Nat;enal info Ratings General information Back to search Name: GUARANTEE COMPANY OF NORTH AMERICA USA THE Corporate family group: n/a y1 Fi Organization type: PROPERTY WAOIC: 229139 NAIC: 36650 Status: ACTIVE Admitted date: 06/22/2004 Ownership type: STOCK back to top Contact information Registered address ONE TOWNE SQUARE STE 1470 SOUTHFIELD, MI 48076 Telephone 248-281-0281 Types of coverage authorized to sell „ti;.Lh;s-, Insurance types Surety to tcP Mailing address ONE TOWNE SQUARE STE 1470 SOUTHFIELD, MI 48076 Telephone 248-281-0281 Agents and agencies that represent this company (Appointments) yr t;s h,s View agents top View agencies Company complaint history View complaints back UJ Lop Whats th:s? Disciplinary orders 2008-2014 „„at No disciplinary orders are found Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. ^ ba& to lop National information on insurance companies Want more information about this rmmnanv? The NATC's Consumer Tnformation http://w m.insurance.wa.gov/consumertoollit/Company/CompanyProfile.aspX?WAOIC=229139 (CTS nane allows you to 1/2 2/13/2014 w"wx|nvumnoom�go�m consuomm|� e. as ..- ' -- - -------'- retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. bpckwtc' Ratings ������������'�� ������'���'[��� �v financial ~_. _'�_ .____ _ The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M.B t e� Weiss Group Ratings Standard and Poors Corp Md Investors oo ' ysService, Fitch IBCA, Duff and Phelps Ratings to tPp http//www.insm��wa.omiconsmmeuool 39 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 PIPEOFW-02 CPESSUTTI ARO' CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 2/612014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s): PRODUCER Spokane Valley Office Paynewest Insurance, Inc. 7903 E. Broadway Spokane, WA 99212 CONTACT NAME: Jim Majeskey PHONE FAX (A/c No Ext): (509) 455-6767 (A/C, No): • .1 Y@PY J E-MAIL ADDRESS:ma eske a newest.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER National Fire Ins of Hartford . INSURED Pipe of Washington, Inc. dba POW Contracting P O. Box 4772 Pasco, WA 99302-4772 INSURER B American Casualty Co of Reading PA 20427 INSURER C Continental Casualty Company 20443 INSURER 0 $ 1,000,000 INSURER E . $ 1,000,000 INSURER F . $ 5,000 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE 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 LTRINSR TYPE OF INSURANCE ADDL SUBR wVD POLICY NUMBER POLICY EFF (MMIDDIYYYYI POLICY EXP IMMIDDIYYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X X 5086405638 8/24/2013 8/24/2014 NPERSONAL EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 5,000 CLAIMS -MADE X OCCUR &ADV INJURY $ 1,000,000 X PD Ded:1,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 GE 'L AGGREGATE POLICY LIMIT APPLIES PER. X JECT LOC WA Stop Gap $ 1,000,000 B AUTOMOBILE _ X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS X X SCHEDULED AUTOS NON -OWNED AUTOS -0- Deductible X X 5086405655 8/24/2013 8/24/2014 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ OPERTY DAMAGE (Peri accident) $ $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X X 5086405641 8/24/2013 8/24/2014 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 $ DED X RETENTION$ 10,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY \' N ANY PROPRIETOR/PARTNER/EXECUTIVE' 1 OFFICER/MEMBER EXCLUDED? I (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A WC STATU- TORY LIMITS OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ A A Installation Floater 1,000 Deductible 5086405638 5086405638 8/24/2013 8/24/2013 8/24/2014 8/24/2014 Location Limit 500,000 In Transit/Temp Loc 50,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) National Fire Insurance Company of Hartford: #20478, AXV Continental Casualty Company' #20443, AXV American Casualty Company of Reading: #20427, AXV RE. City of Yakima, Noel Canning Industrial Wasteline Extension and Sewer Rahabilitation, City Project No• WW2327, HLA Project No: 13048C The City of Yakima, its employees, agents, elected and appointed officials and Huibregtse,Louman Associates Inc are additional insureds per policy forms with primary and non-contributory wording. Waiver of subrogation and per project aggregate per policy forms. 45 Day Notice of Cancellation. CANCELLATION Cityof Yakima 129 North Second Street Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE dongli-f 2444/2(16) ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 2/12/2014 ww,nl. i nsurance.wa.g ov/consumertool Idt/Company/CompanyProfi I e.aspX?WAOIC=892 1 Search > NATIONAL FIRE INSURANCE COMPANY OF HARTFORD NATIONAL FIRE INSURANCE COMPANY OF HARTFORD Gzre al Contact 1 Licensing_ 1 fppotntments 1 Complaints 1 Orders 1 Natsonal info 1 Ratings Back to Search General information Contact information Name: NATIONAL FIRE INSURANCE COMPANY OF HARTFORD Corporate family group: CNA INS GRP :,a; this? Organization type: PROPERTY WAOIC: 892 NAIC: 20478 Status: ACTIVE Admitted date: 06/26/1890 Ownership type: STOCK Lack Lo1::9P Registered address 333 S WABASH CHICAGO, IL 60604 Telephone 312-822-5000 Types of coverage authorized to sell Insurance types , Casualty Disability Ocean Marine Property_.._ ,Surety Vehicle ^ho ktotoo Agents and agencies that represent this company (Appointments) View agents bock t.` !U.Y View agencies Company complaint histo View complaints SOCK to tqp W5 Disciplinary orders 2008-2014 Mailing address 333 S WABASH CHICAGO, IL 60604 Telephone 312-822-5000 No rlicrinlinary nrrierc art. found http://www.insurance.wa.go\/consumertoolldt/Company/CompanyProfile.asp(WAOIC=892 1/2 2/12/2014 wwwinsurance.wa.g ov/consumertool kt/Company/CompanyProfi I e.as paWAOIC = 892 Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. .. ,back t:o top National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. ho4 to top Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Group Ratings Standard and Poor's Corp Moody's Investors Service Fitch IBCA, Duff and Phelps Ratings pUcv 1 1 1 http://www.i nsurance.wa.g ou/consumertool lat/CompanylCompanyProfi I e.as pX?WAOI C= 892 ?/ 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 2/12/2014 www.insurance.wa.gov/consumertoollat/Company/Companyprofile.aspx?WAOIC=55 Search > AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA General 1 Contact 1 Licensing 1 Appointments 1 Complaints 1 Orders 1 National Info 1 Ratings Back to Search General information Name: AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA Corporate family group: CNA INS GRP Aha-t,this? Organization type: PROPERTY WAOIC: 55 NAIC: 20427 Status: ACTIVE Admitted date: 09/22/1939 Ownership type: STOCK ^ back to ton Contact information Registered address 100 MATSONFORD RD STE 200 RADNOR, PA 19087 Telephone 312-822-5000 Types of coverage authorized to sell Insurance types Casualty Disability Marine Ocean Marine Property Surety Vehicle ra; k to taa Agents and agencies that represent this company (Appointments) t:lhat View agents bsn< to tvp View agencies Company complaint history View complaints t)a* tO t?(.) Disciplinary orders 2008-2014 v,ir,t,stb,s; INn rlicrinlinary orders are fnrinrl http://www.i nsurance.wa.g ov/consumertool lit/Company/CompanyProfi Ie.aspx?WAOIC=55 Mailing address 333 S WABASH CHICAGO, IL 60604 Telephone 312-822-5000 1/2 2/12/2014 www.insurance.wa.gov/consumertoollat/Company/CompanyProfile.aspX?WAOIC=55 Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. top National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. back rr, to p Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. .A.M. Best Weiss Group Ratings Standard and Poor's Corp Moody's Investors Service Fitch IBCA, Duff and Phelps Ratings n p p http://wvw.insurance.wa.g ov/consumertool lat/Company/CompanyProfi Ie.aspX?WAOIC=55 ' 2/12/2014 www. i nsurance.wa.g ov/consumertool kaUCompany/CompanyProfi I e.asp OWAOI C= 336 Search > CONTINENTAL CASUALTY COMPANY CONTINENTAL CASUALTY COMPANY General 1 contact 1 !,icensirag I Appgin General information Name: CONTINENTAL CASUALTY COMPANY Corporate family group: CNA INS GRP Organization type: PROPERTY WAOIC: 336 NAIC: 20443 Status: ACTIVE Admitted date: 03/23/1948 Ownership type: STOCK ^bac'to e..o encs 1 ccmplafnts 1 Orders I National Into I Ratings Back.to Search �5? Contact information Registered address 333 S WABASH CHICAGO, IL 60604 Telephone 312-822-5000 Types of coverage authorized to sell Insurance types Casualty Disability ___ Marine Ocean Marine Property Surety Vehicle back to tcu Agents and agencies that represent this (Appointments) vu,�t;s tr View agents back to top View agencies Company complaint history View complaints oar e te.p 'hat is this' Disciplinary orders 2008-2014 vr,at s ts,: Mailing address 333 S WABASH CHICAGO, IL 60604 Telephone 312-822-5000 company No disciplinary orders are found Looking for other orders? Our online orders search allows you to search a ten year history of all orders, including enforcement orders, administrative orders, and general orders. back to tcs� http://www.insurance.wa.gov/consumertoollat/Company/CompanyProfile.asp OWA0IC=336 1/2 2/12/2014 www.insurance.wa.gov/consumertoolldt/Company/CompanyProfile.asp RWAOIC=336 National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you understand current insurance issues. Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these companies charge for their services. A.M. Best Weiss Group Ratings Standard and Poor's Corp Moody'sInvestors Service Fitch IBCA, Duff and Phelps Ratings back r;, ca http://www.i nsurance.wa.g ov/consumertool lat/Company/CompanyProfi I e.aspgWAOIC=336 1 1 1 1 1 1 1 1 1 1 1 1 1 CO i S I IEEE liE MaIN •TOM Sao KBEawe 1 1 1 1 CNA G -140331-C (Ed. 10/10) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - WBTHPRODUCTS-COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY"COVERAGE PART SCHEDULE (OPTIONAL) Name of Addttiortal Insured P�rsans .Or Organ (As required by 'written contract" per Paragraph A. below:) Locations of Covered Opsrattons (As per the 'written contract,' provided the location is within the 'coverage territory' of this Coverage Part.) A. Section II - Who is An Instaed:is amended to. Include as an additional insured: 1. Any person or organization whom you are required by 'written contract' to add as an additional insured on this Coverage Part; and 2. The particular person or organization, if any, scheduled above. B. The insurance provided to the additional insured is Unified as follows: 1. The person or organization Is an additional insured only with respect to liability for 'bodily injury,' 'property damage,' or "personal and advertising injury' caused in whole or in part by: a. Your actsor omissions; or b. The cots or -omissions of those acting on your behalf in the performance of your ongoing operations: specified in the "written contract', or c. 'Your Work' that is specifled in the 'written contract' but only for 'bodily injury' or 'property datnage' Included in the 'products - completed operations hazard,' and only it (1) The 'written contract' requires you to provide the additional insured such. coverage; and (2) This Coverage Part provides such coverage. G -140331-C (Ed. 1x10) 2. We will not provide the additional insured any broader coverage or any -higher limit of insurance than the least that. is: a. Required by the.'written contract'; b. Described in B.1. above; or c. Afforded.to you under this policy. 3. This insurance is excess of all other insurance 'available .to the additional. insured whether on a primary, excess, contingent. or any other basis. But if required by the 'written contract,' this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named insured. 4. The insurance provided to the additional insured does not apply to "bodily injury,' 'property damage; or 'personal and advertising injury arising out of; a. The rendering:of, or the failure to render, any protessionai- .architectural, engineering, or surveying services, including: (1) The preparing,. approving, :or failing to prepare. or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications;_ and: 12) Supervisory, inspection, architectural or engineering aoovities; or Inductee copyrighted malarial of Iranufance Services Offtoe, Inc.,_wnh t!e plantation Page 1 of 2 b. Any premises or work for which the additionai insured is specifically listed as an 'additional insured on another -endorsement attached to this Coverage Part. C. SECTION .1Y — COMMERCIAL. GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of OOCtf1Tence, Offense, Claim Cr Sutt condition Is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon.as practicable: (1) Give us written notice of an 'occurrence' or an offense whtch may result in a claim or 'suit' under this insurance, and of .any claim or °sun' that does result; (2) Except as provided in Paragraph B:3 of this endorsement, agree to .make .available any other insurance the additional insured has for a loss we:cover under this Coverage Part; (3) Send us copies of all .1egai papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or 'suit'; and (4) Tender the defense and indemnity .of any claim or 'suit to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But 11 the 'written contract° requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional 'insured is a Named insured. G -140331-C (Ed. 10110) D. G -140331-C (Ed. 10/10) We have no .duty to defend or indemnify an additionai.insured under this endorsement until we receive from the additional insured written notice of a claim or °suit.' 2. With respect:onty tb.the insurance provided by this endorsement, the first sentence of Paragraph 4.a. of the Other Insurance Condition is deleted and replaced with the following: 4. Ot a 1nsurance e. Primary insurance This insurance is primary and non- contributory except when rendered excess. by endorsement G -140331-C, or when Paragraph b. below applies. Only for -the purpose ofthe insurance provided by this endorsement, SECTION V DERNMONS is amended to addthe following definition: 'Written contract' means a written contract or written agreement that requires you to make a. Person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. is currently in effect or becomes effective during the -term of.this policy; and 2. Was executed prior to: a. The 'bodily injury° or °property damage°; or b The offense that caused the °personal and advertising injury' for which. the additional insured seeks coverage under this Coverage'Part. Includes copyrighted material of Insurance ServiCetaf ce, Inc., with Its.permiseion Page 2 of 2 1 1 1 1 1 1 CNA G -18852-J (Ed. 07/12) CONTRACTORS' GENERAL LIABILITY EXTENSION ENDORSEMENT It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. The changes this endorsement makes do not apply with respect to any coverage that has been excluded or amended by another endorsement attached to this policy. SCHEDULE Coverage Is summarized below. For particulars and limitations affecting each coverage, please refer to the corresponding o[i provisions in the body of chis endorsement. P 1. Additional insureds Seven additional insured extensions. 2. Bodily Injury — Expanded Definition 3. Broad Knowledge of Occurrence/ Native of Occurrence 4. Broad Named Insured 5. Broadened Liability Coverage For Damage To "Your Product" And "Your Work" Limit: $100,000. 6. Contractual Liability — Railroads Expanded definition of "insured contract.' 7. Contractual Liability For Personal And Advertising Injury 8. Electronic Data Liability Loss of Electronic Data Limit: $100,000. 9. Expanded Personal And Advertising Injury - Discrimination Or Humiliation 10. Expected Or intended Injury Reasonable force — °bodily injury' or 'property damage.' 11. General Aggregate Limits Of insurance - Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnershipl .invited Liability Companies Coverage far your interest in such terminated or ended organizations. 15. Legal Ltabli tyIAf entad Premisas&Bonrowed Equipment Coverage Extended perils. Default limit increased to $500,000 for Damage to Premises Rented To You. $25,000 limit for 'property damage' to borrowed tools or equipment at a jobsite. 16. Liberalization Clause 17. Liquor Liability Coverage Extension 18. Medical Payments Limits increased to $15,000. Reporting increased to three years from the date of accident. 19. Non -owned Aircraft Coverage 20. Non -owned Watercraft increased to 75 feet. 21. Primary And Non -Contributory To Other Insurance 22. Property Damage - Elevators 23. Supplementary Payments Cost of bail bonds increased to $5,000. Daily Toss of earnings increased to $1,000. 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation - Blanket Waiver of subrogation where required by written contract or written agreement. 26. Wrap -Up Extension G -18652-J (Ed. 07/12) Page 1 of 11 Copyright, CNA All Flights Reserved. 1. ADDITIONAL INSURED SECTION 11— WHO IS AN INSURED is amended to include as an Insured any person or organization (called additional Insured) described in paragraphs A. through G. below whom you are required to add as an additional insured on this policy under a written contract or written agreement, provided the written contract or written agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 1i. Was executed prior to the "bodily injury,' 'property damage' or 'personal injury and advertising injury" for which the additional insured seeks coverage. However, we will not provide the additional insured any broader coverage or any higher limit of insurance than the least that is: a. The maximum permitted by law; b. Required In the written contract or written agreement; c. Afforded to you under this policy; or d. Described in the applicable paragraphs A. through G. below. A. Controlling interest Any persons or organizations with a controlling interest in you but only with respect to their liability arising out of: 1. Their financial control of you; or 2. Premises they own, maintain or control while you lease or occupy these premises. This insurance does not apply to structural alterations, new construction and demolition operations performed by or for such additional insured. B. Co-owner of insured Premises A co-owner of a premises co -owned by you and covered under this insurance but only with respect to the co -owner's liability as co-owner of such premises. C. Lessor - Equipment 1. Any person or organization from whom you lease equipment, but only with respect to liability for "bodily injury," 'property damage' or 'personal and advertising injury' caused, In whole or In part, by your maintenance, operation or use of equipment leased to you by such person or organization. 2. With respect to the insurance afforded to these additional insureds, this insurance does G -18652-J (Ed. 07/12) not apply to any 'occurrence' which takes place after the equipment lease expires. D. Lessor - Land An owner or other interest from whom land has been leased by you but only with respect to liability arising out of the ownership, maintenance or use of that specific part of the land leased to you and subject to the following additional exclusions: This insurance does not apply to: 1. Any 'occurrence' which takes place after you cease to lease that land; or 2. Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. E. Lessor - Premises A manager or lessor of premises but only with respect to liability arising out of the ownership, maintenance or use of that specific part of the premises leased to you and subject to the following additional exclusions: This insurance does not apply to: 1. Any 'occurrence° which takes place after you cease to be a tenant in that premises; or 2. Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver but only with respect to their liability as mortgagee, assignee, or receiver and arising out of the ownership, maintenance, or use of a premises by you. This insurance does not apply to structural alterations, new construction or demolition operations performed by or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions A state or governmental agency or subdivision or political subdivision subject to the following provisions; 1. This insurance applies only with respect to the following hazards for which the stale or governmental agency or subdivision or political subdivision has Issued a permit or authorization in connection with premises you own, rent, or control and to which this Insurance applies: a. The existence, maintenance, repair, construction, erection, or removal of 0-18652.J (Ed. 07/12) Page 2 of 11 Copyright, CNA Ail Rights Reserved. 1 1 1 1 1 1 1 1 1 2 I� OM =OS i 1 1 advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. The construction, erection, or removal of elevators; or c. The ownership, maintenance or use of any elevators covered by this insurance. 2. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization, 3, This insurance does not apply to: a. 'Bodily injury,' 'property damage" or 'personal and advertising injury° arising out of operations performed for the federal government, state or municipality; or b. 'Bodily injury' or 'property damage' included within the 'products -completed operations hazard.' A governmental permit which requires you to add the governmental entity as an additional insured will trigger this Provision 1. as if the permit were a written contract. BODILY INJURY— EXPANDED DEFINITION SECTION V — DEFINITIONS, the definition of 'bodily injury' Is changed to read: 'Bodily injury* means bodily injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury by that person at any time which results as a consequence of the bodily injury, sickness or disease. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Condition 2. Duties In The Event of Occurrence, Offense, Claim or Suit of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE You must give us or our authorized representative notice of an 'occurrence,' offense, claim, or 'suit' only when the 'occurrence,' offense, claim or 'suit' is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; G -18652-J (Ed. 07/12) (3) An executive officer or the employee designated by you to give such notice, if you are a corporation; or (4) A manager, if you are a limited liability company. 8. NOTICE OF OCCURRENCE Your rights under this Coverage Part will not be prejudiced if you fail to give us notice of an ' occurrence,' offense, claim or 'suit' and that failure is solely due to your reasonable belief that the 'bodily injury' or 'property damage' is not covered under this Coverage Part. However, you shall give written notice of this "occurrence,' offense, claim or 'suit' to us as soon as you are aware that this insurance may apply to such ' occurrence,' offense claim or "suit.' 4. BROAD NAMED INSURED A. Any subsidiary or affiliate organization, other than a partnership, joint venture or limited liability company, in which a Named insured specifically shown in the Declarations has management control, directly or through one or more subsidiary organizations, at the time of loss will qualify as a Named insured but only If there Is no other similar insurance available to such organization, nor similar insurance which would be available but for exhaustion of Its limits. For the purpose of this provision, similar insurance means general liability or equivalent insurance, no matter whether Its coverage is broader or narrower than that provided by this insurance. But if the only other similar insurance is for a 'consolidated (wrap-up) program,' then a subsidiary that qualifies as a Named Insured on such project -specific Insurance can still qualify as a Named Insured on this insurance, but not for projects covered by the "consolidated (wrap-up) program.' [Please see Item 26.C. of this endorsement for the definition of 'consolidated (wrap-up) program,'] B. This endorsement does not apply to any organization for which coverage is excluded by another endorsement attached to this policy. C. Only for the purpose of this endorsement: 1. Management control means: a. Ownership interest representing more than 50% of the voting, appointment, or designation power for the subsidiary organization's governing body; or b. Having the right, pursuant to a written contract, or pursuant to the by-laws, charter, operating agreement, or similar document of a specifically shown Named Insured or controlled subsidiary G -18652-J (Ed. 07/12) Page 3 of 11 Copyright, CNA All Rights Reserved. organization to select, appoint, or designate a majority of the subsidiary organization's governing body. Such contract or document must have been created prior to the time of Toss; or c. Having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer and sell property held by a trust. 2. Governing body means the Board of Directors of a corporation. 3. Loss means: a. The occurring of the "bodily injury' or 'property damage'; or b. The committing of the offense that caused the "personal and advertising Injury.' D. The insurance provided by this policy applies to Named Insureds when trading under their own names, or under such trading names or doing - business -as (DBA) names as any should choose to employ. 5. BROADENED LIABILITY COVERAGE FOR DAMAGE TO "YOUR PRODUCT" AND "YOUR WORK" A. Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY, Paragraph 2. Exclusions is amended to delete exclusions k. and I. and replace them with the following: [This insurance does not apply to:j k. Damage to Your Product 'Property damage° to "your product° arising out of it, or any part of it except when caused by or resulting from: (1) Fire; (2) Smoke; (3) Collapse; or (4) Explosion. I. Damage to Your Work 'Property damage' to 'your work' arising out of it, or any part of it and Included In the °products - completed operations hazard.' This exclusion does not apply: (1) If the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor; or (2) if the cause of loss to the damaged work arises as a result of: G -18652-J (Ed. 07/12) (a) Fire; (b) Smoke; (c) Collapse; or (d) Explosion. B. The following paragraph is added to SECTION 111 —LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most we will pay under Coverage A for the sum of damages arising out of any one "occurrence' because of 'property damage" to 'your product' and °your work' that is caused by fire, smoke, collapse or explosion and is included within the "product - completed operations hazard.' This sublimit does not apply to "property damage° to °yourwork' if the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor. This Provision 5. Broadened Liability Coverage For Damage To "Your Product" And "Your Work" does not apply if an endorsement of the same name is attached to this policy. 6. CONTRACTUAL LIABILITY — RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of 'insured contract' in SECTION V — DEFINITIONS is replaced by the following: 'Insured Contract° means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner is not an 'insured contract°; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury" or 'property damage' to a third person or organization. Tort liability means a liability that would be Imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: C. 0-18652-J (Ed. 07/12) Page 4 of 11 Copyright, CNA Ali Rights Reserved. 11111111111111111111111111111111111111111111111 (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 7. CONTRACTUAL LIABILITY FOR PERSONAL AND ADVERTISING INJURY Under SECTION I — COVERAGE 8 —PERSONAL AND ADVERTISING INJURY LIABILITY, Paragraph 2. Exclusions is amended to delete exclusion e. Contractual Liability. This provision 7, does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 8. ELECTRONIC DATA LIABILITY A. Under SECTION 1 — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions Is amended to delete exclusion p. Electronic Data and replace it with the following: [This insurance does not apply to:) p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate 'electronic data" that does not result from physical injury to tangible property. However, this exclusion does not apply to liability for damages because of 'bodily injury.' B. The following paragraph is added to SECTION III — LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most we will pay under Coverage A for all damages arising out of any one 'occurrence' because of 'property damage' that results from physical injury to tangible property and arises out of "electronic data.' C. The following definition is added to the SECTION V — DEFINITIONS: D. E. G-188521 (Ed. 07/12) 'Electronic data' means Information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-FIOMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. For the purposes of the coverage provided by this endorsement, the definition of 'property damage' in SECTION V — DEFINITIONS is replaced by the following: 17. 'Property damage" means: a. Physical injury to tangible property, Including all resulting loss of use of that property. All such Toss of use shall be deemed 10 occur at the time of the physical Injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of USG shall be deemed to occur at the time of the 'occurrence' that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate 'electronic data," resulting from physical injury to tangible property All such loss of 'electronic data" shall be deemed to occur at the time of the 'occurrence' that caused it. For the purposes of this Insurance, 'electronic data" is not tangible property. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this Provision 8. Electronic Data Liability is part of, and not in addition to, that higher limit. 9. EXPANDED PERSONAL AND ADVERTISING INJURY - DISCRIMINATION OR HUMILIATION A. SECTION V — DEFINITIONS is amended to add the following to the definition of 'Personal and advertising injury': h. Discrimination or humiliation that results In injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is: (1) Not done intentionally by or at the direction of: (a) The insured; or (b) Any 'executive officer,' director, stockholder, partner, member or G -18652-J (Ed. 07/12) Page 5 0111 Copyright, CNA All Rights Resolved. manager (if you are a limited liability company} of the insured; and (2) Not directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person or persons by any insured. B. Under SECTION I — COVERAGE B —PERSONAL AND ADVERTISING INJURY LIABILITY, Paragraph 2. Exclusions Is amended to add the following additional exclusions: [chis Insurance does not apply to:] Discrimination Relating To Room, Dwelling or Premises 'Personal or advertising injury' caused by discrimination directly or indirectly related to the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any insured. Fines Or Penalties Fines or penalties levied or imposed by a governmental entity because of discrimination. This provision 9. does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 10. EXPECTED OR INTENDED INJURY Under SECTION 1-- COVERAGE A -- BODILY INJURY AND PROPERTY DAMAGE LIABILITY, Paragraph 2. Exclusions is amended to delete exclusion a. Expected or Intended injury and replace it with the following: [This insurance does not apply to:] a. Expected or Intended injury 'Bodily injury' or 'property damage' expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury° or 'property damage' resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE- PER PROJECT A. For each construction project away from premises you own or rent, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit, is the most we will pay for the sum of: 1. Ail damages under Coverage A, except damages because of 'bodily injury° or B. All: 1. G -18652-J (Ed. 07/12) ' property damage" included in the ' products -completed operations hazard"; and 2. All medical expenses under Coverage C, that arise from 'occurrences' or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project Aggregate Limit of any other construction project. Damages under Coverage 8, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by "occurrences' which cannot be attributed solely to ongoing operations at a single construction project, except damages because of 'bodily injury" or 'property damage' Included in the "products -completed operations hazard"; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project Aggregate Limit or the General Aggregate Limit, depending on whether the 'occurrence' can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the 'products -completed operations hazard' is provided, any payments for damages because of 'bodily injury' or 'property damage' included in the 'products -completed operations hazard,' regardless of the number of locations involved will reduce the Products -Completed Operations Aggregate Limit shown in the Declarations. E. If a single construction project away from premises owned by or rented to the insured has been abandoned and then restarted, or i1 the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. G -18652-J (Ed. 07/12) Page 6 of 11 Copyright, CNA All Rights Reserved. 1 1 1 1 1 1 1 1 1 1 1 1 1 F. The provisions of SECTION Ill — LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS Any action In rem against any vessel owned or operated by or for you, or chartered by or for you will be treated in the same manner as though the action were in personam against you. In rem is a term used to designate actions instituted against the thing, as distinct from actions against the person, which are said to be in personam. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE A. With respect only to 'bodily injury` that arises out of a 'health care incident,' COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY OF SECTION 1 — COVERAGES is amended to replace Insuring Agreement Paragraphs 1.b.(1) and 1.b.(2) with the following: b. This insurance applies to 'bodily injury" only if you are not in the business of providing professional health care services, and only if: (1) The 'bodily Injury' is caused by an `occurrence' that takes place in the "coverage territory.' For the purpose of this insurance: (a) 'Bodily injury' caused by a °health care incident' will be considered caused by an 'occurrence'; and (b) All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single 'occurrence'; (2) The 'bodily injury' occurs during the policy period. All 'bodily injury" arising from an 'occurrence' will be deemed to have occurred at the time of the first act, error, or omission that is part of the 'occurrence"; and B. With respect only to the insurance provided by this Provision 13., Exclusion 2.e. Employer's Liability of SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, is amended to append the following: Only for 'bodily injury" not covered by other liability insurance (including slate sanctioned self Insurance) available to the insured (or which would be available but for exhaustion of its limits), this exclusion does not apply to °bodily injury' that arises out of a 'health care incident? G -18652-J (Ed. 07/12) C. SECTION V — DEFINITIONS is amended to add the following new definition: 'Health care incident' means a negligent act, error or omission by your 'employees' or "volunteer workers' working on your behalf in the rendering of or failure to render professional health care services in any of the following capacities, or the related furnishing of food, beverages, medical supplies or appliances: a. Physician; b. Nurse; c. Emergency medical technician; d. Paramedic; e. Chiropractor; f. Dentist; g. Athletic trainer; h. Audiologist; I. Physical therapist; 1. Psychologist; k. Speech therapist; I. Other allied health professional; or m. Provider of first aid or Good Samaritan services rendered in an emergency and for which no payment is demanded or received. D. SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended to add the following additional exclusions. These new exclusions apply only to this incidental Health Care Malpractice Coverage: [This insurance does not appty to:] Dishonesty or Crime Any dishonest, criminal or malicious act, error or omission. Clinical Trials / Product Testing Acts, errors or omissions that occur in the course of human clinical trials or product testing. Medicare/Medicaid Fraud Medicare or Medicaid fraud or abuse. Services Excluded by Endorsement Any 'health care incident' for which coverage Is excluded by endorsement. E. SECTION V — DEFINITIONS is amended to add the following subparagraph to Paragraph f. of the definition of "insured contract': G -18652-J (Ed. 07112) Page 7 of 11 Copyright, CNA M Rights Reserved. Paragraph 1. does not include that part of any contract or agreement: (4) Under which you assume another's tort liability for 'bodily Injury" arising out of the rendering of or failure to render professional health care services. F. SECTION II — WHO IS AN INSURED is amended to add the following provisions: 1. Your 'employees' are insureds with respect to: a. *body injury' to a co -"employee' while in the course of the co -'employee's' employment by you or while performing duties related to the conduct of your business; and b. 'bodily injury' to a 'volunteer worker' while performing duties related to the conduct of your business; when such 'bodily Injury' arises out of a 'health care incident,' 2. Your "volunteer workers' are insureds with respect to: a. 'bodily injury' to a co -'volunteer worker' while performing duties related to the conduct of your business; and b. 'bodily injury' to an 'employee° while in the course of the 'employee's' employment by you or while performing duties related to the conduct of your business; when such 'bodily Injury" arises out of a 'health care incident.' 3. Paragraphs 2.a. (1)(a), (b) and (c) of SECTION II — WHO IS AN INSURED do not apply to "bodily injury' for which insurance is provided thls Provision 13. 4. Paragraph 2.a.(1Xd) of SECTION II — WHO IS AN INSURED is deleted. G. With respect to the insurance provided by this Provision 13., the following is added to Paragraph 4.b.(1) of SECTION IV — COMMERCIAL. GENERAL LIABILITY CONDITIONS: To the extent this insurance applies, it is excess over any of the other insurance (Including qualified self insurance), whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by you to be excess of this policy. 14. JOINT VENTURES 1 PARTNERSHIP / LIMITED LIABILITY COMPANIES G -18652-J (Ed. 07/12) A. The following is added to SECTION 11— WHO iS AN INSURED: 4. You are an insured when you had an interest In a joint venture, partnership or limited liability company which terminated or ended prior to or during this policy period, but only to the extent of your interest in such joint venture, partnership or limited liability company. This coverage does not apply: a. Prior to the termination date of any joint venture, partnership or limited liability company; b. if there is other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company; or c. To a joint venture, partnership or limited liability company which is or was insured under a 'consolidated (wrap-up) insurance program.' (Please see Item 26.C. of this endorsement for the definition of 'consolidated (wrap-up) program.°] B. The last paragraph of SECTION 11— WHO IS AN INSURED is deleted and replaced by the following: Except as provided under the Contractors' General Liability Extension Endorsement or by the attachment of another endorsement (if any), no person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured In the Declarations. 15. LEGAL LIABILITY/ALIENATED PREMISES/ BORROWED EQUIPMENT A. Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following: [Chis insurance does not apply to:] 1. Damage to Property 'Property damage' to: (1) Property you own, rent, or occupy; (2) Premises you sell, give away or abandon, if the 'property damage° arises out of any part of those premises; (8) Property loaned to you; (4) Personal property in the care, custody or control of the insured; G -18652-J (Ed. (37/12) Page 8 of 11 Copyright, CNA All Rights Reserved. t 1 (5) That particular part of real property on which you or any contractors or subcontractors working directly or indirectly on your behalf are performing operations, If the 'property damage' arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because 'your work' was incorrectly performed on it. Paragraph (2) of this exclusion does not apply if the premises are 'your work.' Paragraphs (3) and (4) of this exclusion do not apply to "property damage" to tools or equipment loaned to you. A separate limit of insurance applies to such tools or equipment that are damaged while being used in your operations. Paragraphs (1), (3) and (4) of this exclusion do not apply to 'property damage' (other than damage by fire) to premises rented to you or temporarily occupied by you with the permission of the owner, or to the contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in SECTION III — LIMITS OF INSURANCE. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to 'property damage' Included In the 'products -completed operations hazard.' B. Under SECTION 1 — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE the last paragraph of Paragraph 2. Exclusions is deleted and replaced by the following. Exclusions c. through n. do not apply to damage by fire to premises while rented to you or temporarily occupied by you with permission of the owner nor to the contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in SECTION 111 — LIMITS OF INSURANCE. C. The following paragraph is added to SECTION Ill — LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most we will pay under Coverage A for damages arising out of any one 'occurrence' because of 'property damage° to tools or equipment loaned to you by G-18652-) (Ed. 07/12) others that occurs while the equipment is being used to perform operations. D. Paragraph 6. Damage To Premises Rented To You Limit of SECTION III — LIMITS OF INSURANCE Is replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most we will pay under SECTION — 1 — COVERAGE A for damages because of 'property damage" to any one premises while rented to you or temporarily occupied by you with the permission of the owner, including contents of such premises rented to you for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1Xa)(II) of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is deleted and replaced by the following: (11) That is property insurance for premises rented to you, for premises temporarily occupied by you with the permission of the owner; or for personal property of others in your care, custody or control; P. This Provision 15. does not apply if Damage To Premises Rented To You Liability under SECTION —1— COVERAGE A is excluded by endorsement. 16. LIBERALIZATION CLAUSE If we adopt a change in our forms or rules which would broaden coverage for contractors under this endorsement without an additional premium charge, your policy will automatically provide the additional coverage as of the date the revision is effective In your state. 17. LIQUOR LIABILITY Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended to delete exclusion c. Liquor Liability. This provision 17. does not apply to any person or organization who otherwise qualifies as an additional Insured on this Coverage Part. 18. MEDICAL PAYMENTS A. Paragraph 7. Medical Expense Limit, of SECTION III — LIMITS OF INSURANCE is deleted and replaced by the following: G -18652-J (Ed. 07/12) Page 9 of 11 Copyright, CNA AU Rights Reserved. 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most we will pay under SECTION — I — COVERAGE C for all medical expenses because of `bodily injury` sustained by any one person. The Medical Expense Limit Is the greater of: (1) $15,000; or (2) The amount shown In the Declarations for Medical Expense Limit. B. Paragraph 1.a.(3Xb) of SECTION I — COVERAGE C MEDICAL PAYMENTS, is replaced by the following: (b) The expenses are Incurred and reported to us within three years of the date of the accident; and This paragraph B. does not apply to medical expenses incurred in the state of Missouri. 19. NON -OWNED AIRCRAFT Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY. Paragraph 2. Exclusions is amended such that exclusion g. Aircraft, Auto or Watercraft does not apply to an aircraft you do not own, provided that: 1. The pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. The aircraft is rented to you with a trained, paid crew; and 3. The aircraft does not transport persons or cargo for a charge. 20. NON -OWNED WATERCRAFT Under SECTION 1— COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY, Paragraph 2. Exclusions is amended to delete subparagraph (2) of exclusion g. Aircraft, Auto or Watercraft and replace it with the following. [This exclusion does not apply to:] (2) A watercraft you do not own that is: (a) Less than 75 feet long; and (b) Not being used to carry persons or property for a charge. 21. PRIMARY AND NON-CONTRIBUTORY TO OTHER INSURANCE With respect to any person or organization that is an additional insured under this Coverage Part, the G -18652-J (Ed. 07/12) following is added to Paragraph 4. of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: If you have agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this Insurance is primary and we will not seek contribution from that other insurance. For the purpose of this Provision 21., the additional insured's own insurance means insurance on which the additional insured Is a Named Insured. This Provision 21. does not apply in situations where the endorsement on this policy affording coverage to the additional insured specifies that this insurance is excess over any other insurance available to that additional insured. 22, PROPERTY DAMAGE — ELEVATORS A. Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions Is amended such that exclusion k. Damage to Your Product, and subparagraph (3), (4) and (6) of exclusion j. Damage to Property do not apply 'property damage that results from the use of elevators. B. With respect only to the coverage provided by this endorsement, Condition 4. Other Insurance in SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended to add the following subparagraph b.(1)(aXv): 4. Other Insurance b. Excess Insurance (1) This insurance is excess over: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis: (v) That Is Property Insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS A. Under Section f — Supplementary Payments — Coverages A and B, Paragraph 1.b., the limit of $250 shown for the cost of bail bonds is replaced by $5,000: B. In Paragraph 1.d., the limit of $250 shown for daily loss of earnings is replaced by $1,000. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If unintentionally you should fail to disclose all existing hazards al the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. G -18652-J (Ed. 07/12) Page 10 of 11 Copyright, CNA All Rights Reserved. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 25. WAIVER OF SUBGROGATION - BLANKET Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, The Transfer Of Rights Of Recovery Against Others To Us Condition is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: 1. Your ongoing operations; or 2. 'Your work' included in the "products completed operations hazard." However, this waiver applies only when you have agreed in writing to waive such rights of recovery in a contract or agreement, and only if the contract or agreement: 1. Is in effect or becomes effective during the term of this policy; and 2, Was executed prior to loss. 26. WRAP-UP EXTENSION: OWNER CONTROLLED INSURANCE PROGRAM, CONTRACTOR CONTROLLED INSURANCE PROGRAM OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a 'consolidated (wrap-up) insurance program' by applicable state statute or regulation: If the endorsement EXCLUSION —CONSTRUCTION WRAP-UP or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) Is attached to this policy, then the following changes apply: A. The following wording is added to the endorsement: With respect to a "consolidated (wrap-up) insurance program" project in which you are or were involved, this exclusion does not apply to those sums you become legally obligated to pay as damages because of: 1. 'Bodily injury,' 'property damage,' or 'personal or advertising injury' that occurs during your ongoing operations at the project, All other terms and conditions of the Policy remain unchanged. G -18652-J (Ed. 07/12) or during such operations of anyone acting on your behalf; nor 2. "Bodily injury' or 'property damage" included within the 'products -completed operations hazard' that arises out of those portions of the project that are not 'residential structures.' B. SECTION IV -- COMMERCIAL GENERAL LIABILITY CONDITIONS Is amended to add the following subparagraph 4.b.(10c) to Condition 4. Other Insurance: [This Insurance is excess over:] (c) Any of the other insurance whether primary, excess, contingent or any other basis that is Insurance available to you as a result of your being a participant In a 'consolidated (wrap- up) insurance program,' but only as respects your involvement In that 'consolidated (wrap- up) insurance program.' C. SECTION V — DEFINITIONS is amended to add the following definition: ' Consolidated (wrap-up) insurance program' means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). ' Residential structure' means any structure where 30% or more of the square foot area is used or is intended to be used for human residency including but not limited to single or multifamily housing, apartments, condominiums, townhouses, co- operatives or planned unit developments and also includes their common areas and/or appurtenant structures (including pools, hot tubs, detached garages, guest houses or any similar structures). When there is no individual ownership of units, residential structure does not include military housing, collage/university housing or dormitories, long term care facilities, hotels, or motels. Residential structure also does not include hospitals or prisons. This provision 26. does not apply to any person or organization who otherwise qualifies as an additional Insured on this Coverage Part. Material used with permission of ISO Properties, Inc G -18652-J (Ed. 07/12) Page 11 of 11 Copyright, CNA Ali Rights Reserved. POLICY NUMBER: COMMERCIAL AUTO CA 20480299 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR: CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This.endorsement does not alter coverage provided in the Coverage Form. This endorsementchanges the policy effective on the inception date of the policy unless another date -is indicated below. Endorsement Effective: CountersignedBy: Named Insured: (Authorized Representative) SCHEDULE Name of Person(s) or Organization(s): ANY PERSON OR ORGANIZATION. AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an 'insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 4802 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 POLICY NUMBER: COMMERCIAL AUTO CA04440310 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance providedunder the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name(s). Persons) OrOrganization(s): ANY PERSON OR ORGANIZATION FOR WHOM OR WHICH YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER FROM US. YOU MUST AGREE. TO THAT REQUIREMENT, PRIOR TO LOSS. Information required to complete this Schedule, ifnot shown above, will be shown' in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the 'accident' or the 'loss' under a contract with that person or organization. CA 04 44.0310 Copyright, Insurance.Services Office, Inc., 2009 Page 1 of 1 SCHEDULE OF WORKING HOURS CITY OF YAKIMA NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION CITY OF YAKIMA PROJECT NO WW2327 HLA PROJECT NO. 13048 In accordance with Section 1-08.0(2) Hours of Work, the normal straight time working hours for this project will �1be from 1 a.m to 6:3v p m., 9 days per week. It is understood that normal straight time working hours shall not exceed 40 hours per week, regardless of the number of days worked per week. All hours worked in excess of 40 hours per week shall be considered as overtime hours subject to the reimburse- ment provisions of Section 1-08 0(2) Hours of Work. Overtime hours are defined as any hours in excess of or outside of the above normal straight time working hours when the Contractor and/or his subcontractors are on the project site performing work. I hereby certify that my subcontractors have been notified of the normal straight time working hours provisions of this project and understand that Engineer/Contracting Agency costs for overtime hours will be deducted from amounts due to me for work performed on the project. Conttor A/ (7r Signa ure 1-114-114 Date GAP ROJECTS12013\13048\Spec docx 4-6 G:\PROJ ECTS12013\13048\Spec.docx SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS 5-1 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39 12 RCW, as amended The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Washington State Department of Labor and Industries, are by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications. Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Following the acceptance of the project, the Contracting Agency must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all approved by the Washington State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28 010, are released to the CONTRACTOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying "Statement of Compliance" so that payment of prevailing wage rates and fringe benefits may be verified. Certified payrolls must be completed using the U S Department of Labor Payroll Form WH347 found at www.dol gov. Certified payrolls are required to be submitted by the Contractor to the Engineer, for the Contractor, all Subcontractors, and lower tier subcontractors. If these certified payrolls are not supplied within ten calendar days of the end of the preceding weekly payroll period, any or all payments may be withheld until compliance is achieved Failure to provide these payrolls could also result in other sanctions as provided by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5 12). All certified payrolls shall be complete and explicit. Employee labor descriptions used on certified payrolls shall coincide exactly with the labor descriptions listed on the minimum wage schedule in the Contract unless the Engineer approves an alternate method to identify the labor used by the Contractor to compare with the labor listed in the Contract Provisions When an apprentice is shown on the certified payroll at a rate less than the minimum prevailing journey wage rate, the apprenticeship registration number for that employee from the State Apprenticeship and Training Council shall be shown along with the correct Employee classification code G:\P ROJ ECTS\2013\13048\Spec. docx 5-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 1 of 16 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: 01/23/2014 County Trade Job Classification T- .,.. Wage Holiday Overtime Notei !Yakima Asbestos Abatement Workers Journey Level $17.83 1 'Yakima Boilermakers Journey Level $62.34 5N 1C ; !Yakima Brick Mason Journey Level $42.38 5A 1M 'Yakima Building Service Employees Janitor $9.32 1 Yakima Building Service Employees Shampooer $11.14 1 ;Yakima Building Service Employees Waxer $9.32 1 'Yakima Building Service Employees Window Cleaner $9.32 1 'Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 'Yakima Carpenters Journey Level $29.72 1 'Yakima Cement Masons Journey Level $38.15 7B 1N !Yakima Divers a Tenders Diver $100.28 5D 1M 8A Yakima Divers a Tenders Diver On Standby $56.68 5D 1M Yakima Divers & Tenders Diver Tender $52.23 5D 1M 'Yakima Divers & Tenders Surface Rcv Et Rov Operator $52.23 5D 1M Yakima Divers & Tenders Surface Rcv & Rov Operator Tender $48.67 5A 1B Yakima Dredge Workers Assistant Engineer $53.00 5D 3F Yakima Dredge Workers Assistant Mate (Deckhand) $52.58 5D 3F 'Yakima Dredge Workers Boatmen $52.30 5D 3F 'Yakima Dredge Workers Engineer Welder $54.04 5D 3F Yakima Dredge Workers Leverman, Hydraulic $55.17 5D 3F 'Yakima Dredge Workers Mates $52.30 5D 3F Yakima Dredge Workers Oiler $52.58 5D 3F 'Yakima Drywall Applicator Journey Level $39.28 5D 1M Yakima Drywall Tapers Journey Level $32.51 7E 1P !Yakima Electrical Fixture Maintenance Journey Level $43.32 1 Workers Yakima Electricians - Inside Cable Splicer $56.36 5A 1E 'Yakima Electricians - Inside Journey Level $54.45 5A 1E Yakima Electricians - Inside Welder $58.27 5A 1E — I 3 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 12/30/2013 Page 2 of 16 Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Cable Splicer $66.43 5A 4A Construction !Yakima Electricians - Powerline Certified Line Welder $60.75 5A 4A , Construction iC Yakima Electricians - Powerline Groundperson $42.36 5A 4A Construction ?Yakima Electricians - Powerline Heavy Line Equipment Operator $60.75 5A 4A Construction Yakima Electricians - Powerline Journey Level Lineperson $60.75 5A 4A Construction !Yakima Electricians - Powerline Line Equipment Operator $51.05 5A 4A Construction Yakima Electricians - Powerline Pole Sprayer $60.75 5A 4A Construction Yakima Electricians - Powerline Powderperson $45.39 5A 4A Construction !Yakima Electronic Technicians Journey Level $23.40 1 !Yakima Elevator Constructors Mechanic $77.70 7D 4A Yakima Elevator Constructors Mechanic In Charge $84.24 7D 4A !Yakima Fabricated Precast Concrete Craftsman - In -Factory Work Only $9.32 1 Products Yakima Fabricated Precast Concrete Journey Level - In -Factory Work Only $9.32 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 a Frost Insulators And Journey Level $25.32 1 Asbestos Workers !Yakima Heating Equipment Mechanics Journey Level $34.85 1 !Yakima Hod Carriers a Mason Tenders Journey Level $34.42 7A 2Y Yakima Industrial Power Vacuum Journey Level $9.32 1 Cleaner IYakima Inland Boatmen Journey Level $9.32 1 ;Yakima Inspection/Cleaning/Sealing Cleaner Operator, Foamer Operator $9.73 1 Of Sewer a Water Systems By Remote Control sYakima Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer a Water Systems By Remote Control 1Yakima Inspection/Cleaning/Sealing Head Operator $12.78 1 Of Sewer a Water Systems By Remote Control Yakima Inspection/Cleaning/Sealing Technician $9.32 1 Of Sewer a Water Systems By Remote Control !Yakima Inspection/Cleaning/Sealing Tv Truck Operator $10.53 1 Of Sewer a Water Systems By Remote Control https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/30/2013 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 16 Yakima Insulation Applicators Journey Level $39.28 5D 1M Yakima Ironworkers Journeyman $53.19 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating Screed $33.44 7A 2Y Yakima Laborers Airtrac Drill Operator $34.42 7A 2Y Yakima Laborers Ballast Regular Machine $33.44 7A 2Y Yakima Laborers Batch Weighman $31.40 7A 2Y Yakima Laborers Brick Pavers $33.44 7A 2Y Yakima Laborers Brush Cutter $33.44 7A - 2Y E Yakima Laborers Brush Hog Feeder $33.44 7A 2Y Yakima Laborers Burner $33.44 7A 2Y Yakima Laborers Caisson Worker $34.42 7A 2Y Yakima Laborers Carpenter Tender $33.44 7A 2Y Yakima Laborers Cement Dumper -paving $34.01 7A 2Y Yakima Laborers Cement Finisher Tender $33.44 7A 2Y Yakima Laborers Change House Or Dry Shack $33.44 7A 2Y Yakima Laborers Chipping Gun (under 30 Lbs.) $33.44 7A 2Y Yakima Laborers Chipping Gun(30 Lbs. And Over) $34.01 7A 2Y Yakima Laborers Choker Setter $33.44 7A 2Y Yakima Laborers Chuck Tender $33.44 7A 2Y Yakima Laborers Clary Power Spreader $34.01 7A 2Y Yakima Laborers Clean-up Laborer $33.44 7A 2Y Yakima Laborers Concrete Dumper/chute Operator $34.01 7A 2Y 1Yakima Laborers Concrete Form Stripper $33.44 7A 2Y Yakima Laborers Concrete Placement Crew $34.01 7A 2Y Yakima I Laborers Concrete Saw Operator/core Driller $34.01 7A 2Y !Yakima Laborers Crusher Feeder $31.40 7A 2Y !Yakima Laborers Curing Laborer $33.44 7A 2Y Yakima Laborers Demolition: Wrecking a Moving (incl. Charred Material) $33.44 7A 2Y !Yakima Laborers Ditch Digger $33.44 7A 2Y 1Yakima Laborers Diver $34.42 7A 2Y ;Yakima Laborers Drill Operator (hydraulic,diamond) $34.01 7A 2Y !Yakima Laborers Dry Stack Walls $33.44 7A 2Y Yakima Laborers Dump Person $33.44 7A 2Y ;Yakima Laborers Epoxy Technician $33.44 7A 2Y 1Yakima Laborers Erosion Control Worker $33.44 7A 2Y !Yakima Laborers Faller Et Bucker Chain Saw $34.01 7A 2Y !Yakima Laborers Fine Graders $33.44 7A 2Y !Yakima Laborers Firewatch $31.40 7A 2Y 1Yakima Laborers Form Setter $33.44 7A 2Y 1Yakima Laborers Gabian Basket Builders $33.44 7A 2Y https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 12/30/2013 Page 4 of 16 Yakima Laborers General Laborer $33.44 7A 2Y 'Yakima Laborers Grade Checker Et Transit Person $34.42 7A 2Y Yakima Laborers Grinders $33.44 7A 2Y ;Yakima Laborers Grout Machine Tender $33.44 7A 2Y !Yakima Laborers Groutmen (pressure)including Post Tension Beams $34.01 7A 2Y ;Yakima Laborers Guage and Lock Tender $34.52 7A 2Y 8� s Yakima Laborers Guardrail Erector $33.44 7A 2Y !Yakima Laborers Hazardous Waste Worker (level A) $34.42 7A 2Y Yakima Laborers Hazardous Waste Worker (level B) $34.01 7A 2Y Yakima Laborers Hazardous Waste Worker (level C) $33.44 7A 2Y !Yakima Laborers High Scaler $34.42 7A 2Y ,Yakima Laborers Jackhammer $34.01 7A 2Y !Yakima Laborers Laserbeam Operator $34.01 7A 2Y Yakima Laborers Maintenance Person $33.44 7A 2Y Yakima Laborers Manhole Builder-mudman $34.01 7A 2Y Yakima Laborers Material Yard Person $33.44 7A 2Y ;Yakima Laborers Motorman -dinky Locomotive $34.01 7A 2Y ;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 $34.01 7A 2Y Yakima Laborers Pavement Breaker $34.01 7A 2Y ;Yakima Laborers Pilot Car $31.40 7A 2Y !Yakima Laborers Pipe Layer(lead) $34.42 7A 2Y Yakima Laborers Pipe Layer/tailor $34.01 7)6k 2Y !,Yakima Laborers Pipe Pot Tender $34.01 7A 2Y 'Yakima Laborers Pipe Reliner $34.01 7A 2Y ;Yakima Laborers Pipe Wrapper $34.01 7A 2Y 'Yakima Laborers Pot Tender $33.44 7A 2Y !Yakima Laborers Powderman $34.42 7A 2Y 'Yakima Laborers Powderman's Helper $33.44 7A 2Y Yakima Laborers Power Jacks $34.01 7A 2Y 'Yakima Laborers Railroad Spike Puller - Power $34.01 7A 2Y Yakima Laborers Raker - Asphalt $34.42 7A 2Y !Yakima Laborers Re-timberman $34.42 7A 2Y !,Yakima Laborers Remote Equipment Operator $34.01 7A 2Y !Yakima Laborers Rigger/signal Person $34.01 7A 2Y ;Yakima Laborers Rip Rap Person $33.44 7A 2Y (Yakima Laborers Rivet Buster $34.01 7A 2Y Yakima Laborers Rodder $34.01 7A 2Y https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 12/30/2013 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 5 of 16 Yakima Laborers Scaffold Erector $33.44 7A 2Y !Yakima Laborers Scale Person $33.44 7A 2Y !Yakima Laborers Sloper (over 2(T) $34.01 7A 2Y Yakima Laborers Sloper Sprayer $33.44 7A 2Y Yakima Laborers Spreader (concrete) $34.01 7A 2Y !Yakima Laborers Stake Hopper $33.44 7A 2Y !Yakima Laborers Stock Piler $33.44 7A 2Y !Yakima I 1 Laborers Tamper & Similar Electric, Air &t Gas Operated Tools $34.01 7A 2Y Yakima ! Laborers Tamper (multiple &t Self- propelled) $34.01 7A 2Y Yakima B Laborers Timber Person - Sewer (!agger, Shorer & Cribber) $34.01 7A 2Y !Yakima Laborers Toolroom Person (at Jobsite) $33.44 7A 2Y Yakima Laborers Topper $33.44 7A 2Y ' !Yakima Laborers Track Laborer $33.44 7A 2Y !Yakima Laborers Track Liner (power) $34.01 7A 2Y !Yakima Laborers Traffic Control Laborer $33.29 7A 1H 8R !Yakima Laborers Traffic Control Supervisor $33.29 7A 1H 8R !Yakima Laborers Truck Spotter $33.44 7A 2Y !Yakima Laborers Tugger Operator $34.01 7A 2Y ;Yakima Laborers Tunnel Work -Miner $34.52 7A 2Y !Yakima Laborers Vibrator $34.01 7A 2Y !Yakima Laborers Vinyl Seamer $33.44 7A 2Y tYakima Laborers Watchman $28.66 7A 2Y Yakima Laborers Welder $34.01 7A 2Y Yakima Laborers Well Point Laborer $34.01 7A 2Y Yakima Laborers Window Washer/cleaner $28.66 7A 2Y !Yakima I Laborers - Underground Sewer General Laborer & Topman $33.44 7A 2Y & Water Yakima i Laborers - Underground Sewer Pipe Layer $34.01 7A 2Y & Water !Yakima ! Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.32 1 !Yakima I Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 !Yakima ! Landscape Construction Landscaping Or Planting Laborers $9.32 1 !Yakima Lathers Journey Level $38.68 5D 1M !Yakima Marble Setters Journey Level $42.38 5A 1M !Yakima Metal Fabrication (In Shop) Fitter $12.00 1 !Yakima Metal Fabrication (In Shop) Laborer $10.31 _ 1 !Yakima Metal Fabrication (In Shop) Machine Operator $11.32_ 1 ; !Yakima Metal Fabrication (In Shop) Painter $12.00 1 'Yakima Metal Fabrication (In Shop) Welder $11.32 1 !Yakima Millwright Journey Level $26.05 1 !Yakima Modular Buildings Journey Level $14.11 _ 1 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 12/30/2013 Page 6 of 16 Yakima Painters Journey Level $29.36 6Z 1W 'Yakima Pite Driver Journey Level $50.30 5D 1M IYakima Plasterers Journey Level $49.29 7Q 1R Yakima Playground & Park Equipment Journey Level $9.32 1 Installers Yakima Plumbers & Pipefitters Journey Level $74.29 6Z 1g 'Yakima Power Equipment Operators Asphalt Plant Operators $53.49 7A 3C 8P ;Yakima Power Equipment Operators Assistant Engineer $50.22 7A 3C 8P !Yakima Power Equipment Operators Barrier Machine (zipper) $53.00 7A 3C 8P ' Yakima Power Equipment Operators Batch Plant Operator, Concrete $53.00 7A 3C 8P ;Yakima Power Equipment Operators Bobcat $50.22 7A 3C 8P !Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $50.22 7A 3C 8P IYakima Power Equipment Operators Brooms $50.22 7A 3C 8P Yakima Power Equipment Operators Bump Cutter $53.00 7A 3C 8P sYakima Power Equipment Operators Cableways $53.49 7A 3C 8P Yakima Power Equipment Operators Chipper $53.00 7A 3C 8P !Yakima Power Equipment Operators Compressor $50.22 7A 3C 8P IYakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42M $53.49 7A 3C 8P !Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $50.22 7A 3C 8P Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $52.58 7A 3C 8P ;Yakima Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $53.00 7A 3C 8P '4 !Yakima Power Equipment Operators Conveyors $52.58 7A 3C 8P !Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $53.00 7A 3C 8P Yakima Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $54.04 7A 3C 8P `Yakima Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $54.61 7A 3C 8P IYakima { Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $53.49 7A 3C 8P Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And Under $50.22 7A 3C 8P Yakima Power Equipment Operators Cranes: Friction 100 Tons Through 199 Tons $54.61 7A 3C 8P ;Yakima Power Equipment Operators Cranes: Friction Over 200 Tons $55.17 7A 3C 813 Yakima Power Equipment Operators $55.17 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 12/30/2013 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 7 of 16 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 12/30/2013 Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) Yakima Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $52.58 7A 3C 8P Yakima Power Equipment Operators Crusher $53.00 7A 3C 8P iYakima I Power Equipment Operators Deck Engineer/deck Winches (power) $53.00 7A 3C 8P ;Yakima Power Equipment Operators Derricks, On Building Work $53.49 7A 3C 8P iYakima Power Equipment Operators Dozers D-9 Et Under $52.58 7A 3C 8P ±Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $52.58 7A 3C 8P ;Yakima Power Equipment Operators Drilling Machine $53.00 7A 3C 8P iYakima Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $50.22 7A 3C 8P Yakima i Power Equipment Operators Finishing Machine, Bidwell And Gamaco Et Similar Equipment $53.00 7A 3C 8P Yakima Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $52.58 7A 3C 8P Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $50.22 7A 3C 8P Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $53.00 7A 3C 8P Yakima Power Equipment Operators Gradechecker/stakeman $50.22 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch $53.00 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $53.49 7A 3C 8P iYakima Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $53.00 7A 3C 8P '•, !Yakima Power Equipment Operators Horizontal/directional Drill Locator $52.58 7A 3C 8P !Yakima Power Equipment Operators Horizontal/directional Drill Operator $53.00 7A 3C 8P ;Yakima Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $52.58 7A 3C 8P ':, §Yakima Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $50.22 7A 3C 8P Yakima p Power Equipment Operators Loader, Overhead 8 Yards. 8 Over $54.04 7A 3C 8P Yakima i Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $53.49 74 3C 8P Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $53.00 7A 3C 8P !Yakima Power Equipment Operators Loaders, Plant Feed $53.00 7A 3C 8P !Yakima Power Equipment Operators Loaders: Elevating Type Belt $52.58 7A 3C 8P Yakima Power Equipment Operators Locomotives, Alt $53.00 7A 3C 8P 3 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 12/30/2013 Page 8 of 16 Yakima Power Equipment Operators Material Transfer Device $53.00 7A 3C 8P ;Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $54.04 7A 3C 8P !Yakima Power Equipment Operators Motor Patrol Grader - Non- finishing $52.58 7A 3C 8P ;Yakima Power Equipment Operators Motor Patrol Graders, Finishing $53.49 7A 3C 8P Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $53.49 7A 3C 8P :Yakima Power Equipment Operators Oil Distributors, Blower Distribution a Mulch Seeding Operator $50.22 7A 3C 8P !Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $52.58 7A 3C 8P !Yakima Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $53.00 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $54.04 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $53.49 7A 3C 813 , !Yakima Power Equipment Operators Pavement Breaker $50.22 7A 3C 8P `Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $53.00 7A 3C 8P 'Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P !Yakima Power Equipment Operators Posthole Digger, Mechanical $50.22 7A 3C 8P Yakima Power Equipment Operators Power Plant $50.22 7A 3C 8P !Yakima Power Equipment Operators Pumps - Water $50.22 7A 3C 8P Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $53.49 7A 3C 813 Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet in Height Based To Boom $50.22 7A 3C 8P ''Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $53.49 7A 3C 8P !Yakima Power Equipment Operators Rigger And Bellman $50.22 7A 3C 8P !Yakima Power Equipment Operators Roltagon $53.49 7A 3C 813 ;Yakima Power Equipment Operators Roller, Other Than Plant Mix $50.22 7A 3C 8P , ;Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $52.58 7A 3C 8P Yakima Power Equipment Operators Roto -mill, Roto -grinder $53.00 7A 3C 8P ;Yakima Power Equipment Operators Saws - Concrete $52.58 7A 3C 8P ;Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $53.00 7A 3C 8P ;Yakima Power Equipment Operators Scrapers - Concrete Et Carry All $52.58 7A 3C 8P ,Yakima Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $53.49 7A 3C 8P ;Yakima Power Equipment Operators Service Engineers - Equipment $52.58 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 12/30/2013 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 9 of 16 Yakima Power Equipment Operators Shotcrete/gunite Equipment $50.22 7A 3C 8P Yakima I Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $52.58 7A 3C 8P Yakima i Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $53.49 7A 3C 8P Yakima i Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $53.00 7A 3C 8P pYakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $54.04 7A 3C 8P iYakima 1 Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $54.61 7A 3C 8P !Yakima Power Equipment Operators Slipform Pavers $53.49 7A 3C 8P `. Yakima Power Equipment Operators Spreader, Topsider & Screedman $53.49 7A 3C 8P Yakima Power Equipment Operators Subgrader Trimmer $53.00 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $52.58 7A 3C 8P Yakima Power Equipment Operators Tower Crane Over 175'in Height, Base To Boom $54.61 7A 3C 8P Yakima s Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $54.04 7A 3C 8P Yakima Power Equipment Operators Transporters, Alt Track Or Truck Type $53.49 7A 3C 8P ;Yakima Power Equipment Operators Trenching Machines $52.58 7A 3C 8P Yakima , Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $53.00 7A 3C 8P iYakima 1 Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $52.58 7A 3C 8P GYakima 1 Power Equipment Operators Truck Mount Portable Conveyor $53.00 7A 3C 8P ;Yakima Power Equipment Operators Welder $53.49 7A 3C 8P IYakima Power Equipment Operators Wheel Tractors, Farman Type $50.22 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $53.00 7A 3C 8P ;Yakima i Power Equipment Operators- Asphalt Plant Operators $53.49 7A 3C 8P Underground Sewer & Water Yakima i Power Equipment Operators- Assistant Engineer $50.22 7A 3C 8P I Underground Sewer & Water ,Yakima I Power Equipment Operators- Barrier Machine (zipper) $53.00 7A 3C 8P Underground Sewer & Water !Yakima 1 Power Equipment Operators- Batch Plant Operator, Concrete $53.00 7A 3C 8P Underground Sewer & Water ;Yakima Power Equipment Operators- Bobcat $50.22 7A 3C 8P Underground Sewer & Water SYakima Power Equipment Operators- Brokk - Remote Demolition Equipment $50.22 7A 3C 8P I Underground Sewer & Water IYakima 3 Power Equipment Operators- Brooms $50.22 7A 3C 8P Underground Sewer & Water Yakima Bump Cutter $53.00 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 12/30/2013 Page 10 of 16 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 12/30/2013 1 1 1 i� 1 1 1 1 1 1 1 1 1 1 1 1 Power Equipment Operators - Underground Sewer a Water Yakima Power Equipment Operators- Cableways $53.49 7A 3C 8P Underground Sewer a Water =Yakima Power Equipment Operators- Chipper $53.00 7A 3C 8P Underground Sewer a Water Yakima Power Equipment Operators- Compressor $50.22 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42M $53.49 7A 3C 8P Underground Sewer & Water !Yakima Power Equipment Operators- Concrete Finish Machine -laser Screed $50.22 7A 3C 8P Underground Sewer & Water 'Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Conveyors $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $53.00 7A 3C 8P Underground Sewer & Water Yakima s Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $54.04 7A 3C 8P • Underground Sewer & Water Yakima f Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $54.61 7A 3C 8P ,. Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $53.49 7A 3C 8P ? Underground Sewer & Water Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $50.22 7A 3C 8P ' Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Friction 100 Tons Through 199 Tons $54.61 7A 3C 8P Underground Sewer & Water 1Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons $55.17 7A 3C 8P Underground Sewer & Water ;Yakima Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $55.17 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $52.58 7A 3C 8P Underground Sewer & Water }Yakima Power Equipment Operators- Crusher $53.00 7A 3C 8P Underground Sewer Et Water IYakima Power Equipment Operators- Deck Engineer/deck Winches (power) $53.00 7A 3C8P Underground Sewer & Water ;Yakima Power Equipment Operators- Derricks, On Building Work $53.49 7A 3C 8P Underground Sewer & Water https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 12/30/2013 1 1 1 i� 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 11 of 16 Yakima Power Equipment Operators- Dozers D-9 & Under $52.58 7A 3C 8P Underground Sewer & Water 'Yakima ! Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $52.58 7A 3C 8P Underground Sewer & Water Yakima I Power Equipment Operators- Drilling Machine $53.00 7A 3C 8P Underground Sewer & Water 1Yakima I Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $50.22 7A 3C 8P Underground Sewer & Water ;Yakima I 1 Power Equipment Operators- Finishing Machine, Bidwell And Gamaco & Similar Equipment $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $50.22 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $53.00 7A 3C 8P Underground Sewer & Water IYakima Power Equipment Operators- Gradechecker/stakeman $50.22 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch $53.00 7A 3C 8P Underground Sewer & Water Yakima I Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $53.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $53.00 7A 3C 8P 1 / Underground Sewer & Water !Yakima Power Equipment Operators- Horizontal/directional Drill Locator $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal/directional Drill Operator $53.00 7A 3C 8P I Underground Sewer & Water !Yakima Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $50.22 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead 8 Yards. a Over $54.04 7A 3C 8P I Underground Sewer & Water IYakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $53.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $53.00 7A 3C 8P Underground Sewer & Water Yakima i Power Equipment Operators- Loaders, Plant Feed $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Locomotives, All $53.00 7A 3C 8P Underground Sewer & Water !Yakima I Power Equipment Operators- Material Transfer Device $53.00 7A 3C 8P Underground Sewer & Water 'Yakima Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $54.04 7A 3C 8P Underground Sewer & Water https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 12/30/2013 Page 12 of 16 1Yakima Power Equipment Operators- Motor Patrol Grader - Non- finishing $52.58 7A 3C 8P Underground Sewer Et Water Yakima 1 Power Equipment Operators- Motor Patrol Graders, Finishing $53.49 7A 3C 8P , Underground Sewer & Water IYakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $53.49 7A 3C 8P Underground Sewer a Water {Yakima 1 Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $50.22 7A 3C 8P Underground Sewer a Water ;Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $52.58 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $53.00 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $54.04 7A 3C 8P Underground Sewer Et Water IYakima ,'s Qp Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $53.49 7A 3C 8P Underground Sewer a Water !Yakima Power Equipment Operators- Pavement Breaker $50.22 7A 3C 8P Underground Sewer Er Water !Yakima 1 Power Equipment Operators- Pile Driver (other Than Crane Mount) $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P Underground Sewer & Water ;Yakima Power Equipment Operators- Posthole Digger, Mechanical $50.22 7A 3C 8P Underground Sewer & Water Yakima I Power Equipment Operators- Power Plant $50.22 7A 3C 8P Underground Sewer & Water !Yakima Power Equipment Operators- Pumps - Water $50.22 7A 3C 8P Underground Sewer & Water iYakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P Underground Sewer & Water a Yakima I Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $50.22 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $53.49 7A 3C 8P Underground Sewer & Water IYakima Power Equipment Operators- Rigger And Bellman $50.22 7A 3C 8P Underground Sewer & Water ;Yakima Power Equipment Operators- Rollagon $53.49 7A 3C 8P Underground Sewer & Water ;Yakima 4 Power Equipment Operators- Roller, Other Than Plant Mix $50.22 7A 3C 8P Underground Sewer & Water (Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $52.58 7A 3C 8P Underground Sewer & Water Yakima I Power Equipment Operators- Roto -mill, Roto -grinder $53.00 7,4 3C 8P, Underground Sewer & Water Yakima Power Equipment Operators- Saws - Concrete $52.58 7,4 3C 8P Underground Sewer & Water ;Yakima $53.00 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1 1 1 1 1 1 1 1 1 1 1 1 12/30/2013 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 13 of 16 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/30/2013 Power Equipment Operators- Scraper, Self Propelled Under 45 Yards Underground Sewer & Water ?Yakima 1 Power Equipment Operators- Scrapers - Concrete & Carry All $52.58 7A 3C 8P Underground Sewer & Water !Yakima I Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $53.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Service Engineers - Equipment $52.58 7A 3C 8P Underground Sewer & Water !Yakima Power Equipment Operators- Shotcrete/gunite Equipment $50.22 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $52.58 7A 3C 8P Underground Sewer & Water Yakima p Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $53.49 7A 3C 8P Underground Sewer & Water !Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $54.04 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $54.61 7A 3C 8P I I Underground Sewer & Water !Yakima i Power Equipment Operators- Slipform Pavers $53.49 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Spreader, Topsider & Screedman $53.49 7A 3C 8P Underground Sewer & Water !Yakima Power Equipment Operators- Subgrader Trimmer $53.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Bucket Elevators $52.58 7A 3C 8P Underground Sewer & Water Yakima $ Power Equipment Operators- Tower Crane Over 175'in Height, Base To Boom $54.61 7A 3C 8P Underground Sewer & Water ;Yakima 1 Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $54.04 7A 3C 8P Underground Sewer & Water ?Yakima I Power Equipment Operators- Transporters, All Track Or Truck Type $53.49 7A 3C 8P Underground Sewer & Water 'Yakima Power Equipment Operators- Trenching Machines $52.58 7A 3C 8P Underground Sewer & Water !Yakima Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $53.00 7A 3C 8P Underground Sewer & Water 'Yakima Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $52.58 7A 3C 8P Underground Sewer & Water IYakima Power Equipment Operators- Truck Mount Portable Conveyor $53.00 7A 3C 8P Underground Sewer & Water !Yakima Power Equipment Operators- Welder $53.49 7A 3C 8P f' Underground Sewer & Water Yakima Power Equipment Operators- Wheel Tractors, Farman Type $50.22 7A 3C 8P Underground Sewer & Water !Yakima ! Power Equipment Operators- Yo Yo Pay Dozer $53.00 7A 3C 8P Underground Sewer & Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/30/2013 Page 14 of 16 (Yakima I Power Line Clearance Tree Journey Level In Charge $43.76 5A 4A Trimmers Yakima Power Line Clearance Tree Spray Person $41.51 5A 4A Trimmers !Yakima I Power Line Clearance Tree Tree Equipment Operator $43.76 5A 4A Trimmers ;Yakima Power Line Clearance Tree Tree Trimmer $39.10 5A 4A Trimmers ;Yakima 1 Power Line Clearance Tree Tree Trimmer Groundperson $29.44 5A 4A Trimmers Yakima @ Refrigeration Et Air Journey Levet $28.11 1 Conditioning Mechanics a iYakima 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 1 Residential Drywall Journey Level $18.00 1 Applicators ;Yakima Residential Drywall Tapers Journey Level $17.00 1 !Yakima Residential Electricians Journey Levet $21.98 1 !Yakima Residential Glaziers Journey Level $22.43 61 1B !Yakima I Residential Insulation Journey Level $14.38 1 Applicators Yakima Residential Laborers Journey Level $11.02 1 Yakima Residential Marble Setters Journey Level $29.00 1 Yakima Residential Painters Journey Level $16.32 1 Yakima 1 Residential Plumbers Et Journey Level $20.55 1 Pipefitters Yakima Residential Refrigeration Et Air Journey Level $28.11 1 Conditioning Mechanics !Yakima 1 Residential Sheet Metal Journey Level (Field or Shop) $37.82 5A 1X Workers Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters Journey Level $9.32 1 (Fire Protection) Yakima Residential Stone Masons Journey Level $16.00 1 !Yakima Residential Terrazzo Workers Journey Level $9.32 1 Yakima Residential Terrazzo/Tile Journey Level $17.00 - 1 Finishers (Yakima Residential Tile Setters Journey Level $16.78 1 Yakima Roofers Journey Level $12.00 1 !Yakima Sheet Metal Workers Journey Level (Field or Shop) $51.91 5A 1X Yakima Sign Makers &t Installers Journey Level $14.65 1 (Electrical) !Yakima i Sign Makers a Installers (Non- Journey Level $14.65 1 Electrical) iYakima Soft Floor Layers Journey Level $23.11 5A 1N !Yakima Solar Controls For Windows Journey Levet $9.32 1 Yakima Sprinkler Fitters (Fire Journey Level $26.36 1 rt Protection) https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/30/2013 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 15 of 16 !Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 ' Structural) ;Yakima Stone Masons Journey Level $42.38 5A 1M Yakima Street And Parking Lot Journey Level $9.32 - 1 Sweeper Workers !Yakima 6 Surveyors Assistant Construction Site Surveyor $52.58 7A 3C 8P !Yakima Surveyors Chainman $52.06 7A 3C 8P [Yakima Surveyors Construction Site Surveyor $53.49 7A3C 8P Yakima ! Telecommunication Journey Level $20.00- 1 Technicians !Yakima 1 Telephone Line Construction - Cable Splicer $36.01 5A 2B Outside !Yakima Telephone Line Construction - Hole Digger/Ground Person $20.05 5A2B Outside !Yakima [ Telephone Line Construction Installer (Repairer) $34.50 5A 213 Outside !Yakima i Telephone Line Construction - Special Aparatus Installer I $36.01 5A 2B Outside !Yakima Telephone Line Construction Special Apparatus Installer II $35.27 5A 213 Outside !Yakima 1 Telephone Line Construction - Telephone Equipment Operator (Heavy) $36.01 5A 213 Outside !Yakima Telephone Line Construction - Telephone Equipment Operator (Light) $33.47 5A 213 , ; Outside Yakima Telephone Line Construction - Telephone Lineperson $33.47 5A 2B Outside Yakima I Telephone Line Construction - Television Groundperson $19.04 5A 2B Outside Yakima [ Telephone Line Construction Television Lineperson/Installer $25.27 5A 2B Outside Yakima I Telephone Line Construction - Television System Technician $30.20 5A 213 Outside !Yakima , Telephone Line Construction - Television Technician $27.09 5A 2B Outside Yakima I Telephone Line Construction - Tree Trimmer $33.47 5A 213 Outside Yakima Terrazzo Workers Journey Level $33.05 5A 1M Yakima Tile Setters Journey Level $33.05 5A 1M , [Yakima 1 Tile, Marble Et Terrazzo Journey Level $28.97 5A 1M Finishers [Yakima Traffic Control Stripers Journey Level $42.33 7A 1K [Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck Et Trailer(c.wa- 760) $37.56 61 2G !Yakima Truck Drivers Dump Truck(c.wa-760) $37.56 61 2G !Yakima Truck Drivers Other Trucks(c.wa-760) $37.56 61 2G !Yakima Truck Drivers Transit Mixer $38.96_ 1 'Yakima Well Drillers a Irrigation Pump Irrigation Pump Installer $25.44- 1 Installers https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 12/30/2013 Yakima (Well Drillers a Irrigation PumplOiler Installers Yakima Well Drillers a Irrigation Pump Installers Page 16 of 16 $9.321 Well Driller $18.00 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 12/30/2013 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 ************************************************************************************************************ 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. 1 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 1. 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. 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 times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except 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 times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without 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 8-31-2013 thru 3-4-2014 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. 13. 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. K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. Y All hours worked on Saturdays (except for make-up days) 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. 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. 3 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 3. B. 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, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. D. All hours worked between the hours of 6.00 pm and 6.00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. G 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, , 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 8:00 am Sunday to 8.00 am Monday and Holidays shall be paid at double the straight time rate of pay. 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. 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. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). 4 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 H. Holidays. New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). 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, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (8) N Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T Paid Holidays. New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Holiday Codes Continued 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, Day 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, 5 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). 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 Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day B. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays President's Day Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday F Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 6 1 1 1 1 1 1 1 1 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7. J Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday K. Holidays. New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day. 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a 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. O. Paid Holidays: New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, The Day After Or Before Christmas Day, And The Employees Birthday 11). 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 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 before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly S. Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (9) If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. 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: 7 Benefit Code Key — Effective 8-31-2013 thru 3-4-2014 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 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. 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. 8 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12 The production, in the State of Washington, of non-standard items is covered by RCW 39 12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2 Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6 Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39 12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non -covered workers shall be directed to State L&I at (360) 902-5330 Supplemental to Wage Rates 1 08/31/2013 Edition, Published August 1st, 2013 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 3912. 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, 1L, 1P, 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 grate s, 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 dia meter 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 08/31/2013 Edition, Published August 1st, 2013 2 1 1 1 i 1 1 1 1 1 1 1 1 t 1 1 t 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. X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc , for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/o r 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 pili ng. Concrete to conform to Section 9-19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. X 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 16. Precast Catch Basin - Catch Basin type 1, IL, 1P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 3 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting X 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault - For use with underground utilities. See Contract Plans for details. X 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier X 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. X 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used X Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 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 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 Gird er Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02 3(25)A X 31. Prestressed Precast H ollow-Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02 3(25)A. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02 3(25)A 33. Monument Case and Cover See Std. Plan. X Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 5 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. 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 P fans 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 41. Precast Concrete Sloped Mountable Curb (Single and Dual Faced) See Std Plans. X Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 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 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 m ixes 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 1 1 Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 1 7 ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy 57 Cribbing x 58. Water distribution materials x 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard x 62. Steel pile tips, custom X Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site Supplemental to Wage Rates 8 08/31/2013 Edition, Published August 1st, 2013 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 o Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics o Industrial Engine and Machine Mechanics o Industrial Power Vacuum Cleaners o Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water o Machinists (Hydroelectric Site Work) • Modular Buildings o Playground & Park Equipment Installers o Power Equipment Operators - Underground Sewer & Water o Residential *** ALL ASSOCIATED RATES *** O Sign Makers and Installers (Non -Electrical) o Sign Makers and Installers (Electrical) o Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" o Fabricated Precast Concrete Products U Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 9 08/31/2013 Edition, Published August 1st, 2013 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 08/31/2013 Edition, Published August 1st, 2013 (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 Toad of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22 051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09 Statutory Authority. Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92 ] Supplemental to Wage Rates 11 08/31/2013 Edition, Published August 1st, 2013 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 G: \PROD ECTS12013\ 130481Spec. docx SECTION 6 - TECHNICAL SPECIFICATIONS 6-1 CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS FOR NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2327 HLA PROJECT NO 13048 TABLE OF CONTENTS PAGE NO. INTRODUCTION TO THE SPECIAL PROVISIONS. .. 6-3 DESCRIPTION OF WORK.. .. 6-3 1-01 DEFINITIONS AND TERMS .......... .. 6-4 1-02 BID PROCEDURES AND CONDITIONS ...6-6 1-03 AWARD AND EXECUTION OF CONTRACT . 6-12 1-04 SCOPE OF THE WORK.. .... . . .. . 6-14 1-05 CONTROL OF WORK .. . 6-16 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC..... ...6-23 1-08 PROSECUTION AND PROGRESS .. . 6-30 REQUEST TO SUBLET FORM ... . 6-33 1-09 MEASUREMENT AND PAYMENT ........... 6-36 1-10 TEMPORARY TRAFFIC CONTROL ... 6-41 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP . ..6-42 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS .. . ..6-43 2-03 ROADWAY EXCAVATION AND EMBANKMENT . ......... .. .. ...6-44 2-04 HAUL . ...... .. 6-46 2-07 WATERING. .6-46 2-09 STRUCTURE EXCAVATION .... .6-46 2-11 TRIMMING AND CLEANUP ............. . . 6-47 3-02 STOCKPILING AGGREGATES...... . 6-47 4-04 BALLAST AND CRUSHED SURFACING ...... . . 6-47 5-03 COLD MIX ASPHALT (NEW SECTION) .. 6-48 5-04 HOT MIX ASPHALT. ... 6-49 7-04 STORM SEWERS ........... . .. ... . . ... . . .. ........ .................. 6-52 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS............ 6-53 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS . 6-55 7-17 SANITARY SEWERS ... 6-58 7-18 SIDE SEWERS ....... 6-61 7-19 SEWER CLEANOUTS ......... . . ..6-62 7-24 CURED IN PLACE PIPE (CIPP) (NEW SECTION).. . 6-62 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 6-71 8-04 CURBS, GUTTERS, AND SPILLWAYS . ......6-71 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 6-72 8-14 CEMENT CONCRETE SIDEWALKS ........... 6-73 8-22 PAVEMENT MARKING . 6-73 8-30 CONTROLLED DENSITY FILL (NEW SECTION) ... 6-74 G:\PROJECTS\2013\13048\Spec.Docx 6-2 SPECIAL PROVISIONS FOR CITY OF YAKIMA NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2327 HLA PROJECT NO. 13048 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, 2012 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 - Construction of approximately 3,050 linear feet of 12" and 8" PVC sanitary sewer pipe, 14 sewer manholes, connections to existing industrial wasteline, stormwater improvements, planing bituminous pavement, and surface restoration including hot mix asphalt, cement concrete sidewalk, cement concrete curb and gutter, and gravel surfacing Schedule B - Construction of approximately 1,430 linear feet of 8" cured in place pipe for rehabilitating sanitary sewer main, 20 side sewer reinstatements, pipe cleaning, video inspection and sewer bypass. G:\PROJECTS\2013\13048\Spec. Docx 6-3 The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only All payments will be made on the basis of actual field measurement of Contract work completed All work shall be done in accordance with the Plans, the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation dated 2012, referenced codes and organizations, and these Special Provisions 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (March 8, 2013 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Supplement this section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency" All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". G:\PROJECTS\2013\13048\Spec.Docx 6-4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the 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 Documents See definition for "Contract" Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the Contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. The terms defined in Section 1-01.3 of the Standard Specifications shall be further described by the following Contracting Agency City of Yakima 129 North Second Street Yakima, WA 98901 The terms "Contracting Agency", `Agency" and "Owner" are interchangeable. Engineer Huibregtse, Louman Associates, Inc., (HLA) 801 North 39th Avenue Yakima, WA 98902 Inspector The Contracting Agency's designated Inspector (Resident Engineer) who observes the Contractor's performance G:\PROJECTS\2013\13048\Spec.Docx 6-5 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 (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 6 Furnished automatically upon award Contract Provisions 6 Furnished automatically upon award Large plans (e.g., 22" x 34") 2 Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.4 Examination of Plans, Specifications, and Site of Work 1-02.4(1) General 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 Togs, if and when included as an appendix to the Special Provisions, shall be considered as part of the contract. G:\PROJECTS\2013\13048\Spec.Docx 6-6 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 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 G:\PROJECTS\2013113048\Spec. Docx 6-7 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following Bid bonds shall contain the following: 1 Contracting Agency -assigned number for the project; 2 Name of the project; 3. The Contracting Agency named as obligee; 4 The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature, 6 The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder much 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. Supplement this section with the following Bid Bond form shall be fully completed including execution date and signature date. 1-02.9 Delivery of Proposal (August 15, 2013 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 Documents or Good Faith Effort Documentation, then to be considered responsive, the Bidder shall submit with their Bid Proposal, written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272-056A EF, as required by Section 1-02 6. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. 1-02.13 Irregular Proposals (March 13, 2012 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: 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, G \PROJECTS\2013\13048\Spec.Docx 6-8 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, 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. 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). G:\PROJECTS\2013\13048\Spec. Docx 6-9 3 Subcontractor Responsibility A. Criterion. The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39 06 020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39 06.020 B Documentation. The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts 4 Prevailing Wages A Criterion* The Bidder shall not have a record of prevailing wage violations as determined by WA 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; 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. G:\PROJECTS\2013113048 \ Spec.Docx 6-10 1 1 1 y 1 1 1 1 1 1 7 Termination for Cause / Termination for Default A Criterion. The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, or if Bidder was terminated, describe the circumstances. 8. Lawsuits A Criterion The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B Documentation The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts. As evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above, the apparent two lowest Bidders must submit to the Contracting Agency by 12:00 P M (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets all of the mandatory and supplemental criteria together with supporting documentation including but not limited to that detailed above (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all mandatory and supplemental responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess Bidder responsibility. The Contracting Agency also reserves the right to obtain information from third -parties 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 G: \PROD E CTS\2013\13048\Spec. Docx 6-11 Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1-02.15 Pre Award Information (August 14, 2013 APWA GSP) Revise this section to read Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder 1 A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4 A breakdown of costs assigned to any bid item, 5 Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, 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 additive bid schedules as applicable, to be considered a responsive bidder. G.\PROJECTS \2013\13048\Spec. Docx 6-12 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07 18, and a satisfactory bond as required by law and Section 1-03 4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. Supplement this section with the following Failure to return the required documents within the allotted time shall be considered as non- responsive and shall result in forfeiture of the bid bond or deposit of the bidder in accordance with Section 1-03 5 Should additional calendars days be granted by the Contracting Agency to return the contract documents, the dates set forth in Section 1-08 5 Time for Completion must still be adhered to and any work requirements tied to said dates. 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read. The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency -furnished form, 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 Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time, 4 Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or G:\PROJECTS\2013\13046\Spec. Docx 6-13 b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5 Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond, and 6 Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 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 Delete the last sentence in its entirety and replace it with the following - Such review, if any, shall be timely filled in the superior court of Yakima County, Washington. 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract 1-04.1(2) Bid Items Not Included in the Proposal Delete the first paragraph in its entirety and replace it with the following - If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g , 1 presiding over 2, 2 over 3, 3 over 4, and so forth) 1 Addenda, 2. Proposal Form, 3 Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6 Standard Specifications, G:IPROJECTS120131130481Spec. Docx 6-14 1 1 1 7. Contracting Agency's Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Changes Supplement this section with the following No changes in the work covered by the approved Contract Documents shall be made without having prior written or oral (as deemed appropriate due to urgency of change) approval of the Owner. If oral approval is granted, it shall be documented in writing shortly thereafter. Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination of the following methods. a. Unit bid prices previously approved b An agreed lump sum c. The actual costs of: (1) Labor, including foremen, (2) Materials entering permanently into the work; (3) The ownership or rental costs of construction plant and equipment during the time of use on the extra work; (4) Power and consumable supplies for the operation of power equipment; (5) Insurance, (6) Social Security and old age and unemployment contributions. 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 Delete the last two paragraphs in their entirety and replace with the following - After bid award, the Contractor may submit proposals for changing the Plans, Specifications, or other requirements of the Contract. These proposals must reduce the cost or time required for construction of the project. If determined appropriate by the Contracting Agency, a change order will be executed implementing the proposed change/changes. 1-04.4(1) Minor Changes Delete the first sentence of the first paragraph Supplement this section with the following The Contractor is advised that this item may or may not be utilized in this project. 1-04.6 Variation in Estimated Quantities Supplement this section with the following: The quantities listed in the unit price Bid Proposal are estimates for bidding purposes only There will be no adjustments in price due to increases or decreases in quantities regardless of the magnitude. The 25 percent provisions of this Section 1-04 6 shall not apply to All Bid Items. Payment will be made at the unit contract price for actual quantities of work completed G:\PROJECTS\2013\13048\Spec.Docx 6-15 1-04.11 Final Cleanup Supplement this section with the following. Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 1-05 CONTROL OF WORK 1-05.1 Authority of the Engineer Supplement this section with the following Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose, subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will 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 Plans and Working Drawings Delete the second, third, and fourth paragraphs of this section and replace with the following The Contractor shall submit to the Engineer for review and approval, six copies of all Working Drawings required in the project documents. The data shown on the Working Drawings will be complete with respect to dimensions, design criteria, products and materials of construction, and like information to enable the Engineer to review the submittal At the time of submittal, the Contractor shall, in writing, call attention to any deviations that the item or material submitted may have from the requirements of the Contract Specifications When the Contractor does call such deviations to the attention of the Engineer, the Contractor shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. Unless otherwise approved by the Engineer, Working Drawings and samples shall be submitted only by the Prime Contractor, who shall indicate by a signed stamp on the Working Drawing, or other means, that he (the Prime Contractor) has checked the Working Drawing The Contractor's stamp of approval on the Working Drawings shall constitute a representation to the Owner and Engineer that the Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, or similar data and assumes full responsibility for doing so, and that he has reviewed or coordinated each Working Drawing or sample with the requirements of the Contract Documents. Working Drawings shall be submitted in sufficient time to allow the Engineer not less than 20 working days for review. The practice of submitting incomplete or unchecked Working Drawings for the Engineer to correct or finish will not be acceptable, and Working Drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in proper form. G:\PROJECTS\2013\13048\Spec. Docx 6-16 The Engineer will review with reasonable promptness Working Drawings and samples, but the Engineer's review shall be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to the means, methods, sequences, techniques or procedures of construction, or to safety precautions or programs incidental thereto. The review by the Engineer of a separate item as such will not indicate review of the assembly in which the item functions. When the Working Drawings have been reviewed by the Engineer, two sets of submittals will be returned to the Contractor appropriately stamped If major changes or corrections are necessary, the Working Drawings may be rejected and one set will be returned to the Contractor with such changes or corrections indicated. The Contractor shall make any corrections required by the Engineer and shall resubmit the required number of corrected Working Drawings or samples for review. No changes shall be made by the Contractor to resubmitted Working Drawings other than those changes indicated by the Engineer, unless such changes are clearly described in a letter accompanying the resubmitted Working Drawings. Where a Working Drawing or sample is required by the Specifications, no related work shall be commenced until the submittal has been reviewed and approved by the Engineer 1-05.3(1) Electronic Submittals (New Section) The following new section shall be added to the Standard Specifications Working Drawings may be submitted by the Contractor to the Engineer in electronic format. Working Drawings submitted by subcontractors, directly to the Owner or sub -consultants, will be rejected for the purpose of approval. Working Drawings shall be transmitted to HLA with the Submittal Transmittal sheet provided to the Contractor after project award The Submittal Transmittal form includes certification language stating the submittal has been reviewed by the Contractor and complies with the Plans and Specifications. Catalog cuts shall include marks to indicate the specific item that is to be provided for the project. If alternate items are submitted for approval, the Contractor shall indicate the proposed location and use of the item. The Engineer will return one paper copy and an electronic ( pdf) copy to the Contractor No submittal or Working Drawing will be recognized without the Engineer's review attached In case of dispute, the Engineer's electronic copy will be recognized as the accepted copy of record 1-05.3(2) 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. 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. G:\PROJECTS\2013\13048\Spec. Docx 6-17 1-05.4 Conformity with and Deviations from Plans and Stakes Add the following new sub -sections 1-05.4(1) Roadway and Utility Surveys (New Section) The following new section shall be added to the Standard Specifications. The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of offset points to establish line and grade for underground utilities such as water, sewers, and storm drains. The Engineer will establish the line and grade of proposed construction by offset stakes, the centerline for minor structures, and establish bench marks at convenient locations for use by the Contractor The Contractor shall establish grades from the Engineer's stakes at suitable intervals in accordance with good practice and which meet with the approval of the Engineer Where any information on the Plans is insufficient for establishing line and/or grade, the Contractor shall request additional information from the Engineer Where new construction adjoins existing construction, the Contractor shall make such adjustments in grade as are directed by the Engineer. The Engineer will perform all surveying necessary to check compliance with the Specifications and as required for measuring the quantities of work as specified The Contractor shall furnish assistance to the Engineer in checking depth and measuring quantities for payment purposes The Engineer will provide slope staking one time only in areas of significant sloping, establish the centerline for minor structures, and establish bench marks at convenient locations for use by the Contractor. The Contractor shall establish grades from the Engineer's stakes at suitable intervals in accordance with good practice and which meet with the approval of the Engineer Where any information on the Plans is insufficient for establishing line and/or grade, the Contractor shall request additional information from the Engineer Where new construction adjoins existing construction, the Contractor shall make such adjustments in grade as are directed by the Engineer. The Engineer will perform all surveying necessary to check compliance with the Specifications and as required for measuring the quantities of work as specified Any charges incurred by the Engineer to replace stakes, markers, and monumentation which were not to be disturbed, but were damaged by the Contractor's operations, shall be calculated on an hourly basis at the Engineer's normal hourly billing rates in effect at that time for the individuals and equipment required to do the work, including travel time and overtime The Contractor does hereby authorize the Contracting Agency to deduct such costs from the amounts due or to become due to him. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.4(2) Construction Staking Requests (New Section) The following new section shall be added to the Standard Specifications. All staking requests shall be made on the "Construction Staking Request Form" found in the Appendix. The form shall be emailed, faxed, or delivered to the Engineer's office at least three (3) working days prior to the date requested for staking The Contractor shall provide a brief description of the staking requested, the approximate location (station to station), and when the staking will be required. The request shall be reviewed with the Engineer and both parties shall sign the form G:\PROJECTS\2013\130481Spec. Docx 6-18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 When the staking is completed, the survey party chief will initial and date the form. Requests for re - stakes shall be marked boldly in the description and initialed by both the Contractor and the Engineer. 1-05.5 Survey Monuments (New Section) The following new section shall be added to the Standard Specifications. The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense 1-05.6 Inspection of Work and Materials 1-05.6(1) Testing (New Section) The following new section shall be added to the Standard Specifications. The Contractor shall be responsible for scheduling and paying for all material and compaction testing required by these Technical Specifications. The cost of testing shall be considered incidental to the various bid items. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference The testing service shall provide copies of all test results to the Engineer immediately after completion of the test. The 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)D 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. G:\PROJECTS12013\13048\Spec. Docx 6-19 Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of mainline pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot, and 3 -foot depths below finish grade. The Engineer may request additional tests be performed at the Contractor's expense, if test results do not meet the required trench backfill densities. All trenches shall be backfilled and compacted to at least 95 percent of maximum density as determined by ASTM D 698 (Standard 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 City 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 City may request additional tests be performed at the Contractor's expense, if test results do not meet the required densities. Compaction of ballast and crushed surfacing shall be as specified in Section 2-03 3(14) 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 City 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, G: \PROJECTS\2013\13048\Spec. Docx 6-20 1 t 1 r 1 1 1 1 1 1 1 1 1 the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following. 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer 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. 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 G:\PROJECTS\2013\13048\Spec. Docx 6-21 for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05 7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems, irrigation systems, buildings, or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.12(1) One -Year Guarantee Period (New Section) (March 8, 2013 APWA GSP) The following new section shall be added to the Standard Specifications: The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish 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. G:\PROJECTS\2013\13048\Spec.Docx 6-22 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 (October 1, 2005 APWA GSP) Add the following new section. The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-05.17 Oral Agreements (October 1, 2005 APWA GSP) Add the following new section No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency 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) G:\PROJECTS\2013\13048\Spec.Docx 6-23 The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. Amend the second sentence of the first paragraph to read The Contractor shall indemnify and save harmless the State (including the Commission, the Secretary, and any agents, officers, and employees) and the Contracting Agency (including any agents, officers, employees, and representatives) against any claims which may arise because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07 2(3) are meant to clarify those rules. The Contractor should contact the Washington 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. G: \P ROJ E CTS\2013\13048\Spec. Docx 6-24 1-07.2(2) State Sales Tax - Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington, water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system, telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception Exception The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.4 Sanitation Supplement this section with the following. The Contractor shall be required to supply at least one portable toilet on the job site at all times during CIPP work, for use by adjacent residences and businesses Portable toilets shall be serviced on a weekly basis. This work shall be considered as incidental to the various bid items and no separate payment will be made. 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. No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. All costs required to comply with this section shall be the responsibility of the Contractor 1-07.13 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 permanent work. The Contractor shall provide all necessary protection and temporary facilities to accommodate both vehicular and pedestrian traffic during construction. G:\PROJECTS\2013\13048\Spec. Docx 6-25 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 111 facilities within the project limits are supplied for the Contractor's convenience Utility Company Address Phone Number City of Yakima Wastewater 204 W. Pine Street, Yakima, WA 98902 (509)575-6302 City of Yakima Water 2301 Fruitvale Blvd., Yakima, WA 98902 (509)576-6480 Centurylink S.Second Ave., Room 304, Yakima, WA 98902 (509)575-7185 Pacific Power 500 North Keys Rd., Yakima, WA 98901 (509)575-3158 Cascade Natural Gas 701 S. First Avenue, Yakima, WA 98902 (509)457-8176 Charter Communications 1005 North 16`h Ave., Yakima, WA 98902 (509)962-4801 Locations and dimensions shown on the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. It shall be the Contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and to assess their impacts on his construction activities. The Contractor shall call the Utility Notification Center (One -Call Agency) for field location, not Tess 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, Huibregtse, Louman Associates, 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. G'\PROJECTS\2013\130481Spec Docx 6-26 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 "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives." The Contractor shall obtain and keep in force the following policies of insurance The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48 05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the execution date of the contract until the date of acceptance by the Owner 1. Commercial General Liability Insurance written under ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each policy period This protection may be a CGL policy or any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 Products and completed operations coverage shall be provided for a period of one year following final acceptance of the work. 2. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and non -owned vehicles assigned to or used in the performance of the work with a combined single limit of not less than $1,000,000 each occurrence with the Owner named as an additional insured in connection with the Contractor's Performance of the contract. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain provisions for a deductible. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency However in no event shall any provision for a deductible provide for a deductible in excess of $50,000 00 Prior to contract execution, the Contractor shall file with the Engineer ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these specifications All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 45 days 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 five working days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit contract prices and no additional payment will be made The Contractor is responsible for all his subcontractors' actions and omissions. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Add the following after the third 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 route maintenance on such system ) G:\PROJECTS\2013\13048\Spec. Docx 6-27 Add the following to the third paragraph. 5 The Contractor shall 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 correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. When the street is re -opened, it shall again be the responsibility of the Contractor to notify the above named departments and persons. In addition, the Contractor shall notify Yakima Transit (509) 575-6175 at least one (1) week in advance prior to closing any street or restricting transit routes, in addition to correlating the proposed closures with the Contracting Agency to ensure proper detouring of traffic. Each Thursday, the Contractor shall provide Yakima Transit a construction schedule for the upcoming week. The following streets within the project vicinity have known bus routes. • Nob Hill Boulevard • South 3rd Street 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. The Contractor shall be required to coordinate with and inform Yakima Transit (1) one week in advance of any road closures affecting transit routes. G:\PROJECTS12013\13048\Spec. Docx 6-28 1-07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right-of-way lines, limits of easements, and limits of construction permits are indicated in the Plans The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum Whenever any of the work is accomplished on or through property other than public right-of-way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right-of-way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right of entry has been received If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right-of-way, the Contractor will be entitled to an extension of time The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established 1-07.28 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 G:\PROJECTS\2013\13048\Spec.Docx 6-29 1-07.29 Notifying Property Owners (New Section) The following new section shall be added to the Standard Specifications When construction activities will affect ingress and egress or utility service to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification in both English and Spanish Property owner notification requirements shall be coordinated with the Owner. 1-08 PROSECUTION AND PROGRESS Add the following new section 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be 1 To review the initial progress schedule, 2 To establish a working understanding among the various parties associated or affected by the work; 3 To establish and review procedures for progress payment, notifications, approvals, submittals, etc., 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6 To discuss such other related items as may be pertinent to the work. 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 (March 8, 2013 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8 -hour period between 7 00 a.m. and 6.00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. G: \ P RO J E C TS\2013\13048\S p ec. D o cx 6-30 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 Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays, before 7 00 a.m. or after 6 00 p m on any day; or longer than an 8 -hour period on any day The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p m. and 7.00 a.m during weekdays and between the hours of 10:00 p m and 9'00 a.m on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer These conditions may include but are not limited to. • 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 when in the opinion of the Engineer, such work necessitates their presence • 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 • Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. • 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. Supplement this section with the following AH work between Sta. 33+80 and Sta. 39+50 as shown on the Plans shall be completed between 8'00 pm and 5:00 am, including backfill, cold mix asphalt as required and temporary pavement markings, to allow unrestricted use of alley/roadway by 6:00 am 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 1. Request to Sublet Work (Form 421-012, found on the following page), and 1 G:IPROJECTS120131130481Spec.Docx 6-31 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 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. G:\PROJECTS\2013\130481Spec.Docx 6-32 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Washington State �1 Department of 'Transportation Request to Sublet Work ❑ Subcontractor 0 Lower Tier Subcontractor 0 DBE 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: Subcontractor or Lower Tier Subcontractor Unified Business Identifier (UBI) Federal Employer I.D Number * Address Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor * 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 11/2009 Distribution: White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor 1-08.3 Progress Schedule Delete this section and replace it with the following. Following Contract award and satisfactory provision or execution of all required Contract Documents, the Engineer will schedule a preconstruction conference at a time mutually agreeable to all concerned At this conference, all points of the Contract Documents will be open to discussion including scope, order and coordination of work, equipment lead time required, means and methods of construction, inspection and reporting procedures, etc. The Contractor should satisfy himself that all provisions and intentions of the Contract are fully understood. The Contractor shall prepare and submit to the Engineer at the preconstruction conference a Construction Progress and Completion Schedule using a bar graph format. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer The Schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded 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 (June 27, 2011 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 (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 G:\ PROJECTS \2013\13048\Spec. Docx 6-34 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 approved "Affidavit of Prevailing Wages Paid" for the Contractor and aII Subcontractors e Property owner releases per Section 1-07.24 f. Personnel Inventory Form Add the following to the first paragraph Sixty (60) working days after the date set forth in the Notice to Proceed shall be allowed for completion of all Contract work. The Contractor is advised that all work within the Noel Canning Corporation site (Parcel Nos 191330- 12014 and 191330-12005) shall be completed between March 14, 2014 and March 23, 2014 The Noel Canning Corporation site shall have unrestricted access by March 24, 2014. The Contractor (and subcontractors) shall have available multiple crews to complete work by date specified 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 1-08.9 Liquidated Damages Replace the third paragraph with the following. If the improvements identified on the Plans and in Section 1-08.5 are not completed between the specified dates to provide unrestricted use at the Noel Canning Corporation site, the Contractor agrees to pay the Property Owner up to $8,000 00 per hour for operations losses and the Contracting G:\PROJECTS\2013\13048\Spec.Docx 6-35 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Agency $1,500 00 per day for each and every calendar day said work remains uncompleted after expiration of the specified date. If unrestricted use is provided at the Noel Canning Corporation by the date required, but remaining Contract work is not completed within the Contract working days, the Contractor agrees to pay to the Contracting Agency the sum of $1,800 00 per day for each and every working day said work remains uncompleted after expiration of the Contract time. 1-08.10 Termination of Contract 1-08.10(1) Termination for Default In the last sentence of the fifth paragraph, replace "State of Washington, Department of Transportation" with "Contracting Agency." 1-09 MEASUREMENT AND PAYMENT 1-09.2 Weighing Equipment 1-09.2(1) General Requirements For Weighing Equipment 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. 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. G:\PROJECTS12013\13048\Spec.Docx 6-36 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 1-09.9 Payments (March 13, 2013 APWA GSP) Delete the first four paragraphs and replace them with the following The basis of payment will be the actual quantities of work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date Progress estimates made during progress of the 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. G.\PROJECTS\2013\13048\Spec. Docx 6-37 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 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 G:\PROJECTS\2013\13048\Spec.Docx 6-38 3. Utilizing material, tested and inspected by the Engineer, for purposes not connected with the work (Section 1-05 6) 4 Landscape damage assessments per Section 1-07 16 5. For overtime work performed by Contracting Agency personnel or its representative, per Section 1-08 0(3) 6. Anticipated or actual failure of the Contractor to complete the work on time: a. Per Section 1-08 9 Liquidated Damages; or b Lack of construction progress based upon the Engineer's review of the Contractor's approved progress schedule which indicates the work will not be completed within the Contract Time When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor's approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract time 7 Failure of the Contractor to perform any of the Contractor's other obligations under the Contract, including but not limited to. a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions b Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey work as required by Section 1-05.4. c. Failure of the Contractor to correct defective or unauthorized work (Section 1-05 7) 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 weekly payrolls, 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. G:\ PROJECTS \2013\13048\Spec. Docx 6-39 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 If legal action is instituted to determine the validity of the claims prior to expiration of the 15 -day period mentioned above, the Engineer will hold the funds until determination of the action or written settlement agreement of the parties When the conditions 1-7 are resolved or the Contractor provides a Surety Bond satisfactory to the Contracting Agency which will protect the Contracting Agency in the amount withheld, payment shall be made for amounts withheld because of them 1-09.9(3) Final Payment (New Section) The following new section shall be added to the Standard Specifications Upon completion of all work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final payment. Upon receipt of such request, the Engineer will inspect and, if acceptable, submit to the Owner his recommendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. Upon approval of this final estimate and upon final acceptance of the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of Section 1-09 9(1) are in compliance, the Owner will pay to the Contractor the balance of monies due under this Contract in accordance with RCW Title 60.28 In the event unsatisfied claims or liens for taxes, material, labor, and other services are known to exist, an amount will be further withheld from the retainage sufficient to satisfy the settlement of such claims and liens, including attorney's fees incurred, and the remainder will be released from escrow, or released from the retained funds and paid to the Contractor On contracts for public works, final payment of the retained percentage will not be made until after the Contractor has filed with the Owner the Affidavit of Wages Paid forms required by RCW 39 12 040 certifying that the Contractor and subcontractors have paid not Tess 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 1-09.11 Disputes and Claims 1-09.11(3) Time Limitations and Jurisdiction Delete in its entirety the reference to Thurston County and replace it with "the County in which the Contracting Agency's headquarters are located " 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 (October 1, 2005 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 1 G:\PROJECTS\2013\13048\Spec. Docx 6-40 Court of the county in which the Contracting Agency's headquarters are located The decision of the arbitrator and the specific basis for the decision shall be in writing The arbitrator shall use the contract as a basis for decisions 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 1-10.2(1) General (December 1, 2008 WSDOT GSP) Supplement this section with the following Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington The Traffic Control Supervisor shall be certified by one of the following The Northwest Laborers -Employers Training Trust 27055 Ohio Avenue Kinsgton, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone (540) 368-1701 1-10.2(2) Traffic Control Plans Delete the first two sentences of the first paragraph and replace with the following The Contractor shall be required to prepare traffic control plans required to complete the work. No work shall be done on or adjacent to any traveled way without City -approved and Engineer -approved traffic control plans. The Contractor shall designate a Traffic Control Supervisor who shall prepare, revise, supplement, or modify the traffic control plans when needed to show the necessary Class A and B construction signing and barricades, traffic control devices, and traffic flagging operations required for the contractor's operation and submit it to the Engineer for review no later than the preconstruction conference date. When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the WSDOT standard plans or MUTCD without modification, the Contractor may reference the applicable figure or standard plan at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor The Traffic Control Supervisor who prepared the traffic control plan shall sign and date the plan. The signing plans prepared by the Contractor's Traffic Control Supervisor shall provide for adequate warning within the limits of the project and on all streets, alleys, and driveways entering the project so that approaching traffic may turn left or right onto existing undisturbed streets before reaching the project. All costs incurred by the Contractor in preparation of the Traffic Control Plans, including any revisions required by the Engineer after review, shall be included in the unit contract price for "Project Temporary Traffic Control," per lump sum G:\PROJECTS\2013\13048\Spec.Docx 6-41 1-10.4 Measurement 1-10.4(1) Lump Sum Bid for Project (No Unit Items) (August 2, 2004 WSDOT GSP) Supplement this section with the following The proposal contains the item "Project Temporary Traffic Control", lump sum. The provisions of Section 1-10 4(1) shall apply 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Supplement this section with the following: In no case shall the Contractor be required to clear and grub beyond the right-of-way line, except as specifically directed by the Engineer or noted on the Plans to remove trees, stumps, shrubs, or other items which, by proximity or due to root growth, would constitute a hazard to the public or endanger the facility. All work beyond the right-of-way line shall be coordinated with affected property owner(s) per Section 1-07.24 Rights of Way. The Contractor shall temporarily remove 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, 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, temporary construction 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 or Engineer, 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) Add the following new section: 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 remove, restore, and reinstall the fencing shall be considered G:\P ROJ ECTS\2013\13048\Spec. Docx 6-42 incidental and all costs for performing this work shall be included in the lump sum bid item for "Clearing and Grubbing " 2-01.4 Measurement Supplement this section with the following No unit of measurement shall apply to Roadside Cleanup 2-01.5 Payment Supplement this section with the following' All costs incurred to complete the requirements of Section 2-01, including partial roadside cleanup, will be considered as incidental work to the lump sum bid item "Clearing and Grubbing". The lump sum price bid for "Clearing and Grubbing," shall be full compensation for all labor, materials, tools, and equipment necessary for protection and preservation, removal, replacement and/or resetting of fences, and gates including loops for gate operations; temporary removal and resetting rails and bollards, removal and disposal of shrubs and brush including backfill and compaction of native material; removal, disposal, and/or plugging of abandoned pipe, removal of all surfaces encountered as required to accomplish the construction, and removal of deleterious materials found during trench excavation and potholing, including hauling to and disposal at an approved waste site, and fine grading locations where temporary construction easements are used during construction 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 G:\PROJECTS\2013\13048\Spec Docx 6-43 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 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 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, 3. Or 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. G:\PROJECTS12013\13048\Spec. Docx 6-44 2-03.3(7) Disposal of Surplus Materials 2-03.3(7)A General Supplement this section with the following. 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. 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 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 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. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 173-304, Subchapter 461. 2-03.3(14)D Compaction and Moisture Control Tests Delete this section and replace it with the following. Compaction shall be 95% of maximum density as determined by ASTM D 698 (Standard Proctor). The Contractor shall notify the Engineer when ready for in-place subgrade density tests. All costs associated with failed tests/testing shall be the responsibility of the Contractor. Placement of courses of aggregate shall not proceed until density requirements are met. 2-03.4 Measurement Supplement this section with the following "Unclassified Excavation Incl. Haul" will be measured by the cubic yard Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this Contract, and the alignment, profile, grade, and roadway section as shown on the Plans and as staked by the Engineer Control stakes will be set during construction to provide the Contractor with all essential information for the construction of excavation and embankment. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method Copies of the ground cross-sections and notes will be available for the bidder's inspection upon request, at the office of the Project Engineer. G:\PROJECTS12013\13048\Spec. Docx 6-45 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2-03.5 Payment Supplement this section with the following: The unit contract price per cubic yard for "Unclassified Excavation Incl. Haul" shall be full compen- sation for all labor, equipment, tools, and materials necessary to complete this item as specified No separate payment shall be made for embankment compaction and all costs to perform this work as required shall be merged in the unit price bid per cubic yard for "Unclassified Excavation Incl. Haul." 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. 2-09 STRUCTURE EXCAVATION 2-09.3 Construction Requirements 2-09.3(3)D Shoring and Cofferdams Replace the fifth paragraph with the following The design of structural shoring or cofferdams shall be by an Engineer employed by the Contractor and licensed in the State of Washington to perform such work. The Project Engineer will not review or approve submittals. 2-09.3(4) Construction Requirements, Structure Excavation, Class B Delete the fourth paragraph and the last two sentences of the fifth paragraph. 2-09.4 Measurement Delete paragraph two under the Horizontal Limits section and the second sentence under the Shoring or Extra Excavation section. Supplement this section as follows "Shoring or Extra Excavation," per linear foot, shall be measured along the centerline of the trench or excavation. G:\PROJECTS\2013\13048\Spec. Docx 6-46 2-09.5 Payment Supplement this section as follows. Delete "Shoring or Extra Excavation, Class B", per square foot, and add "Shoring or Extra Excavation", per linear foot. The unit contract price per linear foot for "Shoring or Extra Excavation" shall be full pay for all excavation, backfill, haul, compaction, and other work required when extra excavation is used in lieu of constructing shoring If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense 2-11 TRIMMING AND CLEANUP 2-11.5 Payment Supplement this section with the following. Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of this section will be considered as incidental work to the various bid items and no separate payment will be made 3-02 STOCKPILING AGGREGATES 3-02.2 General Requirements 3-02.2(8) Haul Routes (New Section) The following new section shall be added to the Standard Specifications: If the sources of materials provided by the Contractor necessitate hauling over roads other than public streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes. 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. 4-04.4 Measurement This section is supplemented with the following: The width and depth of "Crushed Surfacing Base Course" and "Crushed Surfacing Top Course" shall be neat line field measured by the Resident Engineer The payment line limit for "Crushed Surfacing G\PROJECTS\2013\13048\Spec. Docx 6-47 1 Base Course" and "Crushed Surfacing Top Course" shall be as shown on the Details in the Plans. No measurement or payment will be made for material beyond the payment line limit shown on the Plans and Details, or as Directed by the Engineer. 5-03 COLD MIX ASPHALT (NEW SECTION) 5-03.1 Description This work shall consist of providing, placing, and maintaining temporary cold mix asphalt within Nob Hill Boulevard trench excavations until permanent hot mix asphalt is installed. Cold mix asphalt shall be installed on a prepared foundation or base in accordance with these specifications and the lines, grades, thicknesses, typical cross-sections, and details shown on the Plans. All trench excavations within Nob Hill Boulevard shall be restored with cold mix asphalt surfacing daily prior to reopening closure lanes to traffic, unless otherwise directed by the Engineer 5-03.2 Materials Cold mix asphalt used on this project shall be proposed by the Contractor and approved by the Engineer The Contractor shall use polymer -modified high-performance cold asphalt, cold plant mix recycling asphalt or cold in-place recycling asphalt. Aggregates used for cold mix asphalt shall meet the gradations in Section 9-03.8 for Class 3/8" 5-03.2(1) General Cold mix asphalt shall be designed for potholes, utility cuts, joint repair, and small overlays. It shall be designed for application in temperature ranges between 20 degrees Fahrenheit to 100 degrees Fahrenheit. The mixture shall provide coating, workability and adhesion characteristics during cool to hot conditions, and wet to dry climate environments 5-03.2(2) Liquid Asphalt Blend The liquid asphalt component used shall be a PG 58-22 conforming to the specifications of the Washington State Department of Transportation, a diluent which complies with the requirements and application specifications of the American Petroleum Institute (API), and a polymer additive of high quality that improves cohesion and adhesion properties and is capable of passing AASHTO-T-182 as modified herein 5-03.3 Construction Requirements 5-03.3(1) Spreading, Finishing and Compaction The mixture shall be laid upon an approved, compacted, unyielding base The nominal compacted depth of any layer of cold mix asphalt shall equal two (2) inches, and shall be compacted with a vibratory steel wheel roller. 5-03.4 Measurement No unit of measurement shall apply to cold mix asphalt. 5-03.5 Payment Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of this section, including maintenance, will be considered as incidental work to the various bid items and no separate payment will be made. G:\PROJECTS\2013\130481Spec. Docx 6-48 5-04 HOT MIX ASPHALT 5-04.1 Description Supplement this section with the following An asphalt prime coat will not be required on this project, nor will a soil sterilant be required to be applied to the subgrade. Asphalt concrete surfaces shall be so constructed that the finished pavement will conform to the cross-section, line, and grade as shown on the Plans and in accordance with the referenced Standard Specifications. 5-04.2 Materials Supplement this section with the following* The grade of asphalt binder that shall be used for this project is. PG 64-28 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 the joints with CSS -1 and concrete sand. The cost of sealing shall be included in the unit contract price for "HMA Cl. 1/2 -Inch PG 64-28." 5-04.3(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 has been approved within the previous 12 -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. G.\PROJECTS\2013\13048\Spec.Docx 6-49 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 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 percent 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 G:\PROJ ECTS\2013113048\Spec. Docx 6-50 compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. 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 Cl. 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 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, including use of HMA CI 3/8 -Inch. 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 Cl. 1/2 -Inch PG 64- 28. 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 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" 5-04.3(19) Sealing of Pavement Surfaces Supplement this section with the following: 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." G-\PROJ ECTS\2013\130481Spec. Docx 6-51 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." 5-04.4 Measurement This section is supplemented with the following The width and depth of "HMA Cl. 1/2 -Inch PG 64-28" shall be neat line field measured by the Resident Engineer. The payment line limit for "HMA CI 1/2 -Inch PG 64-28" shall be as shown on the Details, or as shown on the Plans No measurement or payment will be made for material beyond the payment line limit shown on the Plans and Details, or as Directed by the Engineer 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" shall be incidental and included in the unit contract price for "HMA CI 1/2" 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 7-04 STORM SEWERS 7-04.1 Description Supplement this section with the following: The term "storm drain(s)" shall mean the same as storm sewer(s) 7-04.2 Materials Supplement this section with the following* Storm drain and underdrain infiltration system materials approved for use on this project shall be as follows. 8/10/12 -INCH STORM DRAIN PIPE Solid Wall PVC Storm Sewer Pipe Corrugated Polyethylene Storm Sewer Pipe High -Density Polyethylene (HDPE) Pipe Polypropylene Storm Sewer Pipe Where specified on the Plans storm drain pipe shall be PVC pressure pipe conforming to the requirements of Section 9-30.1(5)A and Ductile Iron conforming to the requirements of Section 9-30 1(1) G.\PROJECTS\2013\13048\Spec. Docx 6-52 UNDERDRAIN INFILTRATION SYSTEM MATERIALS Pipe Perforated Corrugated Polyethylene Underdrain (CPEP) pipe, couplings, and fittings shall comply with all the requirements of Section 9-05.2(8) of the Standard Specifications. Drain Rock: Drain rock for use as backfill for the perforated underdrain pipe in the infiltration trench system shall be clean coarse aggregate conforming to the requirements of Gravel Backfill for Drywells, as specified in Section 9-03.12(5) of the Standard Specifications Construction Geotextile. Geotextile fabric for underground infiltration systems shall be moderate survivability, Class A as specified in Section 9-33.2(1) 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing 7-04.3(1)A General Supplement this section with the following. No infiltration or exfiltration test will be required for storm drain pipe 7-05.4 Measurement Replace the first paragraph of this section with the following. Manholes will be measured per each, regardless of height. 7-04.5 Payment Supplement this section with the following The unit contract price per linear foot "Storm Sewer Pipe 12 In Diam.," shall be full compensation for all labor, tools, equipment, and materials necessary to complete this item in place as shown on the Plans, including trench excavation and backfilling, trench dewatering, imported pipe bedding material in the pipe zone, fittings, compaction, and the connection to new or existing manholes and catch basins The unit contract price per linear foot "Underdrain Pipe Infiltration Trench System 12 In. Diam.," shall be full compensation for all labor, tools, equipment, and incidental costs required to construct the infiltration trench system, including excavation, dewatering, drain rock, geotextile fabric, plastic membrane, fittings, perforated underdrain pipe, connection to manholes or catch basins, backfilling and compaction, complete in place, as show on the Plans and as specified herein Payment for "Select Backfill, as Directed" shall 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 "Shoring or Extra Excavation" shall be paid for by the linear foot. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.2 Materials Supplement this section with the following Metal Castings. Cast iron covers for storm drain manholes and Type 2 catch basins shall be stamped "STORM " G.\PROJECTS\2013\13048\Spec. Docx 6-53 Grate Inlets and Drop Inlets All catch basins shall have vaned grates in accordance with WSDOT Standard Plan B-30.30-01 or B-30 40-01 at locations with flow from two directions. Precast Concrete Manhole Stormwater pretreatment manholes shall be approved by the Washington State Department of Ecology (DOE) with a General Use Level Designation (GULD), capable of 50% removal of fine (50 micron mean size) and 80% removal of coarse (125 micron mean size) total suspended solids (TSS) for influent concentrations greater than 100 mg/L, but less than 200 mg/L, as required by DOE. Pretreatment manholes shall be constructed of pre -cast concrete manhole sections, flat top slab, and adjustment sections (similar to WSDOT Catch Basin Type 2, Standard Plan B-10.20-01), with cast iron covers as described above. The pretreatment insert shall be constructed of fiberglass and/or steel materials that are corrosion resistant. Manhole safety steps shall be provided as shown on the Plans and the pretreatment insert shall act as a platform for maintenance purposes The basis of design for this project is the 48 -inch diameter Contech CDS model 2015-4 Approved alternate pretreatment manholes include Stormceptor, Hydro International Downstream Defender, and Aqua -Swirl Concentrator All required elevation adjustments with the use of approved alternate products(s) shall be the responsibility of the Contractor. The pretreatment manhole shall be capable of handling the specified water quality flows and shall incorporate a bypass within the unit to handle the specified peak flows The pretreatment manhole shall be capable of incorporating multiple inlets/outlets, with the inlet and outlet pipes at 90 degrees to each other Access to pretreatment insert ports and openings for maintenance shall be achieved through the cast iron cover(s) 7-05.3 Construction Requirements 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Supplement this section with the following: The Contractor shall establish reference points for the center of each utility appurtenances before their removal for the purpose of relocation for final adjustment to final grade. Manholes, water valve boxes, catch basins, and similar utility appurtenances and structures shall not be adjusted until the asphalt pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of frame plus two (2) feet. The frame shall be placed on cement concrete blocks or adjustment rings and brought up to the desired grade The base materials shall be removed and Class 3000 cement concrete shall be placed as shown in the Plans. On the following day, a tack coat of asphalt shall be applied to the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting HMA CI 1/2 -Inch asphalt concrete shall then be placed and compacted with hand tampers and a patching roller The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be sealed with emulsified asphalt and shall be immediately covered with dry paving sand before the tack has broken. Utility appurtenances outside paved areas shall be adjusted to match the finish grade of the area surrounding the structure as shown on the Plans. The utility cover shall be cleaned of all concrete prior to acceptance. G:\PROJ ECTS\2013\13048\Spec.Docx 6-54 7-05.4 Measurement Replace the first paragraph of this section with the following: Manholes will be measured per each, regardless of height. 7-05.5 Payment Supplement this section with the following The unit contract price per each for "Manhole 48 In. Diam. Type 1", shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the manhole to the depth shown on the plans including, but not necessarily limited to, sawcutting, removal of HMA pavement, excavation, structural shoring or extra excavation, dewatering, fittings, crushed surfacing top course, manhole, steps, adjustment rings, mortar, grout, installing city provided frame and cover, collar, adjustment to finished grade, backfill, compaction, and removal of excess material as shown on the Plans and specified herein. The unit contract price per each for "Doghouse Manhole 48 In Diam ", shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the manhole on the active pipeline as shown on the plans including, but not necessarily limited to, sawcutting, removal of HMA pavement, excavation, structural shoring or extra excavation, dewatering, crushed surfacing top course, reinforcement, cement concrete base, manhole, coring for outlet pipe, fittings, steps, cutting and removing top half of active pipeline as directed, cutting and removing pipe and constructing channel as directed, adjustment rings, mortar, grout, frame and cover, collar, adjustment to finished grade, backfill, compaction, and removal of excess material as shown on the Plans and specified herein The unit contract price per each for "Sampling Manhole", shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the manhole to the depth shown on the plans including, but not necessarily limited to, excavation, structural shoring or extra excavation, dewatering, fittings, crushed surfacing top course, precast manhole, adjustment rings, mortar, grout, frame and cover, collar, adjustment to finished grade, backfill, compaction, and removal of excess material as shown on the Plans and specified herein. The unit contract price per each for "Pretreatment Manhole 48 In Diam ", shall be full compensation for all labor, tools, materials, equipment and incidentals necessary for a complete installation of the pretreatment unit as specified in this section. In addition to the items listed above for measurement and payment for catch basin and manhole construction, payment per each shall be full compensation for foundation construction including crushed surfacing and cement concrete, excavation and backfilling, adjustment of the manhole to finished grade including trimming and removal of HMA pavement, cement concrete pad, tack coat, and replacement of HMA pavement, complete and in place. Shoring or extra excavation shall be included in the unit price bid for "Shoring or Extra Excavation," as measured per linear foot of pipeline installed, and no separate payment will be made for that work required for manhole construction. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 7-08.3(1)C Bedding The Pipe Delete paragraphs two and three of this section and replace with the following. Imported pipe zone bedding 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 G:\PROJECTS12013\13048\Spec. Docx 6-55 Pipe zone bedding material for rigid pipes shall be native or imported gravel backfill material meeting the requirements of Section 9-03 12(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. Existing utilities of record, except services, are shown on the Plans. These are shown for convenience only, and the Engineer assumes no responsibility for improper locations or failure to show utility locations on the Plans When utility services occupy the same space as the new utility main, 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, and such damage shall be repaired at the Contractor's expense. The Contractor shall pothole all potential utility conflicts and connections prior to the installation of new pipe. All costs associated with the potholing shall be incidental to the costs of the mainline. Any damage to existing cement concrete curb and gutter and/or sidewalks resulting from the Contractor's operations shall be repaired at the Contractor's expense. 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). When a trench is not backfilled the day of pipe installation, the Contractor shall cover trenches overnight with steel plating, leaving no trenches open Barricades and/or warning tape will not be acceptable 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. G:\PROJECTS\2013\13048\Spec. Docx 6-56 Payment for mechanical compaction shall be included in the unit price bid for the specified pipe. 7-08.3(6) Existing Utilities (New Section) The following new section shall be added to the Standard Specifications. Existing utilities of record, except services, are shown on the Plans. These are shown for convenience only, and the Engineer assumes no responsibility for improper locations or failure to show utility locations on the Plans. When utility services occupy the same space as the new pipe, the Contractor shall complete necessary excavation to fully expose such services. The Contractor shall protect said services, and work around them during excavating and pipe laying operations. Any damages to services resulting from the Contractor's operation shall be reported to the appropriate utility. Such damage shall be repaired at the Contractor's expense 7-08.4 Measurement Delete the last paragraph and replace it with the following. Shoring or extra excavation will be measured by the linear foot. Supplement this section with the following. There will be no separate measurement or payment for dewatering operations by the Contractor. All costs associated with dewatering operations shall be included in the various bid items associated with the work. There will be no separate measurement or payment for sawcutting the existing asphalt concrete roadway at drainage and utility crossings. AD 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 ninth paragraph 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. G:\P ROJ ECTS\2013\13048\Spec. Docx 6-57 1 1 1 1 1 1 1 1 1 1 1 1 1 r 1 1 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 7-17 SANITARY SEWERS 7-17.1 Description This section is supplemented with the following: The term "sewer(s)" and "sanitary sewer(s)" shall mean the same. 7-17.2 Materials Pipe approved for use on this project shall be as follows: PVC Industrial Waste Pipe (Sanitary Sewer Pipe). Polyvinyl chloride pipe with flexible gasketed joints shall conform to the requirements of Section 9-05.12(1) of the Standard Specifications. PVC fittings for PVC industrial waste pipe such as wyes, plugs, caps, etc., shall be flexible gasket joint fittings acceptable for use and connection to PVC pipe. Pipe transition couplings shall be Romac LSS1 or approved equal. Detectable Marker Tape Marker tape shall be a detectable type and shall be marked "SEWER," and shall conform to Section 9-15 18 of the Standard Specifications Plug Valves All plug valves shall be tight -closing, resilient -seated, non -lubricating, and shall be of eccentric design such that the plug rises off the seat contact area immediately upon shaft rotation during the opening movement. The valve should rotate 90 degrees from the full -open to full -closed position. Valves shall have a rectangular shaped port, minimum 80% of pipe diameter Valves shall be Clow, M&H, Dezurik or approved equal. Eccentric plug valves shall be epoxy coated cast iron conforming to ASTM A126, Class B, or type 316 stainless steel conforming to ASTM A743, Grade CF -8M. Plugs shall be encapsulated in rubber and all shaft bearings shall be type 316 stainless steel All valves shall have mechanical joint ends conforming to AWWA C111 as shown on the Plans. All valves shall open counter -clockwise and shall be provided with a 2 -inch square operating nut. Valve Boxes. The top section of the valve boxes shall be Olympic Model 940, or approved equal, 18 inches high The bottom section shall be Olympic Model 940, or equal, 36 inches high Extension sections shall be Olympic Model 940, or equal, 12 inches high Valve stem extensions shall be provided per Section 9-30.3(6), where necessary. The valve box cover shall be Olympic Model 940, or approved equal. 7-17.3 Construction Requirements 7-17.3(2)A General Delete the first paragraph and replace it with the following All sewer pipes and appurtenances shall be cleaned and tested after backfilling by either the exfiltration or low pressure air method at the option of the Contractor Deflection testing shall be done by pulling a steel mandrel through the pipe, minimum 15 days after completion of backfill and compaction. All testing shall be witnessed by the Engineer. G:\PROJECTS\2013\13048\Spec. Docx 6-58 7-17.3(2)1 Bypass Pumping (New Section) The following new section shall be added to the Standard Specifications The Contractor shall submit a plan for bypass pumping and/or diversion at the preconstruction meeting for the Engineer's review. The Engineer's review is for content only and does not relieve the Contractor of his/her responsibilities to design an adequate system Any damage resulting from bypass operations shall be addressed by the Contractor, at the Contractor's expense. The Engineer and Contracting Agency shall be held harmless for any damage caused by the loss of service, either mainline or lateral, during the process. The bypass pumping and/or diversion plan must be specific and shall include, but not be limited to, the following details. a. Schedule for installation and maintenance of bypass pumping system b. Staging areas for pumps. c. Bypass pump sizes, capacity, number of each size to be on site and power requirements. d. Road crossing details, if applicable e. Plugging methods and bypass time duration for each section f Size, length, material, location and method of installation for suction and discharge piping g Method of noise control for each pump and/or generator (If work is performed between the hours of 10:00 p m. and 7.00 a.m during weekdays or between the hours of 10:00 p.m and 9:00 a.m on weekends or holidays.) h. Emergency response plan to be followed in the event of a failure of the bypass pumping and/or diversion system The Contractor's plan for bypass pumping shall be satisfactory to the Engineer before the contractor shall be allowed to commence bypass pumping The Contractor shall notify the Engineer 24 hours prior to commencing bypass pumping operation The Contractor, when and where required, shall provide diversion for flows. The pumps and by-pass lines shall be of adequate capacity and size to handle all flows. The level in the bypass pumping manhole shall not be allowed to rise more than one (1) foot above the crown of the incoming pipe. At each location, a backup pump will be required in case one pump fails. Plugging the sewer main at an existing upstream manhole or providing a temporary opening in the upstream line, and pumping the flow into a downstream manhole or adjacent system shall make the bypass. The Contractor shall be responsible for continuity of service to each facility connected to the section of pipe during the execution of the work. If backup occurs and enters buildings, the Contractor shall be responsible for clean-up, repair, property damage cost and claims. When bypassing sewer mains, the Contractor shall: A. Identify all active laterals. Active laterals shall not be disconnected, plugged, or subject to any other service interruption during the period from 5 00 P M. to 9:00 A.M B Coordinate activities with impacted properties. Property owners shall be notified that their side sewer will be out of service at least 24 hours prior to service interruption Written notification shall include date, time, and estimated duration of service disruption It shall also include the appropriate information concerning the Contractor, including a 24-hour emergency number for contacting the Contractor or his representative. The Contractor shall provide piping and bridging for bypass pumping to minimize the impact to traffic. The Engineer has limited flow data for some of the pipe sections as shown on the Plans. G \PROJECTS\2013\13048\Spec. Docx 6-59 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 7-17.3(2)J Valves (New Section) The following new section shall be added to the Standard Specifications. Valves. The Contractor shall coordinate with the City of Yakima in operating new valves. Valve Boxes: Valve boxes should be set to position during backfilling operations so they will be in a vertically centered alignment to the valve operating stem. The Contractor shall keep the valve boxes free from debris caused by the construction activities. All valve boxes will be inspected during final walk-thru to verify that the valve box is plumb and that the valve wrench can be placed on the operating nut. Adjustment to Grade. The Contractor shall adjust all valve boxes to the match final grade of the surrounding area. 7-17.3(6) Existing Utilities (New Section) The following new section shall be added to the Standard Specifications. Existing utilities of record, except services, are shown on the Plans These are shown for convenience only, and the Engineer assumes no responsibility for improper locations or failure to show utility locations on the Plans. When utility services occupy the same space as the new sewer main, 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. 7-17.4 Measurement Delete the second paragraph and replace it with the following. There will be no separate measurement for testing. No specific unit of measurement will apply to the lump sum bid item of "Sanitary Sewer Bypass" 7-17.5 Payment Add the following to the first paragraph: "C900 PVC Sanitary Sewer Pipe 8 In. Diam.", per linear foot. The lump sum contract price for "Sanitary Sewer Bypass", shall be full compensation for all labor, tools, materials, and equipment necessary to furnish, install, and operate the complete bypass without backup of existing sewer including, but not necessarily limited to pumping plan, pumping equipment, installation and removal of pump and lines, and traffic control associated with the bypass pumping. The unit contract price per each for "8 -Inch Plug Valve and Valve Box", shall be full pay for all work to furnish and install the valve complete in place, including excavation, dewatering, existing pipe removal, bedding, jointing and laying, testing, backfill, compaction, valve nut extension, valve box, and final adjustment to finished grade. The unit price bid per each for "Adjust Valve Box," shall be full pay for all work to adjust the existing water valve box to final grade, including sawcutting pavement, excavation, dewatering, adjustment, riser, cleaning, backfill, compaction, valve nut extension, cement concrete, hot mix asphalt and raking the immediate area in non -pavement areas. G:\PROJECTS\2013\13048\Spec. Docx 6-60 Delete the second paragraph and replace it with the following The unit contract price per linear foot for sewer pipe shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the PVC pipe and fittings including, but not necessarily limited to, sawcutting, trench excavation, protecting, stabilizing, and supporting existing utilities, structures, poles, and utility services to remain, dewatering, pipe zone bedding, laying and jointing the pipe and fittings, transition couplings, backfill and compaction, manhole invert elevation adjustments, connection to new and existing manholes and sampling ports, detectable marking tape, testing, and removal and disposal of excess material as shown on the Plans and specified herein Controlled density fill and related work shall be incidental to the sewer pipe unit contract price. This section is supplemented 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 infiltration/exfiltration, deflection, and televising as required Payment for temporary cold mix asphalt required for unrestricted use of roadways shall be incidental to other work items. 7-18 SIDE SEWERS 7-18.3 Construction Requirements 7-18.3(1) General Supplement this section with the following. Side sewers shall not be backfilled prior to inspection by the Resident Engineer All deficiencies shall be corrected as directed by the Engineer prior to the backfilling and acceptance of the side sewer 7-18.3(3) Testing Delete this section and replace it with the following: Side sewers shall be tested up to the termination point, or nearest joint thereto, simultaneously with the sewer main, for the required exfiitration test. The Contractor shall provide all fittings necessary to test the side sewers as outlined in Section 7-17 3(2) of the Standard Specifications. All necessary test fittings shall be removed and all openings plugged at the completion of the test. 7-18.3(4) Extending Side Sewers Into Private Property Supplement this section with the following The Contractor shall provide at least three (3) days notice to a property owner in advance of when construction will take place on the owner's property, but no more than seven (7) days notice. Side sewer stub ends (future connections) shall be marked with an 18" long section of #4 rebar buried vertically with the top of the rebar set 6" below the finished surface The Contractor shall use extreme care when working on private property and minimize the extent of the on-site construction activities. All items damaged shall be repaired or replaced at no cost to the Contracting Agency or Property Owner. Prior to excavating for the side sewer, the Contractor shall remove all existing topsoil to a depth of at least 6 inches and stockpile. After backfilling operations are complete, the topsoil shall be replaced and all rocks, clods, and other deleterious materials shall be removed. The ground surface shall be restored to grade, raked to a uniform surface, and left in a condition ready to accept the property G:\PROJECTS\2013\13048\Spec. Docx 6-61 owner's landscaping improvements. No payment will be made for side sewers on a given parcel until the Engineer has accepted the final surface conditions. 7-18.5 Payment Replace this section with the following Payment shall be made in accordance with Section 7-17.5 of these Technical Specifications 7-19 SEWER CLEANOUTS 7-19.1 Description Supplement this section with the following Cleanouts shall be Solid Wall PVC Sanitary Sewer Pipe in conformance with Section 7-17. Provide side sewer cleanouts where shown on the Plans, or as directed by the Engineer. 7-19.2 Materials Delete this section and replace it with the following Cleanouts shall be Solid Wall PVC Sanitary Sewer Pipe 7-19.5 Payment Delete the third paragraph and replace it with the following The unit contract price per each for "Sewer Cleanout", shall be full compensation for all labor, tools, equipment, and materials necessary to complete this item in place, as shown on the Plans, including excavation, wye, pipe bends, reducer, pipe, pipe plug and fittings, castings, and collar. 7-24 CURED IN PLACE PIPE (CIPP) (NEW SECTION) The following new section shall be added to the Standard Specifications* 7-24.1 Description This work shall consist of rehabilitating existing sewer lines by constructing cured in place pipe (CIPP) in accordance with the Plans, Standard Specifications, and Special Provisions at the locations shown on the Plans. It is the intent of this specification to provide for the rehabilitation of pipelines by the installation of a resin -impregnated flexible tube, which is tightly formed to the original pipe inside wall. The term "tube(s)" shall mean the same as liner(s) 7-24.1(1) Manufacturer/Installer Qualification Requirements In order to minimize the Owner's risk, only Proven products and installers with substantial successful long-term track records with CIPP construction will be deemed qualified by the Owner. Products and Installers must meet the following criteria. 1 For a Product to be considered as Proven, a minimum of five successful previous wastewater collection system projects of a similar size and scope of work shall have been performed and documented to the satisfaction of the Owner. In addition, the products must provide third party test results supporting the structural performance (short-term and Tong -term) of the product and such data shall be satisfactory to the Owner A product is considered proven if it has been successfully installed without any defects for a minimum of four (4) years. G:\PROJECTS\2013\13048\Spec. Dacx 6-62 2. For an Installer to be considered as Proven, the Installer must have at least five (5) years active experience in CIPP commercial/industrial/municipal installations. In addition, the Installer must have successfully installed at least 50,000 feet of CIPP in wastewater collection systems. Documentation of experience and installation history must be submitted to the Owner with the Bid Proposal Installer's project managers must have a minimum of two (2) years of CIPP installation experience and must be on-site during the installation of the CIPP products. Documentation for products and installers demonstrating fulfillment of above criteria must be submitted with the Bid Proposal Package to be considered responsive The Contracting Agency will reject any submitted Bid Proposal not containing such required documentation. 7-24.1(2) Referenced Documents The following documents form a part of this specification, to the extent stated herein, and shall be the latest editions thereof. Where differences exist between standards, the one affording the greatest protection to the owner shall apply, as determined by the Engineer. ASTM F1216 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Inversion and Curing of a Resin -Impregnated Tube. ASTM F1743 Standard Practice for Rehabilitation of Existing Pipelines and Conduits by the Pulled -in - Place Installation of Cured -in -Place Thermosetting Resin Pipe (CIPP) ASTM D638 Standard Test Method for Tensile Properties of Plastics. ASTM D790 Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. ASTM D792 Standard Test Methods for Density and Specific Gravity of Plastics by Displacement. ASTM D2990 Standard Test Methods for Tensile, Compressive, and Flexural Creep and Creep - Rupture of Plastics ASTM D5813 Standard Specification for Cured -in Place Thermosetting Resin Sewer Pipe 7-24.1(3) Submittals Post -bid and Pre -work Submittals The following is a list of submittals that shall be submitted to the Engineer following contract award and prior to the preconstruction meeting: 1. All design calculations, including liner size, wall thickness, resin volume requirements and all assumptions of the liner pipe shall be submitted for the Engineer's review 2. The Contractor shall furnish, prior to use of the lining materials, a manufacturer's certification that the CIPP liner and resin have been manufactured, sampled and tested in accordance with ASTM F1216 or ASTM 1743 and in accordance with ASTM D5813. 3. The seal material and method of installation for pipe ends sealing shall be submitted for approval by the Engineer 4 The Contractor shall submit test results from previous field installations of the same resin system and tube materials as proposed for the actual installation Field sampling procedure shall be in accordance with ASTM F1216 or ASTM 1743 and in accordance with ASTM D5813. 5. The Contractor shall submit the liner system manufacturer's calculations for the volume of resin to be used for each segment including the calculated amount of excess resin necessary to achieve full saturation. The volume calculations must be based on required finished liner characteristics and Gs\PROJECTS\2013\13048\Spec. Docx 6-63 should account for tube void space, the structural condition of the host pipe, and predicted changes in the resin's physical and chemical characteristics due to polymerization. 6 The Contractor shall submit catalog data and manufacturer's technical data showing complete information on material composition, physical properties, and dimensions of system components of the tube and resin system. Include the manufacturer's recommendation for handling, storage, temperature control, wetout, insertion, curing, cool down information, reinstatement of sewer lateral methods, trimming, finishing, and repair of damaged liner. Include data on the maximum allowable stresses and elongation of the tube Specify resin color to be used. 7. The Contractor shall submit a detailed plan including schedule and locations of the wetout process Include manufacturer's wetout recommendations the roller gap, material feed speed and vacuum requirements for each liner size and thickness. 8 The Contractor shall submit a detailed plan of the pipe lining and curing process. The description must include the resin manufacturer's curing cycle with temperatures and pressure requirements at intervals of no less than every 15 minutes. The curing cycle must be specific to each liner segment and address project design parameters and site conditions. Include a contingency curing cycle in the event temperatures fall over or under the liner system manufacturer's recommendations Identify in the description the type of temperature sensors that will be used, their proposed locations, and recording method and/or equipment. 9. When a grout sealing method is proposed, the Contractor shall submit certification from the grout manufacturer or supplier that the proposed grout material for sealing structures and side sewers is compatible with the proposed resin and liner system, and is suitable for use in aqueous environments. 10 The Contractor shall submit bypass pumping and/or diversion plans per Section 7-17 3(2)1 11. The Contractor shall submit an overall plan that identifies the liner insertion locations, bypass pumping locations, traffic control and construction methods with sufficient detail to assure that the work can be accomplished without damage to the environment or traffic safety hazards. 12 The Contractor shall submit a liner repair plan, including a detailed description of methods and materials required to repair typical minor liner damage, such as isolated installation tears Tess than 4 inches in length and no more frequent than one in one -hundred Linear feet; isolated discrete blisters, isolated areas of pinholes; isolated areas of dry tube, and isolated soft spots. Include in the repair plan a method of repairing trimmed wrinkles and fins. Provide the CIPP liner system manufacturer's recommendations for liner repairs. Implementation of the plan will be subject to the Engineer's approval, prior to making each repair. 13. The Contractor shall outline the mitigation procedure to be implemented in the event of key equipment failure during the project. During -work Submittals 1. The Contractor shall perform Closed Circuit Television (CCTV) inspection after cleaning of the sewer lines to document the condition of the host pipe Verify interior diameter, determine ovality, and determine requirements for point repairs, if there is any. The Contractor shall submit the CCTV inspection, prior to the installation of the CIPP This submittal shall consist of a standard DVD for each sewer main section between manholes. Pipe inspection reports shall also be included in the submittal package, along with a hard copy map showing pipe type and distances from the center of manhole to center of lateral or defect. 2. The Contractor shall submit a host pipe point repair plan, discovered during pre -installation video inspection, including proposed method of infiltration control. 3. The Contractor shall submit to the Engineer the signed wetout sheet for each liner delivered to the site The certified wetout sheet shall include, but is not limited to, wetout date, resin identification, fabric tube length, diameter, and thickness. Additionally, the Contractor shall submit a sample wetout G:\PROJECTS\2013\13048\Spec.Docx 6-64 sheet from a previous job for the Engineer's review prior to the start of the wetout process for the current project. 4. The Contractor shall submit certified copies of all cure logs of the installed liner submitted upon completion of each lined segment. Cure logs shall be submitted within 48 hours of each liner segment installation Post -work Submittals 1 The Contractor shall submit certified test results of the CIPP liner material from the actual installed liner within fifteen (15) working days to the Engineer for review 2. CCTV Inspection — An internal television inspection shall be performed by the Contractor after lining installation is completed and submitted to the Engineer. 7-24.2 Materials Tubing Tubing shall meet the requirements of ASTM F1216 or ASTM F1743, Section 5 and ASTM D 5813 Sections 5, 6, and 8 The outside layer of the fabric tube shall be coated with an impermeable, flexible membrane that will contain the resin and facilitate vacuum impregnation and monitoring of the resin saturation during the resin impregnation (wetout) procedure. The fabric tube felt shall be homogeneous across the entire wall thickness containing no intermediate or encapsulated elastomeric layer. No material shall be included in the fabric tube that may cause de- lamination in the cured CIPP The outside of the fabric tube shall be marked with the name of the manufacturer. Tubes must be manufactured in the USA. The minimum length of the fabric tube shall be that deemed necessary by the installer to effectively span the distance from the starting manhole to the terminating manhole or access point, plus that amount required to run-in and run -out for the installation process. The tube shall be fabricated from materials which when cured, will be chemically resistant to withstand internal exposure to sewage gases containing quantities of hydrogen sulfide, carbon monoxide, methane, petroleum hydrocarbons, saturation with moisture, diluted sulfuric acid, and other chemical reagents determined by the Engineer. The tube shall be free of all visible tears, holes, cuts, foreign materials, and other defects. Resin The resin shall be corrosion resistant polyester, that when properly cured within the fabric tube composite meets the requirements of ASTM F1216 or ASTM F1743, the physical properties herein, and those, which are to be utilized in the design of the CIPP for this project. The resin shall produce CI PP that will comply with the structural and chemical resistance requirements of this specification The resin/liner system shall meet the 10,000 hour test in accordance with Section 8.2.2 Test Methods of ASTM D5813 The activated resin shall contain a colorant compatible with the resin, organic peroxides installation, and curing process, such as Creallova CHROMA CHEM 844-7260 Phthalo-Blue, or equivalent, at a level of 0.01-0.035% by the weight of the resin. The colorant shall be added concurrently with the organic peroxide activator solution, or immediately after adding to it to the resin, to serve as a multi-purpose visual quality assurance indicator. G'\PROJECTS\2013\13048\Spec. Docx 6-65 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 7-24.3 Construction Requirements Installation of the liner shall be performed by a Contractor fully licensed or certified by the liner manufacturer The Contractor shall be experienced with the means and methods of the materials utilized and the recommended installation procedures The Contractor shall schedule the installation of the cured in place pipe (CIPP) during low flow hours/periods to minimize sewer bypass loading At the time of installation, the liner pipe shall be homogeneous throughout, uniform in color and free of defects. Liner pipes shall be properly stored and handled to prevent damage, in accordance with the manufacturer's recommendations and as approved by the Engineer All pipe rejected by the Engineer shall be promptly removed from the project site, at the Contractor's expense, and disposed of in accordance with current applicable regulations 7-24.3(1) Structural Requirements The CIPP thickness shall be designed per ASTM F1216, and any additional requirements set forth in these specifications. The CIPP design shall assume no bonding to the original pipe wall. The bond between tube layers shall be strong and uniform. All layers, after cure, must form one homogeneous structural pipe wall with no part of the tube left unsaturated by resin. The required structural CIPP wall thickness shall be based, as a minimum, on the structural properties in Table 1 of ASTM F1216, the Design Equations in the Appendix of ASTM F1216, and the following design parameters: Design Safety Factor 2 0 Long -Term Flexural Modulus Retention Factor 50% Ovality As per Contractor's review of CCTV inspection or 2%, whichever is greater Modulus of passive soil reaction 1,000 psi Groundwater Depth Assume at 10 feet Soil Depth (above the crown) See plans Live Load H2O Highway Loading Soil Load (assumed) 130 Ib/cf Minimum service life 50 years Design condition Fully deteriorated No soils investigations have been performed related to this project. 7-24.3(2) Existing Pipe Condition Appendix D provides photos of the existing pipe to be rehabilitated, which were obtained during video inspection completed by the Owner. The photos are meant to provide a general idea of the pipe condition. The Contractor shall review the photos to determine the existing pipe condition No grease was observed in the television inspection. The Engineer has a DVD video disk of the television inspection of the pipe to be rehabilitated. The disk is available for review by prospective Contractors by request. 7-24.3(3) Preparation Property Owner Notifications The Contractor shall notify all property owners, household residents and/or businesses that may be affected by temporary service line disconnections or plugging. The notification shall be received by the property owner/occupant not less than 24 hours prior to the service disruption. G:\PROJECTS\2013\13048\Spec.Docx 6-66 Written notification shall include date, time, and estimated duration of service disruption. It shall also include the appropriate information concerning the Contractor, including a 24-hour emergency number for contacting the Contractor or his representative. Cleaning and Material Disposal The Contractor shall be responsible for cleaning, inspecting, confirming the inside diameter and determining the condition of each manhole -to -manhole segment of the existing sewer to be lined. The word "clean" in this specification is defined as the removal of all accumulations including sludge, dirt, sand, rocks, asphalt, concrete, grease, roots, and any other solid or semisolid material in the pipe down to the parent material. It will be the Contractor's responsibility to make as many cleaning passes as necessary to meet the above definition of "clean" During sewer cleaning operations, precautions shall be taken by the Contractor in the use of cleaning equipment to avoid any damage to the pipe When using a high -velocity jet machine, it shall not remain stationary while cleaning the sewer line Sludge, dirt, sand, rocks, grease, and other solids or semi-solid material resulting from the cleaning operation shall be removed at the downstream manhole of the section being cleaned. Passing materials from manhole section to manhole section is not permitted If encountered, roots shall be removed in sewer lines. Special attention shall be used during the cleaning operation to assure removal of roots from the joints and side sewer connections. Procedures may include the use of mechanical equipment such as rodding machines, root cutters, and high -velocity jet cleaners. Protruding side sewer connections shall be removed either internally with a hydrojet cutter or by other internal remote methods approved by the Engineer. Trucks hauling solids or semi-solids from the site shall be watertight so that no leakage or spillage will occur Under no circumstances shall sewage or solids be dumped onto the ground surface, streets, catch basins, or storm drains Water Fire hydrants are available to supply water for this project. The Contractor shall use water from hydrants in accordance with Section 1-05 16 TV Inspection An internal television inspection shall be performed by the Contractor following sewer cleaning operation and after CIPP installation is completed. Manhole Protection The Contractor shall protect manholes from damage by forces generated by equipment, water, or air pressures used to perform the work. Resin Impregnation The wetout fabric tube shall meet ASTM F 1216, 7.2 or ASTM F 1743, 6.2 as applicable, and shall have a uniform thickness and excess resin distribution that when compressed at installation pressures will meet or exceed the design thickness after cure No dry or unsaturated layers shall be acceptable upon visual inspection as evident by color contrast between the felt fabric and the activated resin containing a colorant. The impregnated liner bag shall be transported to, and stored at, the site in such a manner that it will not be damaged, exposed to direct sunlight, or result in any public safety hazard The impregnated liner bag shall be kept cool during shipment and storage All materials shall be subject to inspection and review prior to installation G:\PROJECTS\2013\13048\Spec. Docx 6-67 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i 7-24.3(4) Installation CIPP installation shall be in accordance with ASTM F1216 and ASTM F1743, with the following additional requirements. Bypassing Sewage The Contractor shall submit a detailed of the bypass plan in accordance with Section 7-17.3(2)1, for the Engineer's review Point Repair If inspection reveals an obstruction that cannot be removed by conventional sewer cleaning equipment or by remotely performed point repair methods acceptable to the Engineer, then the Contractor shall make a point repair excavation to uncover and remove, or repair the obstruction Before any point repair excavation is pursued, the Contractor shall give the Engineer three (3) working days notice Each point repair shall proceed only with the Engineer's written authorization prior to the work being performed and shall be paid for in accordance with Section 1-04 4. Generally, the pipe and repair materials shall be the same inside diameter as the existing pipe. The Contractor shall provide a Romac clamp coupling, or equal at each end of the replaced section for connection to existing sanitary sewer. The replaced section of pipe shall however, provide a smooth transition from the existing pipe to the new pipe. Final Cleaning and Inspection The existing host pipe shall be cleaned again just prior to insertion of the liner A maximum of one hour may elapse between this final cleaning pass and the insertion of the liner After cleaning is complete, a final camera pass shall be made to verify the cleanliness of the line. This final inspection shall be available for the Resident Engineer in the TV truck. Prior to installation, remote temperature gauges (typically thermocouple probes) shall be installed at all exposed portions of the pipe (beginning and end of run) for each inversion/pull-in or run of installed liner pipe between the host pipe and the CIPP liner to monitor the temperatures during the cure cycle. Liner and host pipe interface temperature shall be monitored and logged during curing and cool down periods. Resin Impregnation The quantity of resin used for tube impregnation shall be sufficient to fill the volume of air voids in the tube with additional allowances for polymerization shrinkage and the loss of resin through cracks and irregularities in the original pipe wall. A vacuum impregnation process shall be used. A roller system shall be used to uniformly distribute the resin throughout the tube Tube Insertion The wetout tube shall be positioned in the pipeline using either inversion or a pull -in method The tube shall be pulled -in or inverted through an existing manhole or approved access point and fully extended to the next designated manhole or termination point. The Contractor shall protect the manholes to withstand forces generated by equipment, water, or air pressures used while installing the tube. If a lubricant is used during the installation process the Contractor shall submit material data to the Engineer for approval prior to its use. No petroleum based lubricants, such as mineral oil, shall be approved for use. The Contractor may be required to place an absorbent material in the area of installation (i.e., around truck area, gutter line, or where appropriate) If a pulling method is used, a cable shall be strung through the existing pipe to be rehabilitated and attached to the liner through an existing manhole or access point. The liner shall be pulled through the existing manhole and through the existing pipe by this cable. Care shall be taken not to damage the liner or host pipe during the installation. Liners installed in pipe segments that contain a vertical or horizontal curve shall utilize the inversion method only. Curing After CIPP pulling or inversion is completed, suitable heat source and distribution equipment shall be provided to distribute, or re -circulate, hot water or steam throughout the pipe in accordance with ASTM G.\PROJECTS \2013\13048\Spec. Docx 6-68 F1216 The equipment shall be capable of delivering hot water or steam throughout the section to uniformly raise the temperature above the temperature required to cure the resin. This temperature shall be determined by the manufacturer based upon the resin/catalyst system employed The curing of the CIPP must take into account the existing pipe material, the resin system, and ground conditions (temperature, moisture level, and thermal conductivity of the soil) The Contractor shall submit the cure and cool down periods as recommended by the resin manufacturer If an accelerant is used, the Contractor shall submit the adjusted cure and cool down periods based on the accelerant Manufacturer's recommendations. Recirculation of the hot water or steam shall be maintained continuously throughout this period During the cure process, the Contractor shall keep logs, charts, and/or graphs of the liner temperatures at the specified locations to insure that proper temperatures and cure times have been achieved Certified cure logs shall be submitted for each installed liner. Cool Down The Contractor shall cool the CIPP in accordance with the manufacturer's recommendations and ASTM F1216 The manufacturer's recommended cool down schedule shall be submitted to the Engineer for review. Workmanship The finished lining shall be continuous over the entire length of an installation run and be free of visual defects such as foreign inclusions, dry spots, pinholes, wrinkles, and de -lamination The lining shall be impervious and free of any leakage from the pipe to the surrounding ground or from the ground to inside the lined pipe Any defect, which will or could affect the structural integrity or strength of the linings, shall be repaired at the Contractor's expense, in a manner approved by the Engineer Sealing The beginning and end of the CIPP shall be cut flush at the inlet and outlet points in each manhole, and the ends sealed with a resin mixture compatible with the liner/resin system and shall provide a watertight seal The sealing material and installation method shall be submitted by the Contractor for approval consideration by the Engineer prior to start of construction Hydraulic cements and quick -set cement products are not acceptable. Sealing shall be incidental to other bid items. Reinstatement of Side Sewers After the CIPP has been properly cooled and air tested, the Contractor shall internally reinstate side sewer connections Internal reinstatement of laterals shall be performed by a qualified individual with experience in successful internal cuttings. The cutting device shall produce a neat and clean opening, 95% minimum and 100% maximum, of the same size and configuration of the existing side sewer The opening, when complete, shall be smooth with no rough edges that could cause debris to collect and cause future blockages. If reinstatement is delayed for any reason, it shall be the Contractor's responsibility to accommodate the property owner by by-passing their lateral, if needed, at no additional cost to the Owner During the Contractor's initial cleaning and video inspection, the Contractor shall coordinate with the City in determining active side sewers. The City will provide dye tablets to adjacent property owners for flushing to confirm connected side sewers. Only active side sewer connections will be reinstated. 7-24.3(5) Testing Requirements Air Test Once completely cured and cooled down, the CIPP shall be subject to an air test in accordance with Section 7-17 3(2)F of the Standard Specifications. Chemical Resistance The CIPP shall meet the chemical resistance requirements of ASTM F1216, Appendix X2 G:\PROJECTS\2013\13048\Spec.Docx 6-69 Field Samples The physical properties of the installed CIPP shall be verified through field sampling and laboratory testing. Each run shall have a sample taken at the downstream manhole, and one in the middle of a continuous run, through several manholes. Samples shall be taken from within a section of pipe of the same diameter as the pipe being rehabilitated, temporarily installed within manholes. All materials testing shall be performed at the Contractor's expense and by an independent third party laboratory approved by the Engineer The testing shall be in accordance with applicable ASTM test methods to confirm compliance with the requirements specified in ASTM F1216. The Contractor shall provide certified test results of the CIPP liner material from the actual installed liner within ten (10) working days to the Engineer for review. The laboratory results shall identify the test sample location as referenced to the nearest manhole and station Final payment for the project shall be withheld pending receipt and approval of the test results. If properties tested do not meet minimum requirements, the CIPP shall be replaced at no additional cost to the Owner 7-24.3(6) Post Inspection The Contractor shall perform a CCTV inspection in accordance with ASTM F1743, in the presence of the Resident Engineer following installation of the CIPP liner and reinstatement of side sewers. The Contractor shall use the same equipment used to perform the pre -installation video inspection. TV inspection reports for each individual sewer line shall be provided to the Engineer within ten (10) working days of the liner installation. The TV inspection report shall note the inspection date, location of all reinstated side sewers, debris, as well as any defects in the liner, including, but not limited to, gouges, cracks, bumps, or bulges. 7-24.3(7) Warranty The Contractor shall make all necessary repairs and replacements to remedy, in a manner satisfactory to the Engineer and at no cost to Owner, any and all defects, breaks, collapse, separation, leakage, or failures of the work occurring with one (1) year following the date of acceptance of the work due to: Faulty or inadequate materials or workmanship, and for damage or disturbances to other improvements under, within, or adjacent to the work, whether or not caused by settling, washing, or slipping, when such damage or disturbance is caused, in whole or in part, from activities of the contractor in performing his duties and obligations under this contract. When such defects or damage occur, within the time period described herein before, in any part of the surface or subsurface work done under the contract, or in any adjacent surface or subsurface improvements not included in the work under the contract, the contractor shall repair the same and the one-year warranty period required shall, with relation to such required repair, be extended one year from the date of completion of such repair 7-24.4 Measurement The length of cured in place pipe (CIPP) will be the number of linear feet of CIPP completed and tested, measured from center of manhole to center of manhole along a horizontal plane. 7-24.5 Payment Payment will be made in accordance with section 1-04 1, for each of the following bid items that are included in the proposal: The unit contract price per linear foot for "Cured in Place Pipe Rehabilitation 8 In. Diam." shall be full compensation for all labor, materials, tools, and equipment necessary to furnish and install the CIPP including, but not necessarily limited to, thickness design, submittals, notifications, resin colorant, sealing at manholes, and testing as shown on the Plans and specified herein. The unit contract price per linear foot for "Clean and Video Inspect Existing Main" shall be full compensation for all labor, materials, tools, and equipment necessary to complete this work including, but not necessarily limited to, pipe cleaning prior to installation, solid and debris removal and disposal, pre -installation television inspection, coordinating side sewer assessments with City, G:\PROJECTS\2013\13048\Spec. Docx 6-70 cleaning following testing, and post -installation television inspection as shown on the Plans and specified herein The unit contract price per each for "Reinstate Existing Side Sewer, Internal" shall be full compensation for all labor, materials, tools, and equipment necessary to complete this work including, but not necessarily limited to internal cutting, and bypassing side sewer as shown on the Plans and specified herein. Payment for sanitary sewer bypass of the existing pipe during cleaning, preparation, installation, inspection and testing of said CIPP shall be per section 7-17 5 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.5 Payment Replace with the following: All costs to comply with this section shall be considered incidental to the Contract. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.3 Construction Requirements 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways Supplement this section with the following Cement concrete traffic curb and gutter constructed on this project shall be as shown on the Details of the Plans. Full Height or "Barrier" cement concrete traffic curb and gutter as shown on the Details shall be used on the roadway as shown on the Pians. Depressed or "Driveway" cement concrete traffic curb and gutter as shown on the Details shall be used at all driveway and wheelchair ramp locations as shown on the Plans and as directed in the field by the Engineer. Cement concrete curb and gutter which does not comply with the section details on the Plans shall be removed and replaced at the Contractor's expense. A template shall be required to be placed at the back of curb for construction of driveway transitions from Barrier to Driveway curb and gutter The template shall extend from the bottom of curb to the top of the curb, and shall have a minimum length of 6 feet. The Contractor shall also be required to use a template at the back of Driveway/Depressed curb and gutter to ensure a straight and uniform back of curb in conformance with the Details. The new concrete curb and gutter shall be cured in accordance with Section 5-05.3(13)A of the Standard Specifications. Application of the curing compound shall be in accordance with the manufacturer's recommendations. First-class workmanship and finish will be required on all portions of concrete curb and gutter work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the judgment of the Engineer. The Contractor shall be required to construct a minimum 20 linear foot section of curb and gutter which demonstrates quality which is acceptable by the Owner and Engineer This "model" section will be referenced during construction for comparison to newly poured curb. If at any time it is found that quality is unacceptable, work shall be immediately stopped, and no additional curb and gutter shall be placed. Cement concrete curb and gutter which does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate first-class workmanship and finish, shall be removed and replaced at the Contractor's expense Should the Contractor's equipment or methods be unable to produce curb and gutter meeting the requirements of the Details and Specifications, no further curb and gutter construction will be allowed until corrections have been made to said equipment or methods. G:\PROJECTS\2013\13048\Spec.Docx 6-71 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. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.3 Construction Requirements Supplement this section with the following. The concrete driveway entrance/sidewalk shall be six (6) inches in thickness. New concrete driveways shown in the Plans shall be six (6) inches in thickness. 8-06.4 Measurement This section is supplemented with the following: Cement concrete panels and pavement will be measured by the square yard of finished surface 8-06.5 Payment Delete the first paragraph and replace it with the following: All work required for the construction of new cement concrete driveways shall be paid under the contract bid item "Cement Conc. Sidewalk 6 -Inch Thick," per square yard and no further payment shall be made Payment for crushed surfacing top course placed under concrete driveways shall be incidental to other items of work. The unit prices bid for "Cement Conc. Pavement" and "Cement Conc. Panel", per square yard, shall be full compensation for all labor, tools, materials, and equipment necessary to furnish and install the new concrete slab including, but not necessarily limited to, sawcutting, surface preparation, placement of cement concrete, rebar, tie bar, finishing, jointing and curing 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.1 Description This section is supplemented with the following: This work includes the installation of new chain link fence of varying types and heights, including a gate as shown on the Plans 8-12.5 Payment Add the following. "Chain Link Fencing, Including Gate" per Lump Sum. G:\PROJECTS 2013\13048\Spec.Docx 6-72 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. First-class workmanship and finish will be required on all portions of cement concrete sidewalk work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the judgment of the Engineer If at any time it is found that quality is unacceptable, work shall be immediately stopped, and no additional sidewalk shall be placed. Cement concrete sidewalk which does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate first-class workmanship and finish, shall be removed and replaced at the Contractor's expense. Should the Contractor's equipment or methods be unable to produce sidewalk meeting the requirements of the Plans and Specifications, no further sidewalk construction will be allowed until corrections have been made to said equipment or methods. 8-14.5 Payment Supplement this section with the following "Cement Conc. Sidewalk _-Inch Thick," per square yard. Payment for crushed surfacing top course placed under sidewalks and sidewalk ramps shall be incidental to other items of work. 8-22 PAVEMENT MARKING 8-22.1 Description Supplement this section with the following: This work includes furnishing and installing painted markings to match pre -construction markings, including permanent and temporary pavement markings as described in the Plans. 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, and furnishing and installing all painted markings, as shown on the Plans. G:\PROJECTS12013\13048\Spec.Docx 6-73 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8-30 CONTROLLED DENSITY FILL (NEW SECTION) The following new section shall be added to the Standard Specifications 8-30.1 Description Controlled Density Fill (CDF) shall be used in locations as shown on the Plans It shall be a mixture of Portland Cement, fly ash, aggregate, water, and admixtures proportioned to provide a non -segregating, self -consolidating, free-flowing material which will result in a hardened, dense, non -settling fill. 8-30.2 Materials Materials shall meet the requirements of the following Sections of the Standard Specifications Portland Cement 9-01 Type II Fly Ash Class F or C Aggregates 9-03.1 Water 9-25 Admixtures 9-23 6 8-30.3 Construction Requirements 8-30.3(1) Construction Materials The CDF shall be a mixture of Portland Cement, fly ash, aggregate, water, and admixtures which has been batched and mixed in accordance with Section 6-02 3 of the Standard Specifications. The following table provides a guideline for proportioning the Controlled Density Fill for this project. The final mix provided by the Contractor shall result in a material which is excavatable by machine with a maximum unconfined compressive strength of 300 psi. Water 50 gals per cubic yard Cement 50 lbs per cubic yard Fly Ash 250 lbs per cubic yard Aggregate 3,200 lbs per cubic yard The above table provides a guideline for the CDF mixture The weights shown are only an estimate of the amount to be used per cubic yard of CDF Actual amounts may vary from those shown as approved by the Engineer or approved mix data from similar projects which provided proper strength, workability, consistency, and density. 8-30.3(7) Placing Controlled Density Fill The floatable CDF shall be placed in the trench area where directed by the Engineer and brought up as shown on the Plans. In the cases where existing concrete slabs have been undermined by excavation, the Contractor shall install CDF and ensure that it has flowed completely under the slab. Mixing and placing may be started if weather conditions are favorable, when the temperature is at least 34°F and rising. At the time of placement, CDF must have a temperature of at least 40°F. Mixing and placing shall stop when the temperature is 38°F and falling. Each filling stage shall be as continuous an operation as practicable. CDF shall not be placed on frozen ground. 8-30.4 Measurement No unit of measurement shall apply for controlled density fill G:\PROJECTS\2013\13048\Spec. Docx 6-74 8-30.5 Payment 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. G.\PROJECTS\2013\13048\Spec. Docx 6-75 1 1 1 1 1 1 1 1 APPENDIX A 1 1 1 1 1 1 1 1 1 1 AMENDMENTS TO THE 2012 WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS G:\ PROJECTS 42013\13048‘Spec. Docx INTRO.AP1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2012 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. 1-01.AP1 Section 1-01, Definition and Terms August 5, 2013 1-01.2(2) Items of Work and Units of Measurement The following abbreviation in this section is deleted: ATB Asphalt Treated Base 1-01.3 Definitions The definition for "Bid Documents" is revised to read: The component parts of the proposed Contract which may include, but are not limited to, the Proposal Form, the proposed Contract Provisions, the proposed Contract Plans, Addenda, and, for projects with Contracting Agency subsurface investigations, the Summary of Geotechnical Conditions and subsurface boring logs (if any) The definition for "Superstructures" is revised to read. The part of the Structure above: 1. The bottom of the grout pad for the simple and continuous span bearing, or 2. The bottom of the block supporting the girder, or 3. Arch skewback and construction joints at the top of vertical abutment members or rigid frame piers. Longitudinal limits of the Superstructure extend from end to end of the Structure in accordance with the following criteria. 1. From the face of end diaphragm abutting the bridge approach embankment for end piers without expansion joints, or 2. From the end pier expansion joint for bridges with end pier expansion joints. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 Superstructures include, but are not limited to, the bottom slab and webs of box girders, the bridge deck and diaphragms of all bridges, and the sidewalks when shown on the bridge deck. The Superstructure also includes the girders, expansion joints, bearings, barrier, and railing attached to the Superstructure when such Superstructure components are not otherwise covered by separate unit measured or lump sum bid items. Superstructures do not include endwalls, wingwalls, barrier and railing attached to the wingwalls, and cantilever barriers and railings unless supported by the Superstructure 1 -02.AP1 Section 1-02, Bid Procedures and Conditions January 2, 2012 1-02.4(2) Subsurface Information The first two sentences in the first paragraph are revised to read If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data, soil sample test data, and geotechnical recommendations reports obtained by the Contracting Agency will be made available for inspection by the Bidders at the location specified in the Special Provisions. The Summary of Geotechnical Conditions, as an appendix to the Special Provisions, and the boring logs shall be considered as part of the Contract. 1 -03.AP1 Section 1-03, Award and Execution of Contract April 2, 2012 1-03.1(1) Tied Bids This section's title is revised to read: 1-03.1(1) Identical Bid Totals 1-05.AP1 Section 1-05, Control of Work August 6, 2012 1-05.13(1) Emergency Contact List The second sentence in the first paragraph is revised to read: The list shall include, at a minimum, the Prime Contractor's Project Manager, or equivalent, the Prime Contractor's Project Superintendent, the Erosion and Sediment Control (ESC) Lead and the Traffic Control Supervisor. 1 -06.AP1 Section 1-06, Control of Material August 5, 2013 1-06.1(3) Aggregate Source Approval (ASA) Database The last paragraph is revised to read the following two new paragraphs: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 Aggregate materials that are not approved for use in the ASA database may be sampled and tested by the Agency, for a specified use on a project, from the source or from a processed stockpile of the material and all cost for the sampling and testing will be deducted from the Contract. The Contractor agrees to authorize the Project Engineer to deduct the sampling and testing costs from any money due or coming due to the Contractor. 1-06.1(4) Fabrication Inspection Expense The first paragraph is revised to read. In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, Washington, the Contracting Agency will deduct from payment due the Contractor costs to perform fabrication inspection on the following items: • Bridge Bearings (Cylindrical, Disc, Fabric Pad, Pin, Pendulum, Rocker, and Spherical) • Cantilever Sign Structures and Sign Bridges • Epoxy -Coated Reinforcing Steel • Metal Bridge Railing and Handrail • Modular Expansion Joints • Painted Piling and Casing • Painted and Powder -Coated Luminaire and Signal Poles • Precast Concrete Catch Basins, Manholes, Inlets, Drywells, and Risers • Precast Concrete Drain, Perforated Underdrain, Culvert, Storm Sewer, and Sanitary Sewer Pipe • Precast Concrete Three Sided Structures • Precast Concrete Junction Boxes, Pull Boxes, Cable Vaults, Utility Vaults, and Box Culverts • Precast Concrete Traffic Barrier • Precast Concrete Marine Pier Deck Panels • Precast Concrete Floor Panels • Precast Concrete Structural Earth Walls, Noise Barrier Walls, and Wall Stem Panels • Precast Concrete Retaining Walls, including Lagging Panels • Prestressed Concrete Girders and Precast Bridge Components • Prestressed Concrete Piles • Seismic Retrofit Earthquake Restrainers • Soldier Piles • Steel Bridges and Steel Bridge Components • Steel Column Jackets • Structural Steel for Ferry Terminals, including items such as Dolphins, Wingwalls, and Transfer Spans • Treated Timber and Lumber 6 -inch by 6 -inch or larger • Timber • Additional items as may be determined by the Engineer The footnote below the table is revised to read' * An inspection day includes any calendar day or portion of a calendar day spent by one inspector inspecting, on standby, or traveling to and from a place of fabrication. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 An additional cost per inspection day will be assessed for each additional inspector. Reimbursement will be assessed at $280 00 per day for weekends and holidays for each on site inspector in travel status, but not engaged in inspection or travel activities when fabrication activities are not taking place 1-07.AP1 Section 1-07, Legal Relations and Responsibilities to the Public April 1, 2013 1-07.1 Laws to be Observed The following two sentences are inserted after the first sentence in the third paragraph. In particular the Contractor's attention is drawn to the requirements of WAC 296.800 which requires employers to provide a safe workplace. More specifically WAC 296 800.11025 prohibits alcohol and narcotics from the workplace 1-07.9(2) Posting Notices This section is revised to read: Notices and posters shall be placed in areas readily accessible to read by employees. The Contractor shall ensure the following are posted' 1. EEOC - P/E-1 (revised 11/09) - Equal Employment Opportunity is THE LAW published by US Department of Labor. Post for projects with federal -aid funding 2. FHWA-1022 (revised 11/11) - NOTICE Federal -Aid Project published by Federal Highway Administration (FHWA). Post for projects with federal -aid funding 3 WH 1321 (revised 04/09) - Employee Rights under the Davis -Bacon Act published by US Department of Labor. Post for projects with federal -aid funding 4. WHD 1088 (revised 07/09) - Employee Rights under the Fair Labor Standards Act published by US Department of Labor Post on all projects 5 WHD - 1420 (revised 01/09) - 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 01/12) — Employee Polygraph Protection Act published by US Department of Labor Post on all projects 7. F416-081-909 (revised 12/12) - Job Safety and Health Law published by Washington State Department of Labor and Industries. Post on all projects 8. F242-191-909 (revised 12/12) - Notice to Employees published by Washington State Department of Labor and Industries. Post on all projects AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 9. F700-074-909 (revised 12/12) - 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 04/12) - Unemployment Benefits published by Washington State Employee Security Department. Post on all projects 11. Post one copy of the approved "Statement of Intent to Pay Prevailing Wages" for the Contractor, each Subcontractor, each lower tier subcontractor, and any other firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW 39.12 because of the definition of "Contractor" in WAC 296-127-010 12. Post one copy of the prevailing wage rates for the project 1-07.9(5) Required Documents Item number 2. in the first paragraph is revised to read: 2. A copy of an approved "Affidavit of Prevailing Wages Paid", State L&I's form number F700-007-000. The Contracting Agency will not grant Completion until all approved Affidavit of Wages paid for Contractor and all Subcontractors have been received by the Project Engineer. The Contracting Agency will not release to the Contractor any funds retained under RCW 60 28 011 until all of the "Affidavit of Prevailing Wages Paid" forms have been approved by State L&I and a copy of all the approved forms have been submitted to the Engineer. 1-07.14 Responsibility for Damage The fifth paragraph is revised to read: Pursuant to RCW 4.24.115, if such claims, suits, or actions result from the concurrent negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the Contractor or the Contractor's agent or employees, the indemnity provisions provided in the preceding paragraphs of this Section shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of its agents and employees 1-07.15 Temporary Water Pollution/Erosion Control The third paragraph is deleted. 1-08.AP1 Section 1-08, Prosecution and Progress April 1, 2013 1-08.1 Subcontracting In the eighth paragraph, "Contracting Agency" is revised to read "WSDOT" 1-08.3(1) General Requirements The following new paragraph is inserted after the first paragraph: Total float belongs to the project and shall not be for the exclusive benefit of any party. 1-08.5 Time for Completion The last paragraph in this section is supplemented with the following AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors 1-08.7 Maintenance During Suspension The second paragraph is revised to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area safe, smooth, and unobstructed roadways and pedestrian access routes for public use during the suspension (as required in Section 1-07 23 or the Special Provisions.) This may include a temporary road, alternative pedestrian access route or detour. 1-09.AP1 Section 1-09, Measurement and Payment April 1, 2013 1-09.1 Measurement of Quantities The following new sentence is inserted after the sentence ""Ton" 2,000 pounds o avoirdupois weight": Items of payment that have "Lump Sum" or "Force Account" in the Bid Item of Work shall have no specific unit of measurement requirement. 1-09.2(5) Measurement The second sentence in the first paragraph is revised to read The frequency of verification checks will be such that at least one test weekly is performed for each scale used in weighing contract items of Work. 1-09.6 Force Account In item No. 3. For Equipment, the last sentence in the third sub -paragraph is revised to read In the event that prior quotations are not obtained and the vendor is a firm independent from the Contractor or Subcontractor, then after -the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of submitted invoice 3-01.AP3 Section 3-01, Production From Quarry and Pit Sites August 5, 2013 3-01.1 Description In the first paragraph, "asphalt treated base" is deleted. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 5-04.AP5 Section 5-04, Hot Mix Asphalt April 1, 2013 5-04.2 Materials The following material reference is deleted from this section Blending Sand 9-03.8(4) The fourth paragraph is revised to read: The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted 5-04.3(7)A1 General This section is supplemented with the following. The Contractor shall include the brand and type of anti -stripping additive in the mix design submittal and provide certification from the asphalt binder manufacture that the anti -stripping additive is compatible with the crude source and formulation of asphalt binder proposed in mix design. 5-04.3(7)A3 Commercial Evaluation The second sentence in the second paragraph is deleted. 5-04.3(10)B3 Longitudinal Joint Density The section including title is revised to read. 5-04.3(10)63 Vacant 5-04.3(11)D General The last sentence in the first paragraph is deleted. 5-04.3(12)A Transverse Joints In the second paragraph "planning" is revised to read "planing". 5-04.3(20) Anti -Stripping Additive This section is revised to read: Anti -stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to shipment to the asphalt mixing plant. For HMA accepted by statistical and nonstatistical evaluation the anti -stripping additive shall be added in the amount designated in the WSDOT mix design/anti-strip evaluation report provided by the Contracting Agency. For HMA accepted by commercial evaluation the Project Engineer will determine the amount of anti -strip to be added; paving shall not begin before the anti -strip requirements have been provided to the Contractor 5-04.4 Measurement The first sentence in the first paragraph is revised to read. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 HMA Cl. _ PG _, HMA for CI _ PG and Commercial HMA will 1 be measured by the ton in accordance with Section 1-09 2, with no deduction being I made for the weight of asphalt binder, mineral filler, or any other component of the ! ' mixture. The last paragraph is deleted. 5-04.5 Payment The bid item "Longitudinal Joint Density Price Adjustment", by calculation and paragraph following bid item are deleted 6-02.AP6 Section 6-02, Concrete Structures January 7, 2013 1 1 1 6-02.3(2) Proportioning Materials The Lean Concrete value in the column "Minimum Cemetitious Content (pounds)" in the table titled "Cementitious Requirement for Concrete" is revised to read: ****145 1 The following new note is inserted after the note "*** No maximum specified" in the table titled "Cementitious Requirement for Concrete": ****Maximum of 200 pounds The paragraph following the table "Cementitious Requirements for Concrete" is revised to read 1 When both ground granulated blast furnace slag and fly ash are included in the concrete mix, the total weight of both these materials is limited to 40 percent by weight of the total cementitious material for concrete Class 4000D and 4000A, and 50 percent 1 by weight of the total cementitious material for all other classes of concrete. 6-02.3(2)B Commercial Concrete The second paragraph is revised to read: Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases, Type PPB, PS, I, FB and RM signal standards, pedestals, cabinet bases, guardrail anchors, fence post footings, sidewalks, curbs, and gutters, the Contractor may use commercial concrete. If commercial concrete is used for sidewalks, curbs, and gutters, it shall have a minimum cementitious material content of 564 pounds per cubic yard of concrete, shall be air entrained, and the tolerances of Section 6-02.3(5)C shall apply 6-02.3(2)D Lean Concrete This section is revised to read: Lean concrete shall meet the cementitious requirements of Section 6-02 3(2) and have a maximum water/cement ratio of 2. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 1 1 1 1 1 1 6-02.3(4)A Qualification of Concrete Suppliers The first paragraph is revised to read Batch Plant Prequalification requires a certification by the National Ready Mix Concrete Association (NRMCA). Information concerning NRMCA certification may be obtained from the NRMCA at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. The NRMCA certification shall be valid for a 2 -year period from the date of certificate. The following documentation shall be submitted to the Project Engineer; a copy of the current NRMCA Certificate of Conformance, the concrete mix design(s) (WSDOT Form 350-040), along with copies of the truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices (including water meters) verification. 6-02.3(5)G Sampling and Testing Frequency for Temperature, Consistency, and Air Control The last sentence in the second paragraph is revised to read. Sampling shall be performed in accordance with WSDOT FOP for WAQTC TM 2 and random samples shall be selected in accordance with WSDOT TM 716. 6-02.3(14)C Pigmented Sealer for Concrete Surfaces This section is revised to read: The Contractor shall submit the pigmented sealer manufacturer's written instructions covering, at a minimum, the following. 1. Surface preparation 2. Application methods 3. Requirements for concrete curing prior to sealer application 4 Temperature, humidity and precipitation limitations for application 5. Rate of application and number of coats to apply The Contractor shall not begin applying pigmented sealer to the surfaces specified to receive the sealer until receiving the Engineer's approval of the submittal. AH surfaces specified in the Plans to receive pigmented sealer shall receive a Class 2 surface finish (except that concrete barrier surfaces shall be finished in accordance with Section 6-02.3(11)A). The Contractor shall not apply pigmented sealer from a batch greater than 12 months past the initial date of color sample approval of that batch by the Engineer. The pigmented sealer color or colors for specific concrete surfaces shall be as specified in the Special Provisions. The final appearance shall be even and uniform without blotchiness, streaking or uneven color. Surface finishes deemed unacceptable by the Engineer shall be re - coated in accordance with the manufacturer's recommendations at no additional expense to the Contracting Agency. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 For concrete surfaces such as columns, retaining walls, pier walls, abutments, concrete fascia panels, and noise barrier wall panels, the pigmented sealer shall extend to 1 foot below the finish ground line, unless otherwise shown in the Plans. 6-02.3(16) Plans for Falsework and Formwork Item No. 4 in the seventh paragraph is revised to read: 4. Conditions required by other Sections of 6-02.3(17), Falsework and Formwork. Item's No. 5, 6, 7, and 8 in the seventh paragraph are deleted. The following paragraph is inserted after the seventh paragraph Plan approval can be done by the Project Engineer for footings and walls 4 to 8 feet high (excluding pedestal height) provided: 1. Concrete placement rate is 4 feet per hour or less. 2 Facing is %-inch plywood with grades as specified per Section 6-02 3(17)1. 3. Studs, with plywood face grain perpendicular, are 2 by 4's spaced at 12 inches. 4. Walers with 3,000 pound safe working load ties spaced at 24 inches are two 2 by 4's spaced at 24 inches 6-02.3(17)F Bracing In the first paragraph, the phrase "per Section 6-02 3(17)1" is revised to read "in accordance with Section 6-02 3(17)1" This section is supplemented with the following new sub -section - 6 -02.3(17)F5 Temporary Bracing for Bridge Girders During Diaphragm and Bridge Deck Concrete Placement Prestressed concrete girders shall be braced to resist forces that would cause rotation or torsion in the girders caused by the placing of precast concrete deck panels and concrete for the bridge deck. Bracing shall be designed and detailed by the Contractor and shall be shown in the falsework/formwork plans submitted to the Engineer for approval. These braces shall be furnished, installed, and removed by the Contractor at no additional cost to the Contracting Agency. The Contractor may consider the bracing effects of the diaphragms in developing the falsework/formwork plans. The Contractor shall account for the added load from concrete finishing machines and other construction loadings in the design of the bracing. Falsework support brackets and braces shall not be welded to structural steel bridge members or to steel reinforcing bars 6-02.3(17)F4 Temporary Bracing for Bridge Girders This section including title is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 6-02.3(17)F4 Temporary Bracing for Bridge Girders During Erection Steel girders shall be braced in accordance with Section 6-03 3(7)A. Prestressed concrete girders shall be braced sequentially during girder erection The bracing shall be designed and detailed by the Contractor and shall be shown in the falsework/formwork plans submitted to the Engineer for approval. The Contractor shall furnish, install, and remove the bracing at no additional cost to the Contracting Agency. At a minimum, the Contractor shall brace girders at each end and at midspan to prevent lateral movement or rotation This bracing shall be placed prior to the release of each girder from the erection equipment. If the bridge is constructed with cast -in-place concrete diaphragms, the bracing may be removed once the concrete in the diaphragms has been placed and cured for a minimum of 24 hours. 6-02.3(17)H Formwork Accessories The first paragraph is deleted and replaced with the following two new paragraphs' Formwork accessories such as form ties, form anchors, form hangers, anchoring inserts, and similar hardware shall be specifically identified in the formwork plans including the name and size of the hardware, manufacturer, safe working load, and factor of safety. The grade of steel shall also be indicated for threaded rods, coil rods, and similar hardware. Wire form ties shall not be used. Welding or clamping formwork accessories to Contract Plan reinforcing steel will not be allowed Driven types of anchorages for fastening forms or form supports to concrete, and Contractor fabricated "J" hooks shall not be used. Field drilling of holes in prestressed girders is not allowed. Taper ties may be used provided the following conditions are met. 1. The structure is not designed to resist water pressure (pontoons, floating dolphins, detention vaults, etc ) 2. After the taper tie is removed, plugs designed and intended for plugging taper tie holes shall be installed at each face of concrete. The plug shall be installed a minimum of 1 1/" clear from the face of concrete. 3 After the plug is installed, the hole shall be cleaned of all grease, contamination and foreign matter 4 Holes on the exposed faces of concrete shall be patched and finished to match the surrounding concrete 6-02.3(25)N Prestressed Concrete Girder Erection The third sentence in the fifth paragraph is revised to read The girders shall be braced in accordance with Sections 6-02.3(17)F4 and 6- 02.3(17)F5. 6-02.3(26)E5 Leak Tightness Testing The first sentence in the first paragraph is revised to read: The Contractor shall test each completed duct assembly for leak tightness after placing concrete but prior to placing post tensioning reinforcement. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 The second paragraph is revised to read: Prior to testing, all grout caps shall be installed and all vents, grout injection ports, and drains shall either be capped or have their shut-off valves closed. The Contractor shall pressurize the completed duct assembly to an initial air pressure of 50 psi. This pressure shall be held for five minutes to allow for internal adjustments within the assembly After five minutes, the air supply valve shall be closed. The Contractor shall monitor and measure the pressure maintained within the closed assembly, and any subsequent loss of pressure, over a period of one minute following the closure of the air supply valve. The maximum pressure loss for duct assemblies equal to or less than 150 feet in length shall be 25 psig. The maximum pressure loss for duct assemblies greater than 150 feet in length shall be 15 psig. If the pressure loss exceeds the allowable, locations of leakage shall be identified, repaired or reconstructed using methods approved by the Engineer The repaired system shall then be retested. The cycle of testing, repair and retesting of each completed duct assembly shall continue until the completed duct assembly completes a test with pressure Toss within the specified amount. 7-05.AP7 Section 7-05, Manholes, Inlets, Catch Basins, and Drywells April 2, 2012 7-05.3 Construction Requirements The third paragraph is supplemented with the following: Leveling and adjustment devices that do not modify the structural integrity of the metal frame, grate or cover, and do not void the originating foundry's compliance to these specifications and warranty is allowed. Approved leveling devices are listed in the Qualified Products List. Leveling and adjusting devices that interfere with the backfilling, backfill density, grouting and asphalt density will not be allowed. The hardware for leveling and adjusting devices shall be completely removed when specified by the Project Engineer 7-08.AP7 Section 7-08, General Pipe Installation Requirements August 6, 2012 7-08.3(2)D Pipe Laying — Steel or Aluminum The following new sentence is inserted after the first sentence in the second paragraph. The paint shall cover all the surface in contact with the concrete and extend one inch beyond the point of contact. 7-09.AP7 Section 7-09, Water Mains August 6, 2012 7-09.3(19)A Connections to Existing Mains In the second paragraph, "Special Conditions" is revised to read "Special Provisions". AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 1 1 r 1 1 1 1 1 1 r 1 8-01.AP8 Section 8-01, Erosion Control and Water Pollution Control August 5, 2013 8-01.2 Materials'` The first paragraph is revised to read: Materials shall meet the requirements of the following sections: Corrugated Polyethylene Drain Pipe 9-05.1(6) Quarry SpaIls 9-13 Seed 9-14.2 Fertilizer 9-14.3 Mulch and Amendments 9-14.4 Tackifiers 9-14.4(7) Erosion Control Devices 9-14.5 High Visibility Fence 9-14 5 Construction Geotextile 9-33 8-01.3(1) General The last two sentences in the first paragraph are deleted. In the seventh paragraph, "perimeter silt fencing" is revised to read "silt fencing". 8-01.3(2)D Mulching The following two new paragraphs are inserted after the fourth .paragraph: Short -Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and may be applied in one lift. Moderate -Term Mulch and Long -Term Mulch shall be hydraulically applied at the rate of 3500 pounds per acre with no more than 2000 pounds applied in any single lift. 8-01.3(2)E Soil Binders and Tacking Agents This section including title is revised to read. 8-01.3(2)E Tackifiers Tackifiers applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic, or animal life. A minimum of 125 pounds per acre and a maximum of 250 pounds per acre of Short -Term Mulch shall be used as a tracer. Tackifier shall be mixed and applied in accordance with the manufacturer's recommendations. Soil Binding Using Polyacrylamide (PAM) — The PAM shall be applied on bare soil completely dissolved and mixed in water or applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than % pound per 1,000 gallons of water per acre A minimum of 200 pounds per acre of Short -Term Mulch shall be applied with the dissolved PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand-held fertilizer spreader or a tractor -mounted spreader. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 PAM shall be applied only to areas that drain to completed sedimentation control BMPs in accordance with the TESC Plan. PAM may be reapplied on actively worked areas after a 48-hour period. PAM shall not be applied during rainfall or to saturated soils 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch In the first paragraph, "Engineer" is revised to read "Project Engineer". Note 1 of the table in the first paragraph is revised to read. 1 Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above The third paragraph is deleted 8-01.3(3) Placing Erosion Control Blanket This section including title is revised to read. 8-01.3(3) Placing Biodegradable Erosion Control Blanket Biodegradable Erosion Control Blankets are used as an erosion prevention device and to enhance the establishment of vegetation. Erosion control blankets shall be installed according to the manufacturer's recommendations. Seeding and fertilizing shall be done prior to blanket installation. Select erosion control blanket material for an area based on the intended function: slope or ditch stabilization, and site specific factors including soil, slope gradient, rainfall, and flow exposure. Erosion Control Blankets shall not be used on slopes or in ditches that exceed the manufacturer's recommendations. 8-01.3(4) Placing Compost Blanket This section is revised to read: Compost blanket shall be placed to a depth of 3 inches over bare soil. Compost blanket shall be placed prior to seeding or other planting. An organic tackifier shall be placed over the entire composted area when dry or windy conditions are present or expected before the final application of mulch or erosion control blanket. The tackifier shall be applied immediately after the application of compost to prevent compost from leaving the composted area. Compost shall be Medium Compost. 8-01.3(5) Placing Plastic Covering This section including title is revised to read. Plastic Covering Erosion Control - Plastic coverings used to temporarily cover stock piled materials, slopes or bare soils shall be installed and maintained in a way that prevents water from intruding under the plastic and prevents the plastic cover from blowing open in the wind. Plastic coverings shall be placed with at least a 12 -inch overlap of all seams and be a minimum of 6 mils thick. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 1 1 r 1 Containment - Plastic coverings used to line concrete washout areas, contain wastewaters, or used in secondary containment to prevent spills, shall be seamless to prevent infiltration and be a minimum of 10 mils thick. Vegetation Management - Plastic covering placed over areas that have been seeded shall be clear and where vegetative growth is to inhibited it shall be black and be a minimum of 4 mils thick. 8-01.3(6) Check Dams This section is revised to read. Check dams are used as an erosion and sediment control device in channels or conveyance areas. Check dams shall be installed as soon as construction will allow, or when designated by the Project Engineer The Contractor may substitute a different check dam material, in lieu of what is specified in the contract, with approval of the Project Engineer. Check dam materials shall meet the requirements in Section 9- 14 5(4). Straw bales shall not be used as check dams The check dam is a temporary or permanent structure, built across a minor channel placed perpendicular to the flow of water. Water shall not flow freely through the check dam structure. Check dams shall be constructed in a manner that creates a ponding area upstream of the dam to allow pollutants to settle, with water from increased flows channeled over a spillway in the check dam The check dam shall be constructed to prevent erosion in the area below the spillway. The outer edges shall extend up the sides of the conveyance to prevent water from going around the check dam Check dams shall be of sufficient height to maximize detention, without causing water to leave the ditch. Wattles, coir logs and compost sock used as check dams shall not be trenched in and shall be installed as shown in the Standard Plans. When wattles, coir logs, and compost socks are used as check dams they shall be measured and paid as check dam in accordance with Section 8-01 4 and 8-01.5. 8-01.3(6)A Geotextile-Encased Check Dam This sections content including title is deleted 8-01.3(6)B Quarry SpaII Check Dam This sections content including title is deleted. 8-01.3(6)C Sandbag Check Dam This sections content including title is deleted. 8-01.3(6)D Wattle Check Dam This sections content including title is deleted 8-01.3(6)E Coir Log This section including title and section number is revised to read: 8-01.3(6)A Coir Log Coir logs are used as erosion and sediment control or bank stabilizing device. Coir logs shall be laid out, spaced, staked and installed in accordance with the Standard Plans. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 Live stakes in accordance with Section 9-14.6(1) can be used in addition to, but not as a replacement for, wooden stakes. 8-01.3(7) Stabilized Construction Entrance The first paragraph is revised to read. Temporary stabilized construction entrance shall be constructed in accordance with the Standard Plans, prior to beginning any clearing, grubbing, embankment or excavation. All quarry spall material used for stabilized construction entrance shall be free of extraneous materials that may cause or contribute to track out. 8-01.3(9)A Silt Fence This section and all sub -sections including title is revised to read. 8-01.3(9)A Fencing 8-01.3(9)A1 High Visibility Fencing High visibility fencing (HVF) shall be orange in color and installed along the site preservation lines shown in the Plans or as specified by the Engineer Post spacing and attachment of the fencing material to the posts shall be as shown in the Standard Plans and in accordance with Section 9-14 5(8). The HVF shall not be fastened to trees. 8-01.3(9)A2 Silt Fence Silt fence shall be black in color and used as a sediment control device to prevent sediment laden water from leaving project boundaries, to manage stormwater within the site, or to create small detention areas. Silt fence shall be installed at locations shown in the Plans The geotextile shall be securely attached to the posts and support system. Post spacing and attachments shall be as shown in Standard Plans. Geotextile material shall meet the requirements of Section 9-33.2(1), Table 6 and be sewn together at the point of manufacture, or at a location approved by the Engineer, to form geotextile lengths as required All sewn seams and overlaps shall be located at a support post. Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 11/4 by 11/4 inches by the minimum length shown in the Plans When sediment deposits reach approximately 1/3 the height of the silt fence, the deposits shall be removed and stabilized in accordance with Section 8-01.3(15). If trenching is not feasible due to rocky soils or not advisable due to proximity to a downslope sensitive area, a different sediment control device that does not require trenching shall be used in place of silt fence. Silt Fence with Backup Support Where backup support is needed for silt fence in areas where extra strength may be required, such as the toe of steep cut or fill slopes or areas where equipment may push excessive soils toward the fence. When backup support is used, wire shall have a maximum mesh spacing of 2 inches, and the plastic mesh shall be as resistant to ultraviolet radiation as the geotextile it supports. The strength of the wire or plastic mesh shall be equivalent to or greater than as required in Section 9 - AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 33.2(1), Table 6, for unsupported geotextile (i.e., 180 lbs grab tensile strength in the machine direction). Post spacing and attachments shall be as shown in Standard Plans. 8-01.3(9)A3 High Visibility Silt Fence High visibility silt fence (HVSF) shall be orange in color and only be used for the dual purpose of demarcating site preservation lines and a sediment control device in a location where high visibility mesh fence and black silt fence would otherwise be used together at same location. If use of HVSF is allowed the geotextile material shall meet the material requirements of Section 9-33.2(1), Table 6 Post spacing and attachments shall be as shown in Standard Plans High Visibility Silt Fence with Backup Support Where backup support is needed for high visibility silt fence (HVSF) in areas where extra strength may be required, such as the toe of steep cut or fill slopes or areas where equipment may push excessive soils toward the sensitive or protected areas. When backup support is used, wire shall have a maximum mesh spacing of 2 inches, and the plastic mesh shall be as resistant to ultraviolet radiation as the geotextile it supports. The strength of the wire or plastic mesh shall be equivalent to or greater than as required in Section 9-33 2(1), Table 6, for unsupported geotextile (i e , 180 lbs. grab tensile strength in the machine direction) Post spacing shall be as shown in Standard Plans. When sediment deposits reach approximately 1/3 the height of the silt fence, or 8 inches whichever is lower, the deposits shall be removed and stabilized in accordance with Section 8-01.3(15) 8-01.3(9)B Gravel Filter, Wood Chip, or Compost Berm The first paragraph is revised to read: Filter berms shall retain sediment and direct flows. The gravel filter berm shall be a minimum of 1 foot in height and shall be maintained at this height for the entire time they are in use. Rock material used for filter berms shall meet the grading requirements in Section 9-03 9(2), but shall not include any recycled materials as outlined in Section 9- 03.21. The last sentence in the third paragraph is revised to read: Compost shall be Medium Compost. 8-01.3(9)C Straw Bale Barrier This section including title is revised to read: 8-01.3(9)C Vacant 8-01.3(10) Wattles This section is revised to read. Wattles are used as a flow control and sediment control device. Wattles shall be installed as soon as construction will allow or when designated by the Engineer. Wattle installation and trenching shall begin from the base of the slope and work uphill prior to any topsoil or compost placement. Excavated material from trenching shall be spread AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 evenly along the uphill slope and be compacted using hand tamping or other method approved by the Engineer On gradually sloped or clay -type soils trenches shall be 2 to 3 inches deep On loose soils, in high rainfall areas, or on steep slopes, trenches shall be 3 to 5 inches deep, or half the thickness of the wattle, whichever is greater. Wattles shall be laid out, spaced and staked in accordance with the Standard Plans. Live stakes in accordance with Section 9-14.6(1) can be used in addition to, but not as a replacement for, wooden stakes If trenching and staking is not possible due to rocky soils, compost socks shall be used instead of wattles The Contractor shall exercise care when installing wattles to ensure the method of installation minimizes disturbance and prevents sediment or pollutant discharge into water bodies. 8-01.3(11) Vacant This section including title is revised to read 8-01.3(11) Outlet Protection Outlet protection shall prevent scour at the outlets of ponds, pipes, ditches or other conveyances. All quarry spall material used for outlet protection shall be free of extraneous material and meet the gradation requirements in Section 9-13.6 8-01.3(12) Compost Socks This section is revised to read: Compost socks are used as a flow control and sediment control device. Compost socks shall be installed as soon as construction will allow or when designated by the Project Engineer. Compost socks shall be installed prior to any mulching or compost placement. Compost socks shall be laced together end-to-end with coir rope or ends shall be securely overlapped to create a continuous length. Terminal ends of the continuous length shall be curved 2 to 4 feet upward into the slope to prevent concentrated flows from going around the terminal ends. Finished grades shall be of a natural appearance with smooth transitions Compost for compost socks shall be Medium Compost. Compost sock shall be laid out, spaced and staked in accordance with the Standard Plans. Live stakes in accordance with Section 9-14.6(1) can be used in addition to, but not as a replacement for, wooden stakes. If staking is not possible or if the compost sock is being used on concrete, heavy blocks or an equivalent item shall be used to weigh down and secure the sock. Compost socks shall be laid out, spaced and staked in accordance with the Standard Plans. The Contractor shall exercise care when installing compost socks to ensure that the method of installation minimizes disturbance of waterways and prevents sediment or pollutant discharge into water bodies. Stakes shall be removed to minimize soil disturbance. 8-01.3(13) Temporary Curb This section is revised to read: Temporary curbs shall divert or redirect water around erodible soils. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 Temporary curbs shall be installed along pavement edges to prevent runoff from flowing onto erodible slopes. Water shall be directed to areas where erosion can be controlled The temporary curbs shall be a minimum of 4 inches in height. Ponding shall not be in roadways. 8-01.3(16) Removal The first sentence in the first paragraph is revised to read: When the Project Engineer determines that an erosion control BMP is no longer required, the Contractor shall remove the BMP and all associated hardware from the project limits. The first and second sentences in the second paragraph are revised to read. The Contractor shall remove BMPs and associated hardware in a way that minimizes soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil after removal of BMP's 8-01.4 Measurement The third paragraph is revised to read. Check dams will be measured per linear foot one time only along the completed check dam. No additional measurement will be made for check dams that are required to be rehabilitated or replaced due to wear The ninth paragraph is deleted. The twelfth paragraph (after the preceding amendment is applied) is revised to read: Seeding, fertilizing, liming, mulching, mowing, and tackifier will be measured by the acre by ground slope measurement or through the use of design data The fifteenth paragraph (after the preceding amendment is applied) is revised to read. Fencing will be measured by the linear foot along the ground line of the completed fence. This section is supplemented with the following: Outlet Protection will be measured per each initial installation at an outlet location 8-0t5 Payment The paragraph following the bid item, "Plastic Covering", per square yard is revised to read The unit Contract price per square yard for "Plastic Covering" shall be full payment to perform the Work as specified in Section 8-01 3(5) and as shown in the Plans, including removal and disposal at an approved disposal site. The bid item "Straw Bale", per each is deleted. The bid item "Erosion Control Blanket", per square yard is deleted. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 The bid item "Soil Binder or Tacking Agent", per acre is deleted. This section is supplemented with the following "Outlet Protection", per each. The unit Contract price per each for "Outlet Protection" shall be full payment for all costs incurred to complete the Work. "Tackifier", per acre. The unit Contract price per acre for "Tackifier" shall be full payment for all costs incurred to complete the Work. "Biodegradable Erosion Control Blanket", per square yard. The unit Contract price per square yard for "Biodegradable Erosion Control Blanket" shall be full pay for all costs to complete the specified Work. "High Visibility Silt Fence", per linear foot. 8-02.AP8 Section 8-02, Roadside Restoration August 5, 2013 In this section, "psiPE" is revised to read "PSIPE". 8-02.3(2) Roadside Work Plan The first sentence in the second paragraph is revised to read: The Roadside Work Plan shall also include a copy of the approved progress schedule. The sub paragraph titled "Progress Schedule" is deleted. 8-02.3(4)C Topsoil Type C In this section, "9-14 1(2)" is revised to read "9-14 1(3)" 8-02.3(8) Planting Item number 1 in the second paragraph is revised to read: 1. Non -Irrigated Plant Material West of the summit of the Cascade Range - October 1 to March 1. East of the summit of the Cascade Range - October 1 to November 15 8-02.4 Measurement The first sentence is revised to read. Topsoil, mulch and soil amendments will be measured by the acre along the grade and slope of the area covered immediately after application. The seventh sentence is revised to read: Compost will be measured by the acre along the grade and slope of the area covered immediately after application AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 r 1 1 1 1 1 1 1 8-02.5 Payment The bid item "Topsoil Type ", per cubic yard and following paragraph are revised to read. "Topsoil Type ", per acre The unit contract price per acre for "Topsoil Type " shall be full pay for providing the source of material for topsoil Type A and C, for pre -excavation weed control, excavating, loading, hauling, intermediate windrowing, stockpiling, weed control on stockpiles or windrows, and removal, placing, spreading, processing, cultivating, and compacting topsoil Type A, Type B, and Type C. The bid item "Fine Compost", per cubic yard is revised to read: "Fine Compost", per acre. The bid item "Medium Compost", per cubic yard is revised to read. "Medium Compost", per acre. The bid item "Coarse Compost", per cubic yard and following paragraph are revised to read' "Coarse Compost", per acre The unit Contract price per cubic yard for "Fine Compost", Medium Compost" or "Coarse Compost" shall be full pay for furnishing and spreading the compost onto the existing soil The bid item "Soil Amendment", per cubic yard and following paragraph are revised to read. "Soil Amendment", per acre. The unit Contract price per acre for "Soil Amendment" shall be full pay for furnishing and incorporating the mulch onto the existing soil. The bid item "Bark or Wood Chip Mulch", per cubic yard and following paragraph are revised to read: "Bark or Wood Chip Mulch", per acre. The unit Contract price per acre for "Bark or Wood Chip Mulch" shall be full pay for furnishing and spreading the mulch onto the existing soil. 8-03.AP8 Section 8-03, Irrigation Systems April 2, 2012 8-03.3(7) Flushing and Testing The fifth paragraph is deleted. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 8-04.AP8 Section 8-04, Curbs, Gutters, and Spillways April 2, 2012 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways This section is supplemented with the following new sub -section: 8-04.3(1)B Roundabout Cement Concrete Curb and Gutter Roundabout cement concrete curb and gutter and roundabout splitter island nosing curb shall be shaped and finished to match the shape of the adjoining curb as shown in the Plans. All other requirements for cement concrete curb and cement concrete curb and gutter shall apply to roundabout cement concrete curb and gutter 8-04.4 Measurement This section is supplemented with the following Roundabout splitter island nosing curb will be measured per each. 8-04.5 Payment The bid item, "Roundabout Truck Apron Cement Concrete Curb", per linear foot is deleted. This section is supplemented with the following: "Roundabout Cement Concrete Curb and Gutter", per linear foot The unit Contract price per linear foot for "Roundabout Cement Concrete Curb and Gutter" shall be full payment for all costs for the Work including transitioning the roundabout cement concrete curb and gutter to the adjoining curb shape. "Roundabout Splitter Island Nosing Curb", per each. The unit Contract price per each for "Roundabout Splitter Island Nosing Curb" shall be full payment for all costs for the Work including transitioning the roundabout splitter island nosing curb to the adjoining curb shape. 8-07.AP8 Section 8-07, Precast Traffic Curb and Block Traffic Curb January 7, 2013 This section's title is revised to read: 8-07 Precast Traffic Curb 8-07.1 Description This section is revised to read: This Work consists of furnishing and installing precast traffic sloped mountable curb or dual faced sloped mountable curb of the design and type specified in the Plans in accordance with these Specifications and the Standard Plans in the locations indicated in the Plans or as staked by the Engineer. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8-07.2 Materials The material reference "Block Traffic Curb 9-18.3" is deleted from this section. The referenced section for the following item is revised to read: Paint 9-34.2 8-07.3(1) Installing Curbs The fifth and seventh paragraphs are deleted from this section 8-07.4 Measurement The first paragraph is deleted from this section 8-07.5 Payment The following bid items are deleted from this section: "Type A Precast Traffic Curb", per linear foot. "Type C Precast Traffic Curb", per linear foot. "Type A Block Traffic Curb", per linear foot. "Type C Block Traffic Curb", per linear foot. 8-12.AP8 Section 8-12, Chain Link Fence and Wire Fence April 2, 2012 In this Section "Engineer" is revised to read "Project Engineer" 8-12.2 Materials This section is supplemented with the following* Paint 9-08.1(2)B 8-12.3(1)A Posts The words "for Type 3 and Type 4 fences" and "on Type 3 and Type 4 fences" are deleted from this section. The first sentence of the fifth paragraph is revised to read: After the post is set and plumbed, the hole shall be filled with Grout Type 4. The third sentence in the sixth paragraph is replaced with the following two sentences. After the post is set and plumbed, the hole in the portion of the post in solid rock shall be filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to leave no voids. The seventh paragraph is deleted. The ninth paragraph is revised to read. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 Steep slopes or abrupt topography may require changes in various elements of the fence. It shall be the responsibility of the Contractor to provide all posts of sufficient length to accommodate the chain link fabric. The tenth paragraph is revised to read: All round posts shall have approved top caps fastened securely to the posts. The base of the top cap fitting for round posts shall feature an apron around the outside of the posts. 8-12.3(1)B Top Rail This section's content including title is deleted and replaced with: 8-12.3(1)B Vacant 8-12.3(1)C Tension Wire and Tension Cable This section's content including title is revised to read 8-12.3(1)C Tension Wire Tension Wires shall be attached to the posts as detailed in the Plans or as approved by the Engineer. 8-12.3(1)D Chain Link Fabric The first three paragraphs are revised to read. Chain link fabric shall be attached after the cables and wires have been properly tensioned. Chain link fabric shall be placed on the face of the post away from the Highway, except on horizontal curves where it shall be placed on the face on the outside of the curve unless otherwise directed by the Project Engineer. Chain link fabric shall be placed approximately 1 -inch above the ground and on a straight grade between posts by excavating high points of ground. Filling of depressions will be permitted only upon approval of the Project Engineer The fourth sentence in the fourth paragraph is revised to read: The top and bottom edge of the fabric shall be fastened with hog rings to the top and bottom tension wires as may be applicable, spaced at 24 -inch intervals. 8-12.3(1)E Chain Link Gates The third paragraph is deleted 8-12.3(2)A Posts In the second paragraph, "commercial" is deleted. The first sentence of the fifth paragraph is revised to read: After the post is set and plumbed, the hole shall be filled with Grout Type 4 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 The fourth sentence in the sixth paragraph is replaced with the following two sentences - After the post is set and plumbed, the hole in the portion of the post in solid rock shall be filled with Grout Type 4 The grout shall be thoroughly worked into the hole so as to leave no voids The tenth paragraph is revised to read: Where the new fence joins an existing fence, the 2 shall be attached in a manner satisfactory to the Project Engineer, and end or corner posts shall be set as necessary. The eleventh paragraph is deleted 8-12.5 Payment The paragraph following the item "Chain Link Fence Type read. ", per linear foot is revised to The unit Contract price per linear foot for "Chain Link Fence Type " shall be full payment for all costs for the specified Work including brace post installation and all other requirements of Section 8-12 for Chain Link Fence, unless covered in a separate Bid Item in this Section. The following paragraph is inserted after the item "End, Gate, Corner, and Pull Post for Chain Link Fence", per each: The unit Contract price per each for "End, Gate, Corner, and Pull Post for Chain Link Fence" shall be full payment for all costs for the specified Work. The following paragraph is inserted after the item "Single 6 Ft. Chain Link Gate", per each. The unit Contract price per each for "Double 14 Ft. Chain Link Gate", "Double 20 Ft. Chain Link Gate", and "Single 6 Ft. Chain Link Gate", shall be full payment for all costs for the specified Work. The paragraph following the item "Wire Fence Type ", per linear foot is revised to read The unit Contract price per each for "Wire Fence Type " shall be full payment for all costs for the specified Work including payment for clearing of the fence line. The following paragraph is inserted after the item "Double Wire Gate 20 Ft. Wide", per each: The unit contract price per each for "Single Wire Gate 14 Ft. Wide" and "Double Wire Gate 20 Ft. Wide" shall be full payment for all costs for the specified Work. The paragraph following the item "Access Control Gate", per each is revised to read. The unit contract price per each for "Access Control Gate" shall be full payment for all costs to perform the specified Work. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 8-22.AP8 Section 8-22, Pavement Marking January 7, 2013 8-22.3(3)D Line Applications The last paragraph is supplemented with the following. Grooved line pavement marking shall not be constructed on bridge decks or on bridge approach slabs. 8-22.3(6) Removal of Pavement Markings The following two new sentences are inserted after the first sentence: Grinding to remove painted markings is not allowed. Grinding to remove plastic marking is allowed to a depth just above the pavement surface, then water blasting or shot blasting shall be required to remove the remaining markings. 8-22.4 Measurement The items "Painted Wide Line" and "Plastic Wide Line" are deleted from the fourth paragraph. The sixth paragraph is revised to read Diagonal lines used to delineate parking stalls that are constructed of painted or plastic 4 -inch lines will be measured as "Paint Line" or "Plastic Line" by the linear foot of line installed. Crosswalk line will be measured by the square foot of marking installed The following two new paragraphs are inserted after the sixth paragraph: Crosshatch markings used to delineate median and gore areas will be measured by the completed linear foot as "Painted Crosshatch Marking" or "Plastic Crosshatch Marking". The measurement for "Painted Crosshatch Marking" and for "Plastic Crosshatch Marking" will be based on the total length of each 8 -inch or 12 -inch wide line installed. 8-22.5 Payment The bid items "Painted Wide Line", per linear foot and "Plastic Wide Line", per linear foot are deleted from this section This section is supplemented with the following two new bid items: "Painted Crosshatch Marking", per linear foot. "Plastic Crosshatch Marking", per linear foot. The following new paragraph is inserted after the last bid item in this section: The unit Contract price for the aforementioned Bid items shall be full payment for all costs to perform the Work as described in Section 8-22 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9-02.AP9 Section 9-02, Bituminous Materials August 5, 2013 In this section, "Asphalt Emulsion" is revised to read "Emulsified Asphalt". 9-02.1 Asphalt Material, General In this section, "Cationic Emulsified Asphalt" is revised to read "Emulsified Asphalt". The first paragraph is revised to read: Asphalt furnished under these Specifications shall not have been distilled at a temperature high enough to produce flecks of carbonaceous matter, and upon arrival at the Work, shall show no signs of separation into lighter and heavier components 9-02.1(6) Cationic Emulsified Asphalt The "Cationic Emulsified Asphalt Table" is revised to read: Cationic Emulsified Asphalt Table x , Grade, :i Lype ° AAS, ilio Test 3. Method Rapid,zSefting'�`Medium'Sett nItnottemia ,A. g� Y, Slow' .0, ing CRS=1�, rORS#2 �J� x,..�t�:... CMS - -2S 6i£:!i £J�,,as£*�'�'.v:�&'• CMS 2 : ?�� � CMS"2h �: ". '> Minx §"f ' -! i� � r -' Max-,Mih.: lwa CSS:1 � �:r�ai?,g� mil— �"°S° ,CS S -lb iXw r -. Min. ,`,MaxgLmi., ` 'u34 r Max t,•. ,:i�w„ r. '9 Mini v. 'k{'*- t=. +3,`m r Max. w X '+f;.aQ"j Min.: 3.:]'.F.K', " -4,, ti ; Max. l,14 �csad: E.� Max. ...C: ^ ; ..4 c '•'� Min, 9 :4 Max: r Tests on Emulsified Asphalts. Viscosity SFS @ 77°F (25°C) T 59 20 100 20 100 Viscosity SFS @ 122°F (50°C) T 59 20 100 150 400 50 450 50 450 50 450 Storage stability test 1 day ok T 59 1 1 1 1 1 1 1 Demulsibili ty 35 ml 0 8% sodium dioctyl sulfosucci nate, %a T 59 40 40 Particle charge test T 59 Pos Pos Pos Pos Pos Pos° Pos° Sieve T 59 0 10 0 10 0 10 0.10 0.10 0 10 0 110 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 Test, % II Cement mixing test, % T 59 2.0 2101 Distillation Oil distillate by vol of % T 59 3 1 5 3 20 12 12 1 Iemulsions Residue, T 59 60 65 60 65 65 57 57 1 Tests on residue from distillation tests. Penetratio n,77°F (25°C) T 49 100 250 100 250 100 250 100 250 40 90 100 250 40 90 Ductility, 77°F (25°C) 5 cm/min , cm T 51 40 40 40 40 40 40 40 1 Solubility in trichloroet hylene, % T44 97.5 975 97.5 975 975 975 975 1 a The demulsibility test shall be made within 30 days from date of shipment. b If the particle charge test for CSS -1 and CSS -1 h is inconclusive, material having a maximum pH value of 6 7 WI be acceptable 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS -2P The first paragraph (except for the table) is revised to read: CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsified asphalt. CRS -2P shall meet the following requirements: Footnote 1 below the table is revised to read: 1. Distillation modified to use 300 grams of emulsified asphalt heated to 350°F ± 9°F and maintained for 20 minutes. 9-02.1(8) Flexible Bituminous Pavement Marker Adhesive The fifth row in the table is revised to read: Ductility, 39 2°F, 1 cm/minute, cm AASHTO T 51 5 Min. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 a 1 1 1 9-02.4 Anti -Stripping Additive This section is revised to read. Anti -stripping additive shall be a product listed in the current WSDOT Qualified Products List (QPL). 9-03.AP9 Section 9-03, Aggregates August 5, 2013 9-03.1(1) General Requirements The eighth paragraph is deleted. 9-03.6 Aggregate for Asphalt Treated Base (ATB) This section including title is deleted in its entirety and replaced with the following: Vacant 9-03.8(4) Blending Sand This sections including title is revised to read. Vacant 9-03.13 Backfill for Sand Drains This section is supplemented with the following: That portion of backfill retained on a No. 4 sieve shall not contain more than 0.05 percent by weight of wood waste. 9-03.13(1) Sand Drainage Blanket The last paragraph is revised to read That portion of backfill retained on a No 4 sieve shall not contain more than 0.05 percent by weight of wood waste. 9-03.14(1) Gravel Borrow Note 1 is deleted, including the reference in the table. 9-03.14(2) Select Borrow Note 1 is deleted. Note 2 is re -numbered Note 1, including the reference in the table 9-03.14(4) Gravel Borrow for Geosynthetic Retaining Wall This section including title is revised to read: Gravel Borrow for Structural Earth Wall All backfill material within the reinforced zone for structural earth walls shall consist of granular material, either naturally occurring or processed, and shall be free draining, free from organic or otherwise deleterious material. The material shall be substantially AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 free of shale or other soft, poor durability particles, and shall not contain recycled I materials, such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The backfill material shall meet the following requirements for grading and quality: All percentages are by weight Property Geosynthetic Reinforcement Metallic Reinforcement Sieve Size Percent Passing Percent Passing 4 35 percent max 99-100 2 15 min 75-100 1'/"1 99-100 1" 90-100 WSDOT Test Method 113 No 4 50-80 50-80 No. 40 30 max. 30 max. No 200 7.0 max. 7 0 max. Sand Equivalent 50 min. 50 min. All percentages are by weight Property Test Method Geosynthetic Reinforcement Requirements Metallic Reinforcement Requirements Los Angeles Wear 500 rev. AASHTO T 96 35 percent max. 35 percent max Degradation Factor WSDOT Test Method T 113 15 min 15 min. Resistivity WSDOT Test Method T 417 3,000 ohm -cm, min. pH WSDOT Test Method 113 4.5-9 5-10 Chlorides AASHTO T 291 100 ppm max. Sulfates AASHTO T 290 200 ppm max. If the resistivity of the gravel borrow equals or exceeds 5,000 ohm -cm, the specified chloride and sulfate limits may be waived. Wall backfill material satisfying these grading and property requirements shall be classified as nonaggressive. 9-03.21(1) General Requirements The first sentence in the first paragraph is revised to read: Hot Mix Asphalt, Concrete Rubble, Recycled Glass (glass cullet), and Steel Furnace Slag may be used as, or blended uniformly with naturally occurring materials for aggregates. 9-03.21(1)C Vacant This section including title is revised to read' 9-03.21(1)C Recycled Glass (Glass Cullet) Glass Cullet shall meet the requirements of AASHTO M 318 with the additional requirement that the glass cullet is limited to the maximum amounts set in Section 9- 03.21(1)E for recycled glass Prior to use the Contractor shall provide certification to AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 1 1 1 1 1 1 1 1 11 1 1 1 the Project Engineer that the recycled glass meets the physical properties and deleterious substances requirements in AASHTO M-318. 9-03.21(1) E Table on Maximum Allowable Percent (By Weight) of Recycled Material In the table, the row containing the item "Aggregate for Asphalt Treated Base (ATB)" is deleted. The column heading "Recycled Glass" is revised to read "Recycled Glass (Glass Cullet) in the table. In the column "Recycled Glass (Glass Cullet)" all amounts are revised to read "20" beginning with the item "Ballast" and continuing down until the last item in the table. 9-04.AP9 Section 9-04, Joint And Crack Sealing Materials January 7, 2013 9-04.2 Joint Sealants This section is supplemented with the following new sub -sections. 9-04.2(3) Polyurethane Sealant Polyurethane sealant shall conform to ASTM C 920 Type S Grade NS Class 25 Use M. Polyurethane sealant shall be compatible with the closed cell foam backer rod. When required, compatibility characteristics of sealants in contact with backer rods shall be determined by Test Method ASTM C 1087 9-04.2(3)A Closed CeII Foam Backer Rod Closed cell foam backer rod for use with polyurethane sealant shall conform to ASTM C 1330 Type C 9-04.10 Crack Sealing — Rubberized Asphalt This section is deleted 9-04.11 Butyl Rubber and Nitrile Rubber This sections number is revised to read. 9-04.10 9-05.AP9 Section 9-05, Drainage Structures, Culverts, and Conduits January 7, 2013 9-05.0 Acceptance by Manufacturer's Certification This section including title is revised to read: 9-05.0 Acceptance and Approval of Drainage Structures, and Culverts The Drainage Structure or Culvert may be selected from the Qualified Products List, or submitted using a Request for Approval of Materials (RAM) in accordance with Section 1-06 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 Certain drainage materials may be accepted by the Engineer based on a modified acceptance criteria when materials are selected from the Qualified Products List (QPL) The modified acceptance criteria are defined in the QPL for each material. 9-05.1(6) Corrugated Polyethylene Drain Pipe, Couplings, and Fittings (Up to 10 Inch) This section is supplemented with the following: Corrugated polyethylene drain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9-05.1(7) Corrugated Polyethylene Drain Pipe, Couplings, and Fittings (12 Inch Through 60 Inch) This section is supplemented with the following: Corrugated polyethylene drain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9-05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10 Inch) This section is supplemented with the following Perforated corrugated polyethylene underdrain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12 -Inch Through 60 Inch Diameter Maximum), Couplings, and Fittings This section is supplemented with the following Perforated corrugated polyethylene underdrain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9-05.19 Corrugated Polyethylene Culvert Pipe, Couplings, and Fittings The word "producer" is revised to read "manufacturer". The second paragraph is revised to read Joints for corrugated polyethylene culvert pipe shall be made with either a bell/bell or bell and spigot coupling and shall incorporate the use of a gasket conforming to the requirements of ASTM D 1056 Type 2 Class B Grade 3 or ASTM F 477 All gaskets shall be factory installed on the coupling or on the pipe by the qualified manufacturer This section is supplemented with the following. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 Corrugated polyethylene culvert pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9-05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and Fittings The word "producer" is revised to read "manufacturer" The first paragraph is revised to read: Corrugated polyethylene storm sewer pipe, couplings, and fittings shall meet the requirements of AASHTO M 294 Type S or D The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a manufacturer has submitted. Fittings shall be blow molded, rotational molded, or factory welded. This section is supplemented with the following: Corrugated polyethylene culvert pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9-05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene Sanitary Sewer Pipe This sections content is deleted and replaced with the following. All joints for polypropylene pipe shall be made with a bell/bell or bell and spigot coupling and shall conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All gaskets shall be factory installed on the pipe in accordance with the producer's recommendations. Qualification for each producer of polypropylene storm sewer pipe requires joint system conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a formal quality control plan for each plant proposed for consideration A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented The Contracting Agency may conduct verification tests of pipe stiffness or other properties it deems appropriate. This section is supplemented with the following new sub -sections: 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe Polypropylene culvert and storm sewer pipe shall conform to the following requirements. 1 For dual wall pipe sizes up to 30 inches ASTM F2736. 2. For triple wall pipe sizes from 30 to 60 inches. ASTM F2764. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 3 For dual wall profile pipe sizes 36 to 60 inches. AASHTO MP 21, Type S or Type D. 4. Fittings shall be factory welded, injection molded or PVC. 9-05.24(2) Polypropylene Sanitary Sewer Pipe Polypropylene sanitary sewer pipe shall conform to the following requirements: 1 For pipe sizes up to 30 inches. ASTM F2736. 2. For pipe sizes from 30 to 60 inches: ASTM F2764. 3. Fittings shall be factory welded, injection molded or PVC. 9-06.AP9 Section 9-06, Structural Steel and Related Materials April 1, 2013 9-06.5(3) High Strength Bolts In this section, "AASHTO M 291" is revised to read "ASTM A 563", "AASHTO M 164" is revised to read "ASTM A 325", "AASHTO M 293" is revised to read "ASTM F 436", "AASHTO M 253" is revised to read "ASTM A 490", and "AASHTO M 298" is revised to read "ASTM B 695". 9-06.5(4) Anchor Bolts In this section, "AASHTO M 291" is revised to read "ASTM A 563". 9-07.AP9 Section 9-07, Reinforcing Steel August 6, 2012 9-07.7 Wire Mesh The first sentence in the first paragraph is revised to read: Wire mesh for concrete reinforcement shall conform to the requirements of AASHTO M 55, Welded Steel Wire Fabric for Concrete Reinforcement or AASHTO M 221, Steel Welded Wire Reinforcement, Deformed for Concrete. 9-10.AP9 Section 9-10, Piling April 2, 2012 9-10.4 Steel Pile Tips and Shoes In the first paragraph "ASTM A 148 Grade 60-90" is revised to read "ASTM A 148 Grade 90- 60". AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 11 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 9-13.AP9 Section 9-13, Riprap, Quarry SpaIls, Slope Protection, & Rock for Erosion and Scour Protection and Rock Walls April 1, 2013 9-13.5(1) Semi -Open Concrete Masonry Units Slope Protection In this section, "ASTM C 90" is revised to read "ASTM C 1319". 9-14.AP9 Section 9-14, Erosion Control and Roadside Planting August 5, 2013 9-14.3 Fertilizer The second sentence in the first paragraph is revised to read: It may be separate or in a mixture containing the percentage of total nitrogen, available phosphoric acid, and water-soluble potash or sulfur in the amounts specified 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs ) The first sentence in the third paragraph is revised to read. All HECPs shall be furnished premixed by the manufacturer with Organic or Synthetic Tackifier as specified in Section 9-14.4(7) The third and fourth rows in Table 1 is revised to read. Heavy Metals EPA 6020A Total Metals Antimony — < 4 mg/kg Arsenic — < 6 mg/kg Barium — < 80 mg/kg Boron — < 160 mg/kg Cadmium — < 2 mg/kg Total Chromium — < 4 mg/kg Copper — < 10 mg/kg Lead — < 5 mg/kg Mercury — < 2 mg/kg Nickel — < 2 mg/kg Selenium — < 10 mg/kg Strontium — < 40 mg/kg Zinc — < 30 mg/kg Water Holding Capacity ASTM D 7367 800 percent minimum 9-14.4(2)A Long Term Mulch In the first paragraph, the phrase "within 2 hours of application" is deleted. 9-14.4(4) Wood Strand Mulch The last sentence in the second paragraph is deleted. This section is supplemented with the following new paragraph - The Contractor shall provide Material Safety Data Sheet (MSDS) that demonstrates that the product is not harmful to plant life and a test report performed in accordance with AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 WSDOT Test Method 125 demonstrating compliance to this specification prior to acceptance. 9-14.4(8) Compost The second paragraph is revised to read: Compost production and quality shall comply with WAC 173-350 and for biosolids composts, WAC 173-308. The third paragraph is to read Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with U.S Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02-B, "Sample Sieving for Aggregate Size Classification" Fine compost shall meet the following gradation. Sieve Size Percent Passing Minimum Maximum 1" 100 5/8" 90 100 /4" 75 100 Note Maximum particle length of 4 inches Medium compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 1" 100 5/8" 85 100 '/4" 70 85 Note Maximum particle length of 4 inches. Medium compost shall have a carbon to nitrogen ration (C:N) between 18:1 and 351 The carbon to nitrogen ration shall be calculated using dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. Coarse compost shall meet the following gradation Sieve Size Percent Passiinn Minimum Maximum 2" 100 1" 90 100 3/4" 70 100 'A" 40 60 Note Maximum particle length of 6 inches. Coarse compost shall have a carbon to nitrogen ratio (C•N) between 25:1 and 35:1 The carbon to nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04 02D. 2. The pH shall be between 6.0 and 8 5 when tested in accordance with U S. Composting Council TMECC 04 11-A, "1:5 Slurry pH". 3. Physical contaminants, defined in WAC 173-350 (plastic, concrete, ceramics, metal, etc.) shall be less than 0 5 percent by weight as determined by U.S. Composting Council TMECC 03 08-A "Classification of Inerts by Sieve Size" 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05 07A "Loss -On -Ignition Organic Matter Method (LOI)". 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity." 6 Maturity shall be greater than 80 percent in accordance with U S Composting Council TMECC 05 05-A, "Germination and Root Elongation" 7. Stability shall be 7 -mg CO2—C/g OM/day or below in accordance with U.S. Composting Council TMECC 05 08-B "Carbon Dioxide Evolution Rate" 8. The compost product shall originate from organic feedstocks as defined in WAC 173 350 as "Wood waste", "Yard debris", "Post -consumer food waste", "Pre -consumer animal -based wastes", and/or "Pre -consumer vegetative waste". The Contractor shall provide a list of feedstock sources by percentage in the final compost product. 9. The Engineer may also evaluate compost for maturity using U S Composting Council TMECC 05.08-E "Solvita® Maturity Index" Fine compost shall score a number 6 or above on the Solvita® Compost Maturity Test. Medium and Coarse compost shall score a 5 or above on the Solvita® Compost Maturity Test. 9-14.4(8)A Compost Approval This section's title is revised to read. 9-14.4(8)A Compost Submittal Requirements The first sentence in this section up until the colon is revised to read: The Contractor shall submit the following information to the Engineer for approval Item No. 2 in the first paragraph is revised to read: 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with WAC 173-350 (Minimum Functional Standards for Solid Waste Handling) or for biosolid composts a copy of the Coverage Under the General Permit for Biosolids Management issued to the AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 manufacturer by the Department of Ecology in accordance with WAC 173-308 (Biosolids Management). 9-14.5 Erosion Control Devices This section is supplemented with the following new sub -section: 9-14.5(9) High Visibility Silt Fence High visibility silt fence shall be a minimum of 5 feet in height, high visibility orange, UV stabilized and shall meet the geotextile requirements in Section 9-33 Table 6. Support posts shall be in accordance with the Standard Plans. The posts shall have sufficient strength and durability to support the fence through the life of the project. 9-14.5(1) Polyacrylamide (PAM) The fourth sentence is replaced with the following two new sentences: The minimum average molecular weight shall be greater than 5-mg/mole The charge density shall be no less than 15 percent and no greater than 30 percent. 9-14.5(2) Erosion Control Blanket This section including title is deleted in its entirety and replaced with the following. 9-14.5(2) Biodegradable Erosion Control Blanket Biodegradable erosion control blankets shall be made of natural plant fibers, and all netting material, if present, shall biodegrade within a life span not to exceed 2 years. The Contractor shall provide independent test results from the National Transportation Product Evaluation Program (NTPEP) meeting the requirements of Section 9-14.5(2)B, 9-14 5(2)C and 9-14.5(2)D. 9-14.5(2)A Approval and Acceptance of Biodegradable Erosion Control Blankets The erosion control blanket may be selected from the Qualified Products List, or submitted using a Request for Approval of Materials (RAM) in accordance with Section 1-06. Erosion control blankets may be accepted by the Engineer based on the modified acceptance criteria when materials are selected from the QPL. The modified acceptance criteria are defined in the QPL for each material. 9-14.5(2)B Biodegradable Erosion Control Blanket for Slopes Steeper than 3:1 (H:V) Table 6 Properties ASTM Test Method Requirements for Slopes Steeper than 3:1 Protecting Slopes from Rainfall -Induced Erosion ASTM D 6459 Soil tested shall be sandy loam as defined by the NRCS** Soil Texture Triangle C factor = 0 04 maximum for cumulative R-Factor<231 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 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 Mass Per Unit Area ASTM D 6475 7 6 oz./sq. yd. minimum Light Penetration ASTM D 6567 44 % maximum Tensile Strength MD x XD* ASTM D 6818 10.0 x 6 0 pounds/inch minimum Tensile Elongation MD x XD* ASTM D 6818 38% x 33% maximum *MD is Machine Design and XD is Cross Direction **Natural Resource Conservation Services 9-14.5(2)C Biodegradable Erosion Control Blanket for Slopes Flatter than 3:1(H:V) Table 7 Properties ASTM Test Method Slope Flatter than 3:1 Requirements Protecting Slopes from Rainfall -Induced Erosion ASTM D 6459 Soil tested shall be sandy loam as defined by the NRCS** Soil Texture Triangle C factor = 0.15 maximum for cumulative R-Factor<231 Mass Per Unit Area ASTM D 6475 7 6 oz./sq. yd. minimum Light Penetration ASTM D 6567 40% maximum Tensile Strength MD x XD* ASTM D 6818 6.5 x 2 3 pounds/inch minimum Tensile Elongation MD x XD* ASTM D 6818 38% x 33% maximum *MD is Machine Design and XD is Cross Direction **Natural Resource Conservation Services 9-14.5(2)D Biodegradable Erosion Control Blanket for Ditches Table 8 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 Properties Test Method Requirements Performance in Protecting Earthen Channels from Stormwater- Induced Erosion ASTM D 6460 Soil tested shall be sandy loam as defined by the NRCS** Soil Texture Triangle Limiting Shear (TL;m;t) = 2.0 psf minimum. Limiting Velocity (VL;m;t) = 7 5 ft/sec flow minimum. Mass per Unit Area ASTM D 6475 7 4 oz./ sq. yd. minimum Light Penetration ASTM D 6567 65 % maximum Tensile Strength MD x XD* ASTM D 6818 9 6 x 3 2 lbs/inch minimum Tensile Elongation MD x XD* ASTM D 6818 38% x 33% maximum *MD is Machine Design and XD is Cross Direction **Natural Resource Conservation Services 9-14.5(3) Clear Plastic Covering This section including title is revised to read: Plastic Covering Plastic covering shall meet the requirements of ASTM D 4397 for polyethylene sheeting. 9-14.5(4) Geotextile Encased Check Dam This section including title is revised to read: 9-14.5(4) Check Dams All materials used for check dams shall be non-toxic and not pose a threat to wildlife when installed This section is supplemented with the following new sub -sections: 9-14.5(4)A Biodegradable Check Dams Biodegradable check dams shall meet the following requirements. Biodegradable Check Dams Materials Wattle Check Dam 9-14 5(5) Compost Sock Check Dam 9-14 5(6) Coir Log Check Dam 9-14 5(7) The Contractor may substitute a different biodegradable check dam as long as it complies with the following and is approved by the Engineer. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. Made of natural plant fiber. 2. Netting if present shall be biodegradable. 3 Straw bales shall not be used as check dams. 9-14.5(4)B Non -biodegradable Check Dams Non -biodegradable check dams shall meet the following requirements: 1 Geotextile materials shall conform to section 9-33 for silt fence. 2 Other such devices that fulfill the requirements of section 9-14.5(4) and shall be approved by the Engineer prior to installation 9-14.5(5) Wattles The second sentence in the first paragraph is revised to read. Wattle shall be a minimum of 8 -inches in diameter. The first sentence in the second paragraph is revised to read. Compost filler shall be Medium Compost and shall meet the material requirements as specified in Section 9-14 4(8). The last paragraph is revised to read: Wood stakes for wattles shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 by 2 -inch nominal dimension and a minimum 24 inches in length. 9-14.5(6) Compost Socks In this section, "Coarse Compost" is revised to read "Medium Compost". The last paragraph is revised to read. Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 by 2 -inch nominal dimension and a minimum 24 inches in length 9-14.5(8) High Visibility Fencing The first paragraph is revised to read: High visibility fence shall be UV stabilized, orange, high-density polyethylene or polypropylene mesh. 9-14.6(1) Description In item No. C in the fourth paragraph, "22 -inch" is revised to read "2 -inch". AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27113 9-16.AP9 Section 9-16, Fence and Guardrail August 5, 2013 9-16.1(1)A Post Material for Chain Link Fence The first paragraph is revised to read Except as noted otherwise, post material shall conform to the requirements of AASHTO M 181, Type 1 (zinc -coated steel), Grade 1 or 2, and shall include all round and roll - formed material (line posts, brace posts, end posts, corner posts, and pull posts). The last sentence in the fourth paragraph is deleted 9-16.1(1)C Tension Wire and Tension Cable This section including title is revised to read: 9-16.1(1)C Tension Wire Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall be Class 1. 9-16.1(1)D Fittings and Hardware The second sentence in the first paragraph is deleted. The last paragraph is deleted. 9-16.1(2) Approval This section is deleted 9-16.2(2) Approval This section is deleted 9-16.3(2) Posts and Blocks The first sentence in the first paragraph is revised to read. Posts and blocks may be of creosote, pentachlorophenol, waterborne chromate copper arsenate (CCA), or ammoniacal copper zinc arsenate (ACZA), treated timber, or galvanized steel (galvanized steel posts only — no blocks) The following reference is deleted from the third paragraph: ACA 0.50 lbs. pcf The sixth paragraph is deleted 9-16.4(2) Wire Mesh This section is revised to read. The galvanized wire mesh shall be a Style 1 double -twisted hexagonal mesh conforming to ASTM A 975 with 8 by 10 opening, except when a colorized, polyvinyl chloride coating is required then the Style shall be a Style 3 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The longitudinal edges of the wire mesh fabric shall have knuckled selvedges with continuous selvedge wire as specified in ASTM A 975. 9-16.4(3) Wire Rope This section is revised to read: Wire rope shall be %- inch -diameter, independent wire rope class (IWRC) 6x19, extra improved plow steel (EIP) wire rope galvanized in accordance with ASTM A1023. Each lot of wire rope shall be accompanied by a Manufacturer's Certificate of Compliance, a mill certificate, and a test report showing the wire rope meets the minimum breaking force requirements of ASTM A 1023. 9-16.4(4) Hardware This section is revised to read. Weldless steel rings shall be drop -forged steel and heat treated after forging; have a single pull, working load limit of at least 10,000 lbs; and meet performance requirements of Federal Specification RR -C-271 D Type VI. Thimbles required for all wire rope loops shall be standard weight, galvanized, and meet performance requirements of Federal Specification FF -T -276b Type II. Wire rope clips shall have drop -forged steel bases, be galvanized, and meet performance requirements of Federal Specification FF -C-450 Type I Class 1 9-16.4(5) Hog Rings and Tie Wire This section including title is revised to read. 9-16.4(5) Fasteners and Lacing Wire Fasteners shall consist of 11 gauge high tensile steel. Lacing wire shall consist of 9 gauge, zinc -coated steel wire conforming to ASTM A 641 9-16.4(6) Grout This section including title is deleted. 9-16.4(7) Anchor This section including title and section number is revised to read: 9-16.4(6) Ground Anchors Threaded bar ground anchors shall be deformed, continuously threaded, steel reinforcement bars conforming to either Section 9-07 2 or Section 9-07.11 Threaded bar ground anchors shall be either epoxy -coated in accordance with Sections 6- 02.3(24)H and 9-07 3 or galvanized after fabrication in accordance with ASTM A 767 Class I. Hollow -core anchor bars shall have continuous threads/deformations and be fabricated from steel tubing conforming to ASTM A 519. Couplers and nuts shall provide 100% of the guaranteed minimum tensile strength of the hollow core anchor bars. Bearing plates shall conform to ASTM A 572 Grade 50 and shall be galvanized after fabrication in accordance with AASHTO M 111. Nuts shall conform to either AASHTO M 291 Grade B, hexagonal, or Section 9-07.11. Nuts shall be galvanized after fabrication AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 in accordance with AASHTO M 111 for plate washers and AASHTO M 232 for all other hardware Grout for ground anchors shall be Grout Type 2 for Nonshrink Applications, conforming to Section 9-20 3(2). Concrete for soil anchor deadmen shall be either commercial concrete conforming to Section 6-02.3(2)B or Class 3000 conforming to Section 6-02. Steel reinforcing bars for soil anchor deadmen shall conform to Section 9-07.2, and shall be epoxy -coated in accordance with Sections 6-02 3(24)H and 9-07.3. 9-16.6(3) Posts This section is revised to read: Line posts for Types 1 and 2 glare screens shall be 2 inch inside diameter galvanized steel pipe with a nominal weight of 3.65 pounds per linear foot. End, corner, brace, and pull posts for Type 1 Design A and B and Type 2 shall be 2 1/2 inch inside diameter galvanized steel pipe with a nominal weight of 5.79 pounds per linear foot. Intermediate pull posts (braced line posts) shall be as specified for line posts The base material for the manufacture of steel pipes used for posts shall conform to the requirements of ASTM A 53, except the weight tolerance on tubular posts shall be applied as provided below. Posts provided for glare screen will have an acceptance tolerance on the weight per linear foot, as specified, equal to plus or minus 5 percent. This tolerance will apply to each individual post. All posts shall be galvanized in accordance with AASHTO M 181 Section 32. The minimum average zinc coating is per square foot of surface area This area is defined as the total area inside and outside A sample for computing the average of mass of coating is defined as a 12 -inch piece cut from each end of the galvanized member 1 9-16.6(5) Cable This section including title is revised to read. 9-16.6(5) Vacant 9-16.6(6) Cable and Tension Wire Attachments This section including title is revised to read. 9-16.6(6) Tension Wire Attachments All tension wire attachments shall be galvanized steel conforming to the requirements of AASHTO M 232 unless otherwise specified Eye bolts shall have either a shoulder or a back-up nut on the eye end and be provided with an eye nut where needed or standard hex nut and lock washer %-inch diameter for tension wire and of sufficient length to fasten to the type of posts used. Turnbuckles shall be of the shackle end type, 12 inch diameter, with standard take-up of 6 inches and provided with 3 inch diameter pins. 9-16.6(9) Fabric Bands and Stretcher Bars The first paragraph is revised to read: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 Fabric bands shall be % inch by 1 inch nominal Stretcher bars shall be 3/16 inch by % inch nominal or 5/16 inch diameter round bar nominal A 5/16 inch diameter round stretcher bar shall be used with Type 1 Nominal shall be construed to be the area of the cross section of the shape obtained by multiplying the specified width by thickness A variation of minus 5 -percent from this theoretical area shall be construed as "nominal" size. All shall be galvanized to meet the requirements of ASTM F 626. 9-16.7 Vacant This section including title is deleted in its entirety 9-16.8 Weathering Steel Beam Guardrail This section including title is deleted in its entirety 9-18.AP9 Section 9-18, Precast Traffic Curb and Block Traffic Curb August 6, 2012 This section's title is revised to read. 9-18 Precast Traffic Curb 9-18.3 Block Traffic Curb This section including title is revised to read' 9-18.3 Vacant 9-20.AP9 Section 9-20, Concrete Patching Material, Grout, and Mortar January 2, 2012 9-20.3(3) Grout Type 3 for Unconfined Bearing Pad Applications This section is revised to read: Grout Type 3 shall be a prepackaged material meeting the requirements of ASTM C 928 — Table 1, R2 Concrete or Mortar. 9-20.3(4) Grout Type 4 for Multipurpose Applications In the third sentence of the first paragraph, the reference "0 40" is revised to read "0 45". 9-23.AP9 Section 9-23, Concrete Curing Materials and Admixtures August 5, 2013 9-23.2 Liquid Membrane -Forming Concrete Curing Compounds In the first paragraph, "moisture Toss" is revised to read "water retention" 9-23.6(9) Type S Specific Performance Admixtures The first sentence is revised to read the following two new sentences: AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 Type S Specific Performance admixtures are limited to ASR -mitigating, viscosity modifying, shrinkage reducing, rheology -controlling, and workability -retaining admixtures. They shall conform to the requirements of ASTM C 494 Type S. 9-26.AP9 Section 9-26, Epoxy Resins August 5, 2013 9-26.3(1)A Traffic Bearing Applications The first sentence in the first paragraph is revised to read: Epoxy grout/mortar/concrete for traffic bearing applications shall have a 7 -day compressive strength of not less than 4,000 psi when tested in accordance with ASTM C 579. 9-28.AP9 Section 9-28, Signing Materials and Fabrication April 1, 2013 9-28.14(2) Steel Structures and Posts "AASHTO M 291" is revised to read "ASTM A 563" and "AASHTO M 293" is revised to read "ASTM F 436" 9-34.AP9 Section 9-34, Pavement Marking Material August 5, 2013 9-34.2 Paint The second paragraph is revised to read: Blue and black paint shall comply with the requirements for yellow paint in Section 9- 34.2(4) and Section 9-34.2(5), with the exception that blue and black paints do not need to meet the requirements for titanium dioxide, directional reflectance, and contrast ration. 9-34.3(4) Type D — Liquid Cold Applied Methyl Metharcrylate The column headings in the table titled "98.2 Formulations Type D — Liquid Cold Applied Methyl Methacrylate" are revised to read. 1 1 1 1 1 1 1 1 1 1 1 1 98.2 Formulations Type D — Liquid Cold Applied Methyl Methacrylate Property Test Method D-1 Min. Max. D-2 Min. Max. D-3 Min. Max. D-4 Min. Max. D-5 Min. Max. D-6 1 Min. 9-36.AP9 Section 9-36, Shaft -Related Materials August 5, 2013 Max 1 1 9-36.1(1) Permanent Casing This section is revised to read: 1 1 AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 Permanent casing shall be of steel base metal conforming to ASTM A 36, ASTM A 252 Grades 2 or 3, ASTM A 572, or ASTM A 588. AMENDMENTS TO THE 2012 STANDARD SPECIFICATIONS BOOK Revised: 8/27/13 APPENDIX B CONSTRUCTION STAKING REQUEST FORM G:\PROJECTS\2013\13048\Spec. Docx 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONSTRUCTION STAKING REQUEST FORM EMAIL TO. eherzog(cr�hlacivil.com OR FAX TO: ERIC HERZOG, P.L.S at (509) 965-3800 CITY OF YAKIMA NOEL CANNING INDUSTRIAL WASTELINE EXTENSION AND SEWER REHABILITATION CITY OF YAKIMA PROJECT NO. WW2327 HLA PROJECT NO 13048 Contractor Date of Request: Time of Request: The Contractor shall provide at least three (3) working days notice as required by the Contract Technical Specifications. WHEN REQUIRED ITEM DESCRIPTION STATION TO STATION DATE TIME 1. 2. 3 4. SIGNATURES STAKING COMPLETED Contractor Huibregtse, Louman Associates, Inc., (HLA) G:\PROJECTS\2013\13048\Spec. Docx Item By Date/Time 1. 2 3 4. APPENDIX C WSDOT STANDARD PLANS G:\PROJECTS12013\13048\Spec. Docx Standard Plans (August 5, 2013 WSDOT GSP) The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 13-037, effective August 5, 2013 is made a part of this contract. The Standard Plans are revised as follows. A-50.10 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C -14a is revised to C-70.10 A-50.20 Sheet 2 of 2, Plan, with Anchored Barrier, reference C -14a is revised to C-70 10 A-50.30 Sheet 2 of 2, Plan (top), reference C -14a is revised to C-70 10 B-10.20 and B-10.40 Substitute "step" in lieu of "handhold" on plan B-25.20 Add Note 7 See Standard Specification Section 8-04 for Curb and Gutter requirements B-90.40 Offset & Bend details, add the subtitle, "Plan View" above titles C -16a Note 1, reference C-28 40 is revised to C-20 10 C -16b Note 3, reference C-28.40 is revised to C-20.10 C-70.10-00 Elevation, and Barrier Connection Detail, callout for premolded joint filler, revise %<" to 3/8" Note 1, revise 1/4" to 3/8" The Welded Wire Reinforcing Substitution Option Table is deleted. The note, "*Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read. "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10.3." C-75.10-00 Elevation, callout for premolded joint filler, revise %4' to 3/8", Note 1, revise 1/4" to 3/8". The Welded Wire Reinforcing Substitution Option Table is deleted. The note, "*Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10 3." C-75.20-00 Elevation, callout for premolded joint filler, revise'/4' to 3/8", Note 1, revise %4' to 3/8". The Welded Wire Reinforcing Substitution Option Table is deleted The note, "*Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read. "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10.3." C-75.30-00 Elevation, and Plan views, callout for premolded joint filler, revise 1/4" to 3/8" ", Note 1, revise %a" to 3/8". The Welded Wire Reinforcing Substitution Option Table is deleted The note, "*Optional Substitutions to G:\ PROJECTS \2013\13048\Spec. Docx Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read. "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10 3 " C-80.10-00 The Welded Wire Reinforcing Substitution Option Table is deleted. The note, "*Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10.3." C-80.20-00 The Welded Wire Reinforcing Substitution Option Table is deleted. The note, "*Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read. "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10 3." C-80.30-00 The Welded Wire Reinforcing Substitution Option Table is deleted. The note, "*Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10.3 " C-80.40-00 The Welded Wire Reinforcing Substitution Option Table is deleted The note, "*Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6-10 and 9-07" is revised to read• "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6-10.3." C-85.14 General Notes, Note 1, reference to Standard Plan C-13 is revised to C-70 10 C-85.15 General Notes, Note 2, reference to Standard Plan C-13 is revised to C-70 10 C-85.16 General Notes, Note 1, reference to Standard Plan C-13 is revised to C-70 10 C-85.18 General Notes, Note 1, reference to Standard Plan C-13 is revised to C-70 10 C-85.20 General Notes, Note 3, reference to Standard Plan C-13 is revised to C-70 10 D-3.10 Key Note 7, reference to 1130 04(5) 06 is revised to 730.05(5) F-10.12 Note 1. See Standard Plan F-30 10 for Curb Expansion and Contraction Joint spacing Is revised to read; "See Standard Plan F-30.10 for Curb Expansion and Contraction Joint spacing and see Standard Specification section 8-04 and 9-04 for additional requirements." F-10.62 Plan Title, Precast Concrete Sloped Mountable Curb is revised to read, "Precast Sloped Mountable Curb" F-10.64 Plan Title, Plan Title, Precast Concrete Dual Faced Sloped Mountable Curb is revised to read, "Precast Dual Faced Sloped Mountable Curb" G'\PROJECTS\2013\13048\Spec. Docx 1 t 1 F-30.10 Sections, left side of sheet, (4 places), dimension, Sidewalk - 6' — 0" MIN (See Contract) is revised to read, "Sidewalk (See Contract)" Section, top middle of sheet, dimension, Sidewalk — 6' — 0" MIN (See Contract) is revised to read, "Sidewalk (See Contract)" F-80.10 callout, top middle of sheet, Match Sidewalk Width See Contract Plans — 4' — 0" MIN is revised to read, "Match Sidewalk Width See Contract Plans" dimension, PLAN VIEW TYPE 2, (2 places), 4' — 0" MIN, is revised to read; "(See Contract)" dimension, SECTION C, See Contract Plans — 4' — 0" MIN is revised to read; "See Contract Plans" G-60.20 Side View, callout, "Anchor Rod — 1-3/4" Diam x 4'-4" Threaded 8" Min Each End, W/ 2 Washers & 4 Heavy Hex Nuts — Galvanize Exposed Anchor Rod End for 1'-0" Min." is revised to read; "Anchor Rod 1-3/4" Diam x 4'-4" Threaded 8" Min. Each End, W/ 2 Washers & 6 Heavy Hex Nuts — Galvanize Exposed Anchor Rod End for 1'-0" Min." G-60.30 End View, callout, "Anchor Rod — 1-3/4" Diam x 4'-4" Threaded 8" Min Each End, W/ 2 Washers & 4 Heavy Hex Nuts — Galvanize Exposed Anchor Rod End for 1'-0" Min " is revised to read, "Anchor Rod 1-3/4" Diam x 4'-4" Threaded 8" Min Each End, W/ 2 Washers & 6 Heavy Hex Nuts — Galvanize Exposed Anchor Rod End for 1'-0" Min " H-70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is revised to H- 70.10 1-50.10 Deleted J -3b Sheet 2 of 2, Plan View of Service Cabinet, Boxed Note, "SEE STANDARD PLAN J -6C. " is revised to read "SEE STANDARD PLAN J-10 10 " Sheet 2 of 2, Plan View of Service Cabinet Notes, references to Std. Plan J -9a are revised to J-60 05 (3 instances). J-10.10 Note 2 The contractor shall install the conduits in the locations shown. Conduits shall extend 2" min. above the coupling The conduit containing unfused utility conductors shall extend into the utility chase is revised to read "The contractor shall install the conduits in the locations shown Conduits shall extend 2" min above the coupling The grounded end bushing on GRS conduit and the end bell bushing on PVC conduit shall extend 3" max. above the coupling The conduit containing unfused utility conductors shall extend into the utility chase " Note 4. The cabinets shall be attached to the foundation with 4 each: 1/2" x 12" x 2" x 4" hot dip galv. anchor bolts, washers, and nuts. Stainless steel epoxy anchors may be used as an alternative, and shall be 1/2" diam. x 9", or 5/8" diam. x 8" Bolts shall extend 1 1/2" min. to 2" max. above the concrete pad is revised to read* "The cabinets shall be attached to the foundation with 4 each %2" x 12" x 2" x 4" anchor bolts, washers, and nuts conforming to Section 9-06 5(1) and galvanized after fabrication in accordance with AASHTO M 232. Stainless steel epoxy anchors may be used as an alternative, and shall be 1/2" diameter x 9", or 5/8" diameter x 8" Threaded Rod (conforming to ASTM F 593), washers (conforming to ASTM A 240), and nuts (conforming to ASTM F 594), all shall be Type 304 stainless steel. Bolts shall extend 1 1/2" min. to 2" max. above the concrete pad " G:\PROJECTS\2013\13048\Spec. Docx J-10.15 ANCHOR BOLT detail, callout - ASTM A307 with washer and nut - Galvanized per AASHTO M 232 is revised to read, "Anchor bolts, washers, and nuts conforming to Section 9-06 5(1) and galvanized after fabrication in accordance with AASHTO M 232 " J-15.10 Elevation View (3x), Depth dimension, reads; "Depth - See Std Spec. 9-20 3(14)E and Contract", revised to read, "Depth - See Std. Spec. 8-20 3(13)A and Contract" J-15.15 General Notes, Note 3, reference to Standard Plan J -7c is revised to J-27 15 J -16b Deleted J -16c Deleted J-20.10-02 Foundation Detail, callout, "%" diameter steel hex nut, with 1 1/" flat washer (2) each req'd per anchor bolt" is revised to read, '/" diameter steel heavy hex nut, with Y" flat washer (2) each req'd per anchor bolt J-20.11-01 Sheet 1, View A, callout, "1/" x 26" full thread - (4) required %" hex nuts - (4) required per anchor bolt" is revised to read, "%" x 24" full thread - (4) required 1/2" heavy hex nuts - (4) required per anchor bolt" Section B, callout, "1/2" diameter steel hex nut, with '/2' flat washer, (2) required per anchor bolt" is revised to read, 1/2" diameter steel heavy hex nut, with 1/2" flat washer, (2) required per anchor bolt Sheet 2, Elevation, callout, "Anchor bolt 1/2' x 28" full thread - (4) required Y2" hex nuts - (4) required per anchor bolt" is revised to read Anchor bolt 3/4" x 36" full thread (4) required 3/4" heavy hex nuts - (4) required per anchor bolt" J-20.16 Elevation, callout, "1/4" Premolded Joint Filler" is revised to read; "3/8" Premolded Joint Filler" Add General Note 9 "Junction Box serving the Standard shall preferably be located 5' - 0" (10' - 0" Max.) from the Standard." J-21.10-03 Sheet 1, Round Concrete Foundation Detail, Elevation, callout, "3/" hex nuts, steel, (4) Req'd. per Anchor Bolt" is revised to read, Anchor bolt'/" x 30" full thread - (4) required 3/" heavy hex nuts, steel, (4) Req'd per Anchor Bolt Sheet 1, Square Concrete Foundation Detail, Elevation, callout, "3/4" hex nuts, steel, (4) Req'd. per Anchor Bolt" is revised to read; Anchor bolt 3/" x 30" full thread - (4) required 3/" heavy hex nuts, steel, (4) Req'd. per Anchor Bolt Sheet 1, Detail C, callout, "Base Plate Assembly ^''/2" Diam steel hex nut, with 1 1/2" flat washer, 2 each req'd per anchor bolt - minimum of 2 threads above top of nut or 5/8" maximum (Typ )" is revised to read; Base Plate Assembly - 3/4" heavy hex nut, with 3/4" flat washer, 2 each req'd per anchor bolt - minimum of 2 threads above top of nut or 5/8" maximum (Typ )" Sheet 2, Round Concrete Foundation Detail, Elevation, callout, "Anchor Bolts - (4) req'd per assembly (Typ.)" is revised to read, Anchor Bolt 3/4" x 30" full thread - (4) req'd per assembly (Typ )" Callout, "3/4" hex nuts, steel - (4) req'd. per anchor bolt" is revised to read; 3/4" heavy hex nuts, steel - (4) req'd. per anchor bolt Sheet 2, Round Concrete Foundation Detail, Elevation, callout, "Anchor Bolts - (4) req'd per assembly (Typ )" is revised to read; Anchor Bolt 3/" x 30" full thread - (4) req'd per assembly (Typ.)" Callout, "3/4" G:\PROJ ECTS12013113048\Spec. Docx hex nuts, steel — (4) req'd per anchor bolt" is revised to read, 1 3/4" heavy hex nuts, steel — (4) req'd. per anchor bolt J-22.15-01 Ramp Meter Signal Standard, elevation, dimension 4'6" is revised to read; 6'-0" J-29.10 Galvanized Welded Wire Mesh detail, callout — "Drill and Tap for 1/4" Diam Cap Screw, 3 Places, @ 9" center, all 4 edges S S Screw, ASTM F593 and washer" Is revised to read; "Drill and Tap for 1/4" Diam Cap Screw, 3 Places, @ 9" center, all 4 edges S.S Screw, ASTM F593 and washer Liberally coat the threads with Anti -seize Compound." J-29.15 Title, "Camera Pole Standard" is revised to read, "Camera Pole Standard Details" J-29-16 Title, "Camera Pole Standard Details" is revised to read; "Camera Pole Details" J-60.14 All references to J -16b (6x) are revised to read; J-60.11 J-75.40 Monotube Sign Structure, elevation, callout — EQUIPMENT GROUNDING CONDUCTOR — SIZE PER NEC MINIMUM SIZE # 8 Is revised to read; EQUIPMENT GROUNDING CONDUCTOR — SIZE PER NEC minimum size # 4 AWG Detail C, callout— EQUIPMENT GROUNDING CONDUCTOR — CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC MIN. SIZE # 8 Is revised to read; EQUIPMENT GROUNDING CONDUCTOR — CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC minimum size # 4 AWG Detail C, callout — Stainless Steel, selftapping 1/4" Diam Screw w/ S S Washer, space approx. 9" 0 C is revised to read; "Stainless Steel, selftapping '/4" Diam Screw w/ S S Washer, space approx. 9" 0 C , liberally coat the threads with Anti -seize compound" J-75.45 elevation, callout — EQUIPMENT GROUNDING CONDUCTOR — SIZE PER NEC MINIMUM SIZE # 8 Is revised to read: EQUIPMENT GROUNDING CONDUCTOR —. SIZE PER NEC minimum size # 4 AWG Detail D, callout— EQUIPMENT GROUNDING CONDUCTOR — CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC MIN. SIZE # 8 Is revised to read EQUIPMENT GROUNDING CONDUCTOR — CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC minimum size # 4 AWG Detail C, callout — Stainless Steel, selftapping 1/4" Diam. Screw w/ S S. Washer, space approx. 9" O.C. is revised to read; "Stainless Steel, selftapping 1/4" Diam. Screw w/ S S Washer, space approx. 9" O.C., liberally coat the threads with Anti -seize compound" J-90.10 Section B, callout, "Hardware Mounting Rack — S. S. 1-5/8" Slotted Channel" is revised to read: "Hardware Mounting Rack (Typ) — Type 304 S S 1-5/8" Slotted Channel" J-90.20 Section B, callout, "Hardware Mounting Rack (Typ) — S S 1-5/8" Slotted Channel" is revised to read: "Hardware Mounting Rack (Typ) — Type 304 S. S 1-5/8" Slotted Channel" G:\P ROJ ECTS\2013\13048\Spec. Docx K-80.30 In the NARROW BASE, END view, the reference to Std Plan C -8e is revised to Std. Plan K-80.35 The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan Standard Plans showing different dates shall not be used in this contract. A-10 10-00 . 8/7/07 A-30 35-00 .. 10/12/07 A-50 20-01.. . 9/22/09 A-10.20-0010/5/07 A-40.00-00..... 8/11/09 A-50 30-00 .11/17/08 A-10 30-00 10/5/07 A-40.10-02... .. 6/2/11 A-50.40-00 .....11/17/08 A-20 10-00 8/31 /07 A-40 15-00.. 8/11/09 A-60.10-01 10/14/09 A-30 10-00 11/8/07 A-40 20-02 . 5/29/13 A-60 20-02 . . 6/2/11 A-30 15-00 11/8/07 A-40 50-01 ..... . 6/2/11 A-60 30-00... ....11/8/07 A-30 30-01.. . 6/16/11 A-50 10-00 .. .11/17/08 A-60.40-00 . . 8/31/07 B-5.20-01 . 6/16/11 B-30 50-01 . .4/26/12 B-75.20-01 ....6/10/08 B-5 40-01 . .6/16/11 B-30 70-03 . ...4/26/12 B-75.50-01 . . 6/10/08 B-5 60-01 . 6/16/11 B-30 80-00 . 6/8/06 B-75.60-00 . 6/8/06 B-10.20-01 ..2/7/12 B-30 90-01.. . 9/20/07 B-80 20-00.... .6/8/06 B-10 40-00 . 6/1/06 8-35.20-00 .... 6/8/06 B-80 40-00 .......6/1/06 B-10 60-00 .....6/8/06 B-35 40-00. . 6/8/06 B-82.20-00... . .. 6/1/06 B-15.20-01.. ..2/7/12 B-40.20-00 6/1/06 B-85.10-01. .....6/10/08 B-15 40-01. .2/7/12 B-40 40-01 .. .6/16/10 B-85 20-00.... 6/1/06 B-15 60-01 ...2/7/12 B-45.20-00... ... 6/1/06 B-85 30-00 . 6/1/06 B-20 20-02.. . 3/16/12 B-45 40-00. . 6/1/06 B-85 40-00 ... 6/8/06 B-20 40-03.... 3/16/12 B-50.20-00 . 6/1/06 B-85 50-01. .. . 6/10/08 B-20 60-03 .. 3/15/12 B-55.20-00 .. .... 6/1/06 B-90.10-00 6/8/06 B-25.20-01... 3/15/12 B-60 20-00 .. .. 6/8/06 B-90.20-00. . 6/8/06 B-25 60-00... 6/1/06 B-60 40-00 . . 6/1/06 B-90 30-00 ..... 6/8/06 B-30 10-01 4/26/12 8-65.20-01 .. .4/26/12 8-90.40-00.. 6/8/06 B-30 20-02 ... 4/26/12 B-65 40-00.... 6/1/06 B-90 50-00..... 6/8/06 13-30.30-01 . .4/26/12 B-70 20-00 . . . 6/1/06 B-95 20-01 . . 2/3/09 B-30 40-01 . ..4/26/12 B-70 60-00 6/1/06 8-95 40-00 . 6/8/06 C-1 . . . 6/16/11 C-6 .5/30/97 C-23 60-02 ... 6/21/12 C -la. 10/14/09 C -6a 10/14/09 C.24 10-00. 7/12/12 C-1 b. ... . .... 6/16/11 C -6c. . 1 /6/00 C-25.18-03... 7/2/12 C -lc . .5/30/97 C -6d...... .. 5/30/97 C-25.20-05 .7/2/12 C -1d 10/31/03 C -6f . .. . .7/25/97 C-25.22-04.....7/2/12 C-2.. 1/6/00 C-7. .. ... .6/16/11 C-25.26-02 . 7/2/12 C -2a. . . 6/21/06 C -7a.. .. . 6/16/11 C-25.80-02.... 7/2/12 C-2 b.... . 6/21/06 C-8 . . . .2/10/09 C-40.14-02.. . 7/2/12 C -2c 6/21/06 C -8a. .... 7/25/97 C-40 16-02. ...7/2/12 C -2d . . .. .6/21/06 C -8b.... . 6/27/11 C-40 18-02 7/2/12 C -2e ... 6/21/06 C -8e . .. ...2/21/07 C-70 10-00.... 4/8/12 C -2f.. ....... 3/14/97 C -8f ...... .. ... .. 6/30/04 C-75.10-00 ... 4/8/12 C -2g .. .. . ..7/27/01 C-10.... ......... .6/3/10 C-75.20-00..... 4/8/12 C -2h.. ....... 3/28/97 C -16a. . .. 6/3/10 C-75 30-00 .4/8/12 C -2i 3/28/97 C -16b... . .....6/3/10 C-80.10-00 . .4/8/12 C -2j ... 6/12/98 C-20.10-01 .. . 6/20/13 C-80.20-00 4/8/12 C -2k.. .... ...7/27/01 C-20 14-02... . 7/2/12 C-80.30-00 4/8/12 C -2n .. . 7/27/01 C-20.15-01 . 7/2/12 C-80.40-00. .. . 4/8/12 C -2o 7/13/01 C-20.18-01 7/2/12 C-80.50-00 4/8/12 C -2p ..10/31/03 C-20.19-01 ... 7/2/12 C-85.10-00. 4/8/12 C-3... 6/27/11 C-20 40-03 ... 7/2/12 C-85.11-00 4/8/12 C -3a. .......10/4/05 C-20.42-03. . ....7/2/12 C-85 14-00 6/16/11 C -3b. .....6/27/11 C-20.45.01.... . 7/2/12 C-85 15-00 . . 6/16/11 C -3c. .. . 6/27/11 C-22.14-02.... 6/16/11 C-85 16-00.. .. 6/16/11 G:\PROJECTS\2013\13048\Spec. Docx 1 1 1 1 1 e 1 1 1 1 1 C -4b ... . 6/8/06 C-22.16-03 . 4/18/12 C-85-18-00 . .6/16/11 C -4e ... .. ..2/20/03 C-22 40-02. . 6/16/10 C-85.20-00......6/16/11 C -4f .... .. 7/2/12 C-22.45 00 . 6/16/11 C-90.10-00... .7/3/08 D-2.04-00.. .11/10/05 D-2.48-00 ..11 /10/05 D-3 17-01 . . 5/17/12 D-2.06-01 .1/6/09 D-2 64-01. .. 1/6/09 D-4.. . .. ..12/11 /98 D-2.08-00 . 11/10/05 D-2.66-00 . 11/10/05 D-6 .. 6/19/98 D-2.14-00... 11/10/05 D-2 68-00. ...11/10/05 D-10 10-01. 12/2/08 D-2 16-00 11/10/05 0-2.80-00 . ..11/10/05 D-10 15-01 .. 12/2/08 D-2.18-00... . ..11/10/05 D-2.82-00 . 11/10/05 D-10.20-00 . 7/8/08 D-2.20-00 11/10/05 D-2.84-00. 11/10/05 D-10.25-00 7/8/08 D-2.32-00 .....11 /10/05 D-2.86-00 11/10/05 D-10.30-00.. . .7/8/08 D-2 34-01. .1/6/09 D-2 88-00 11/10/05 D-10 35-00 . ..7/8/08 D-2.36-02 1/6/09 D-2.92-00. ....11 /10/05 D-10.40-01 ... 12/2/08 D-2 42-00... 11/10/05 D-3 09-00. 5/17/12 D-10.45-01 . 12/2/08 D-2.44-00 . 11/10/05 D-3 10-01. . 5/29/13 D-15 10-01 . 12/2/08 D-2.60-00 ...11 /10/05 D-3 11-02 .. .5/29/13 D-15.20-02. .6/2/11 D-2.62-00 .. ..11/10/05 D-3 15-02. 6/10/13 0-15 30-01 ....12/02/08 D-2.46-00. . ....11/10/05 D-3 16-02 5/29/13 E-1. .. . .2/21/07 E-4 .. ....... 8/27/03 E-2. . . .. 5/29/98 E -4a. . . 8/27/03 F-10 12-02 .. 6/16/11 F-10 62-01 ....9/05/07 F-10.16-00. .. 12/20/06 F-10 64-02. ....7/3/08 F-10 18-00..... 6/27/11 F-30 10-02. ....6/20/13 F-10 40-02...... 6/21/12 F-40 12-02 . ...6/20/13 F-10.42-00 . . 1/23/07 F-40.14-02. . 6/20/13 G-10.10-00 9/20/07 G-20.10-00. .. 9/20/07 G-22.10-01 . 7/3/08 G-24 10-00 . 11/8/07 G-24.20-01 ..2/7/12 G-24.30-01 2/7/12 G-24 40-03 . 6/20/13 G-24 50-02.. 6/20/13 G-95.30-026/2/11 G-24 60-02 . 5/20/13 G-25 10-04. . 6/10/13 G-30 10-02.. 6/20/13 G-50 10-01 . .6/20/13 G-60.10-02 ... 6/10/13 G-60 20-01. . 6/27/11 G-60 30-01... . 6/27/11 G-70 10-02 . .6/10/13 H-10 10-00 ... .. 7/3/08 H-32 10-00. . 9/20/07 H-10 15-00 .. 7/3/08 H-60 10-01. 7/3/08 H-30.10-00 10/12/07 H-60.20-01.... . 7/3/08 1-10 10-01 . .. 8/11/09 1-30.10-02... . 3/22/13 1-30.15-02 . . . 3/22/13 1-30 16-00....... 3/22/13 1-3017-00 3/22/13 1-30 20-00 . . 9/20/07 1-30 30-01 6/10/13 1-30 40-01..... 6/10/13 1-30 60-00. ..5/29/13 1-40 10-00 9/20/07 F-40 15-02 6/20/13 F-40 16-02... 6/20/13 F-45 10-01 ...6/21 /12 F-80.10-023/15/12 G-70.20-02....6/10/13 G-70.30-02. . 6/10/13 G-90 10-01 . 5/11/11 G-90.20-02... 3/22/13 G-90.30-02 . 3/25/13 G-90.40-01.. .10/14/09 G-95.10-01 . 6/2/11 G-95.20-02... 6/2/11 H-70 10-01....2/7/12 H-70.20-01 . .2/16/12 H-70.30-02....2/7/12 1-40.20-00 . .. 9/20/07 1-50.20-01 . . .6/20/13 1-60 10-01 .. 6/10/13 1-60.20-01.... 6/10/13 1-80 10-01 . . 8/11/09 J-3 . ... 8/1/97 J-26 15-01 ....5/17/12 J-40 40-00 5/20/13 J -3b. 3/4/05 J-27 10-00 ..3/15/12 J-50 10-00 .....6/3/11 J -3c 6/24/02 J-27 15-00 3/15/12 J-50.11-00... .6/3/11 J-10 7/18/97 J-28 10-01 5/11/11 J-50.12-00 ... .6/3/11 J-10 10-01.... 5/11/11 J-28.22-00 . ..8/07/07 J-50 15-00 .....6/3/11 J-10 15-00. .. 7/2/12 J-28.24-00 . 8/07/07 J-50 16-01..... 3/22/13 J-10.22-00 .. 5/29/13 J-28.26-01 .. 12/02/08 J-50.20-00 . 6/3/11 J-15.10-00 5/8/12 J-28.30-02 6/27/11 J-50.25-00 6/3/11 J-15 15-00... 6/16/10 J-28.40-01.... 10/14/09 J-50 30-00 .....6/3/11 J -16b ... ..2/10/09 J-28.42-00.. ..8/07/07 J-60 05-00... 6/16/11 J -16c. . . 2/10/09 J-28.45-01....6/27/11 J-60 11-00 5/20/13 G: \P R O J E C TS\2013\ 1 30481Spec. Docx J-20 10-02 . 6/10/13 J-20 11-01. 6/10/13 J-20.15-02 . . 6/10/13 J-20 16-01. . 7/12/12 J-20.20-02.... 5/20/13 J-20.26-01. . 7/12/12 J-21 10-03 6/10/13 J-21.15-01 . ..6/10/13 J-21.16-01 . 6/10/13 J-21 17-01... 6/10/13 J-21.20-01 .. .6/10/13 J-22 15-01 . 6/10/13 J-22.16-02.... .6/10/13 J-26.10-02. ..3/15/12 K-70.20-00. . 2/15/07 K-80 10-00. . 2/21/07 K-80.20-00 12/20/06 K-80 30-00 ..2/21/07 K-80.35-00 ..2/21 /07 K-80.37-00 2/21/07 L-10 10-02..... 6/21/12 L-20 10-02.. 6/21/12 L-30 10-01. .. 6/16/11 J-28 50-02. ..6/2/11 J-28 60-01.. ..6/2/11 J-28 70-01 . . 5/11/11 J-29 10-00 .. 6/27/11 J-29.15-00... ..6/27/11 J-29 16-01 . 6/20/13 J-40 10-03 ..5/20/13 J-40.20-01. .5/17/12 J-40 30-03 ...5/20/13 J-40.35-01 .. 5/29/13 J-40 36-01.. 5/20/13 J-40 37-01 5/20/13 J-40 38-01......5/20/13 J-40 39-00 5/20/13 L-40.10-02. . 6/21/12 L-40.15-01 . 6/16/11 L-40.20-02. . 6/21/12 J-60 12-00 ....5/20/13 J-60.13-00 . ..6/16/10 J-60.14-00. 6/16/10 J-75.10-01 . . 5/11/11 J-75.20-00 ..2/10/09 J-75 30-01 . .5/11/11 J-75 40-00 10/14/09 J-75 45-00... 10/14/09 J-90 10-01... .6/27/11 J-90.20-01.. 6/27/11 L-70.10-01 . ..5/21/08 L-70.20-01 ..5/21 /08 M-1.20-02 .... 6/3/11 M-9.60-00 . .2/10/09 M-40 10-02 .5/11/11 M-1.40-02 . . 6/3/11 M-15.10-01 ....2/6/07 M-40 30-00 9/20/07 M-180-03. . 6/3/11 M-17 10-02... . ..7/3/08 M-40.40-00 9/20/07 M-2.20-02. . 6/3/11 M-20.10-02 . .. 6/3/11 M-40.50-00. . 9/20/07 M-3 10-03 ....6/3/11 M-20.20-01.... 1/30/07 M-40 60-00 . 9/20/07 M-3.20-02.. . 6/3/11 M-20.30-02... 10/14/09 M-60 10-016/3/11 M-3 30-03.. . 6/3/11 M-20.40-02 . 6/3/11 M-60.20-026/27/11 M-3.40-03 . 6/3/11 M-20.50-02.... 6/3/11 M-65.10-02.. 5/11/11 M-3.50-02........6/3/11 M-24.20-01 ...5/31 /06 M-80.10-01 . 6/3/11 M-5 10-02 ..... 6/3/11 M-24.40-01.. .5/31/06 M-80.20-00 .. 6/10/08 M-7.50-01 .. . 1/30/07 M-24 50-00.. .6/16/11 M-80.30-00 6/10/08 M-9 50-01 . . 1/30/07 M-24 60-03....5/11/11 G:\PROJECTS\2013\13048\Spec. Docx I ® al I '1 111111 11111 I 111111 I M S E 1 1 1 N FACE OF CURB PAVEMENT JOINT CONDITION A RECTANGULAR FRAME ISOLATION JOINT - 3/4" PREMOLDED JOINT FILLER LESS THAN ra.-0.1 ISOLATION JOINT - 3/4" PREMOLDED JOINT FILLER TIE BAR - #5BAR, 30"LONG SPACING = 6" O.C. CONDITION E PAVEMENT JOINT (TYP.) - FACE OF CURB J 1 1'-0"(TYP.) 4"R t__. PAVEMENT JOINT TIE BAR - 65BAR, 30"LONG SPACING = 6" O.C. FACE OF CURB T -.Z JOINT U TRACK ADJUSTED PAVEMENT JOINT CIRCULAR FRAME 00000000000h 01 °000010000° ISOLATION JOINT - 3/4" PREMOLDED JOINT FILLER LESS THAN a'-0" USJOINTUAL TRACK CONDITION B ISOLATION PAD ISOLATION JOINT - 3/4' PREMOLDED JOINT FILLER 4' - 0" OR MORE TIE BAR - # 5 BAR, 30" LONG • SPACING = S" O.C. • b OR MORE PAVEMENT JOINT EDGE OF SHOULDER J ISOLATION JOINT - N. 3/4" PREMOLDED JOINT FILLER 4'-0" OR LESS USUAL JOINT TRACK (TYP.) CONDITION I RECTANGULAR FRAME CONDITION F ?Iw re0 A000OOh 0000000000001 °000000000° ADJUSTED PAVEMENT JOINT (TYP.) PAVEMENT JOINT FACE OF CURB ISOLATION JOINT - 3/4" PREMOLDED JOINT FILLER CIRCULAR FRAME CONDITION C (SHOULDER USE ONLY) ISOLATION JOINT - 3/4" PREMOLDED JOINT FILLER PAVEMENT JOINT (TYP.) FACE OF CURB ISOLATION JOINT - 3/4" PREMOLDED JOINT FILLER CONDITION G CIRCULAR FRAME LESS rTHAN RECTANGULAR FRAME (COMBINATION INLET SHOWN) FACE OF CURB J PAVEMENT JOINT (TYP.) 4'-0" OR MORE ISOLATION JO NT - 3/4' PREMOLDED JOINT FILLER PAVEMENT JOINT (TYP.) 7• 000000011008 1000000000001 °00110001100° CONDITION J CIRCULAR FRAME ISOLATION JOINT - 3/4" PREMOLDED JOINT FILLER , TIE BAR -#5BAR, 30" LONG SPACING = 6" O.C. CONDITION D' ISOLATION JOINT - 3/4' PREMOLDED JOINT FILLER NOTE 1000000000011 11011000000° CIRCULAR FRAME PAVEMENT JOINT (TYP.) CONDITION H ALL CONDITIONS ARE SHOWN IN PLAN VIEW. Iii PCC PAVEMENT ISOLATION JOINTS STANDARD PLAN A-40.15-00 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotfch 111 08-11-09 STATE DESIGN ENOtNFn MlE Washington Shall Dparlm.nt d Transportation w w 0 Z cc m 2 DRILLA 2" IMAM. FULL -DEPTH HOLE, FILL WITH JOINT SEALER CONDITION F T - JOINT DETAIL CONDITION G CONDITION TYPICAL ISOLATION JOINT GUIDELINES CONDITION FEATURE EDGES, FLANGES OR UPS IN THE PAVEMENT SECTION CONTINUOUS VERTICAL FACE THROUGH THE PAVEMENT SECTION DISTANCE FROM NEAREST TRANSVERSE JOINT A CATCH BASIN OR COMBINATION GRATE USE — — 9 CATCH BASIN OR COMBINATION GRATE USE — — C CATCH BASIN OR COMBINATION GRATE USE — > 4 FT FROM JOINT D GRATE INLET, CATCH BASIN OR CONCRETE INLET * — - USE <4 FT FROM JOINT E GRATE INLET, CATCH BASIN OR CONCRETE INLET * — USE < 4 FT FROM JOINT F GRATE INLET, CATCH BASIN OR CONCRETE INLET * — USE > 4 FT FROM JOINT G MANHOLE OR CATCH BASIN TYPE 2 USE — — H MANHOLE OR CATCH BASIN TYPE 2 USE — — I MANHOLE OR CATCH BASIN TYPE 2 USE — <4 FT FROM JOINT J MANHOLE OR CATCH BASIN TYPE 2 USE — > 4 FT FROM JOINT * WITH RECTANGULAR GRATE CAST INTO ADJUSTMENT SECTION. iCONDITION C CONDITION H PLAN TYPICAL APPLICATIONS ISOLATION JOINT – 3/4" PREMOLDED JOINT FILLER CONDITION D EDGES, FLANGES OR UPS IN PAVEMENT SECTION ir 11 1 SECTION OA CONDIDON I PAVEMENT JOINT (TYP.) ISOLATION JOINT - 3/4" PREMOLDED JOINT FILLER CONDITION E ISOLATION JOINT – 3/4" PREMOLDED JOINT FILLER SECTION OB CONDITION J CONTINUOUS VERTICAL FACE THROUGH THE PAVED SECTION PCC PAVEMENT ISOLATION JOINTS STANDARD PLAN A-40.15-00 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakot/ch 111 08-11-09 SATE DESIGN ENGINEER DATE vr71 Washington Sorb Department d Tnoepo,loHen I N MINI INS - r MI MS- I - .N d ® r - M M - 11111 11111 MI NE MI MIN 111111 NM NM NMI NB 111111 11111 111111 /1 NEI all 11111 10' MAX. 1000' MAX. END OR CORNER (BRACE) POST TENSION WIRE PULL POST TENSION WIRE LINE POST - SPACED @ 10' MAX. DRAWN BY' LISA CYFORD TIE WIRE (TYP.) 0 x STRETCHER BAR (TYP.) BRACE POST 10' MAX. (TVP.) TENSION KNUCKLED SELVAGE WIRE (TYP.) PULL POST - SPACED HOG RINGS (TYP.) @ 1000' MAX. SPACED @ 24" MAX. O TENSION WIRE ::. 4:::4 4$ TENSION WIRE .I!i:i. lap - TENSION WIRE TIE WIRE (TYP.) FABRIC BAND (TYP.) BRACE POST IF:STRETCHER BAR (TYP.) :6I i! HOG RINGS (TYP.) SPACED @ 24" MAX. TENSION WIRE KNUCKLED SELVAGE (TYP.) CHAIN LINK FENCE FABRIC i,vYh,Y/AV TENSION WIRE 10' MAX. TYPE 3 500' MAX. TENSION WIRE CONCRETE POST BASE (TYP.) PULL POST - SPACED HOG RINGS (TYP.) SPACED © 24" MAX. 500' MAX. LINE POST - SPACED 10' MAX. TENSION WIRE NOTES 1 All concrete post bases shall be 10" minimum diameter 2. Along the top and bottom, using Hog Rings, fasten the Chain Link Fence Fabric to the Tension Wire within the limits of the first full fabric weave. 3. Details are illustrative and shall not limit hardware design or post selec- tion of any particular fence type. TIE WIRES (TYP.) - SPACED @ 14" MAX. POST FABRIC BAND - SPACED 15" MAX. BRACE POST TIE WIRE (TYP.) CONCRETE POST BASE (TYP.) T -- TYPE 4 KNUCKLED SELVAGE CHAIN LINK (TYP.) FENCE FABRIC POST AND RAIL SPECIFICATIONS 3 1/2" 1 5/8" cPOSTNOM. LINE PIPE ROLL FORMED M t.. SIZE (SCH.40) LD. SECTION WEIGHT (Ib/ft) FENCE END, CORNER, OR PULL POST 2 1/2" DIAM. OY 5.10 II FABRIC LOOP - 2 SIDES Z LINE OR BRACE POST 2" DIAM. O 1.85 STRETCHER BAR FABRIC METHOD OF FASTENING STRETCHER BAR TO POST CHAIN LINK FENCE TYPES 3 AND 4 STANDARD PLAN L-20.10-02 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 06/21/12 STATE DESIGN ENGINEER DATE Washington Seat. D.panm.nt of Transportation DRAWN BY- LISA CYFORD TENSION WIRE FABRIC BAND TENSION WIRE STRETCHER BAR END OR CORNER (BRACE) POST DETAIL O TIE WIRE - SPACED @ 14" MAX. (TYP.) TENSION WIRE HOG RING -SPACED @ 24" MAX. BRACE POST DETAIL OC TURNBUCKLE EYE BOLT EVE NUT EYE BOLT TURNBUCKLE moon eraser, TENSION WIRE FABRIC BAND (TYP.) TENSION WIRES EYE NUT STRETCHER BAR (TYP.) PULL POST (AT END OR CORNER) DETAIL O EYE BOLT TURNBUCKLE mnna. iinii/- TENSION WIRES FABRIC BAND (TYP.) PULL POST (W THIN RUN) DETAIL OD STRETCHER BAR (TYP.) TENSION WIRE asV: va�?g CHAIN LINK FENCE TYPES 3 AND 4 STANDARD PLAN L-20.10-02 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 06/21/12 nineSTATE DESIGN ENGINEER DATE WIWashington State Deportment of Transportation - - - - - - NS -- 11111 - - - - - - -, - 1 NM MI In MI ON W MIN MI NIB N NM E-- r— -- m a CHAIN LINK FENCE TYPE 3 OR 4 PAY UMIT PULL POST TENSION WARE HOG RINGS - SPACED ® 24" MAX (TYP.) FABRIC BAWD (TYP.) STRETCHER BAR (TYP.) BOTTOM TENSION WIRE (TYP.) (NOT REQUIRED FOR CHAIN UNK FENCE TYPE 4) GATE POST (TYP.) - 3 12" DIAM. (NOM., SCH. 40) DOUBLE 14 FT. CHAIN UNK GATE - PAY UMIT DOUBLE 20 FT. CHAIN LINK GATE - PAY OMIT 14'-0'OR20-0" 10' - 0" (TYP.) TIE WIRES (TYP.) - MATCH FENCE SPACED Q 14' MAX SELVAGE (TYP.) vvviv�w♦��j���jvw•=•%; .................... IP --i• ♦♦♦ —.._. _...--- �EO♦ E♦���.- TRUSS ROD J. TENSION ♦% j ► VNRES �♦ ♦ II ♦ - TOP HINGE - 180' SWING (TYP.) TENSION WARE CHAIN UNK FENCE TYPE 3 OR 4 PAY UMIT PULL POST TENSION WIRE "♦ r —♦ice._ ♦♦♦..�I:�.s__ ,;•;•-•-••=v��♦♦♦♦♦♦ .4414 444 4444' 4 • I_ • ...4...♦.♦.♦.♦.♦.♦.♦.♦.♦.♦.♦.♦.♦.♦ �.A... 61•.I CHAIN LINK FENCE TYPE 3 OR 4 PAY LIMIT CHAIN UNK FENCE FABRIC 3' - 0" - CHAIN UNK FENCE TYPE 3 2' - 0" - CHAIN UNK FENCE TYPE 4 J— I 12" ROUND (TYP.) • u. HOG RINGS - SPACED PULL POST 24" MAX (TYP.) TENSION WIRE FABRIC BAND (TYP.) STRETCHER BAR (TYP.) BOTTOM TENSION WIRE (TYP.) (NOT REQUIRED FOR CHAIN UNK FENCE TYPE 4) GATE POST (TYP.) - 3 12" DIAM. (NOM., SCH. 40) MATCH FENCE SELVAGE (TYP.) DOUBLE GATE SINGLE 8 FT. CHAIN UNK GATE PAY LIMIT 8'-0" BOTTOM HINGE - 180' SWING (TYP.) 10 - 0" (TYP.) TENSION WIRE FOR GATE POST - REQUIRED ONLY ON HINGE SIDE HOG RINGS - SPACED 24" MAX. (TYP.) CHAIN UNK FENCE TYPE 3 OR 4 PAY LIMIT PULL POST TENSION WIRE 'Il-iYlll,YO-!/l-(/-'l/1r-0-'ll-'Y/l-OI1( /l_/l l MR/MAW BOTTOM HINGE - 90' SWANG CHAIN LINK FENCE FABRIC 3' - 0' - CHAIN LINK FENCE TYPE 3 2' - 0" - CHAIN LINK FENCE TYPE 4 TIE WIRES (TYP.) - SPACED 14" MAX. SINGLE GATE I 12" ROUND (TYP.) 7 HOG RINGS - SPACED © 24" MAX. (TYP.) CHAIN LINK GATE STANDARD PLAN L-30.10-01 SHEET 1 OF 2 SHEETS APPROVED FOR PUBUCATION Pasco Bakotich 111 06-16-11 AMASTATE DESIGN ENGINEER Ire WIWashington Slats D.pmtrnwn .1 Transportation FABRIC BAND TOP HINGE EYE BOLT TENSION WRE FABRIC BAWD BOTTOM HINGE GATE POST DETAIL O STRETCHER BAR STRETHCER BAR GATE POST DETAIL OC TURNBUCKLE TENSION WIRE TENSION WRE (TYP.) (NOT REQUIRED FOR CHAIN UNK FENCE TYPE 4) EYE BOLT TENSION WIRE STRETCHER BAR (TYP.) PULL POST DETAIL C. FABRIC BAND (TYP.) TURNBUCKLE EYE NUT PULL POST DETAIL OD TENSION VNRE TENSION WRE (TYP.) (NOT REQUIRED FOR CHAIN LINK FENCE TYPE 4) CHAIN LINK GATE STANDARD PLAN L-30.10-01 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 06-16-11 STATE DE8168010111EERt MTI Aok Wmhinpron Mai D.pmlm.nl W Tra spohmlon 111111 INN 111111 11111 NMI INS all ION MIN 11111 Mil 11111 11111 11111 111111 ® nal MI IIIIIII IIIIII 111111 11111 INN MN Ell MN 111111 MN IR 1E11 11111 NI 11111 10' 30 10' 10' • ' = • CENTERLINE & LANE LINE 30' 10' YELLOW CENTERLINE, WHITE - LANE LINE rSr 10' NO -PASS LINE & TWO-WAY LEFT -TURN CENTERLINE 30' 10' 2.,‘ YELLOW 1,1 .„. • . ' t -1-4; • Sri 10' REVERSIBLE LANE LINE 30' 42 10' to 9' 442 3' WIDE BROKEN LANE LINE 3' 9. 3' 9. MITE 3' 42 ri 2' 9. Z a' 14;1 2' WIDE DOTTED LANE LINE DOTTED EXTENSION LINE WHITE SEE CONTRACT FOR LENGTH — EDGE LINE & SOLID LANE LINE SEE CONTRACT FOR LENGTH YELLOW OR WHITE - SEE NOTE 2 4" OR 12" - ' SEE NOTE 3 DOUBLE CENTERLINE & DOUBLE LANE LINE SEE CONTRACT FOR LENGTH YELLOW DBL CENTERLINE, WHITE - DBL LANE LINE tot WIDE LANE LINE SEE CONTRACT FOR LENGTH WHITE Sri DOUBLE WIDE LANE LINE SEE CONTRACT FOR LENGTH YELLOW OR WHITE - SEE NOTE 1 DOTTED LANE LINE BARRIER CENTERLINE NOTES 1. Dotted Extension Line shall be the same color as the line it is extending. 2. Edge Line shall be white on the right edge of traveled way, and yellow on the left edge of traveled way (on one-way roadways). Solid Lane Line shall be white. 3. The distance between the lines of the Double Centerline shall be 12" everywhere, except 4" for left -tum channelization and narrow road- ways with lane widths of 10 feet or less. Local Agencies (on non -state routes) may specify a 4" distance for all locations. The distance between the lines of the Double Lane Line shall be 4" YELLOW WHITE LONGITUDINAL MARKING PATTERNS STANDARD PLAN M-20.10-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 06-03-11 STATE DEMON ENGINEER DATE .11111k v741 W.Ignion Ma% Deportmont of TIonsportation 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 APPENDIX D CITY OF YAKIMA VIDEO INSPECTION PHOTOS SANITARY SEWER REHAB G:\PROJECTS12013\13048\Spec. Docx City : Yakima, WA City of Yakima 207 West Pine Yakima Tel: 509-575-6118 Inspection photos / Inspection: 1 City Yakima, WA Street Name : 401 E ARLINGTON Date : AIMMS_ID : 6891 Section No : 1 Photo: 113_1A, MPEG #: 170712_1, 00:00:00 OFT, Upstream Manhole, Survey Begins i ma 1 ARAN " 43MH49 -> E43MH48 oncrete Pipe (non -reinforced) Circular 89 Photo: 113_3A, MPEG #: 170712_1, 00:00:00 4FT, General Photograph ma. "' IC� 0 ON . 43MH49 -> E43MH48 oncrete Pipe (,or-relnfdreed) Circular 8 FS i!. l • 07 05.2013 0'00" 1.31. Photo: 113 2A, MPEG #: 170712_1, 00:00:00 OFT, Water Level, 30 %of cross sectional area 43MH49 -> E43MH48 oncrete P1•• (non -reinforced) Photo: 113_4A, MPEG #: 170712_1, 00:00:00 6FT, General Photograph yakima2 // Page: 1 City : Yakima, WA City of Yakima 207 West Pine Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City Yakima, WA Street Name : 401 E ARLINGTON Date : AIMMS_ID : 6891 Section No . 1 a, Mk E43MH49 -) E43MH48 oncrete P!•e lnon-reinforced) Circular B 2(113 .148 U2 Photo: 113_5A, MPEG #: 170712_1, 00:00:00 248.15FT, Survey Abandoned yakima2 11 Page: 2 City: Yakima, WA itiew City of Yakima 207 West Pine Yakima Tel: 509-575-6118 Inspection photos / Inspection: 1 City Yakima, WA Street Name 1216 S 6T1-1 ST Date AIMMS_ID : 6913 Section No : 2 Yal•464a, u 1,166;, E43MM40 -> E43M1141 Concr•t• Pl•• (non -reinforced) Clrqular B Photo: 114_1A, MPEG #: 170712_1, 00:00:00 OFT, Upstream Manhole, Survey Begins a ma, ' • 1 4 6T 1 43MH48 -> E43M1147 onCratO Ps • than, •inf or cod) Cir ula, B 09 11 ',4011 6'00 U . 4'.. Photo: 114_2A, MPEG #: 170712_1, 00:00:00 6FT, General Photograph yakima2 11 Page: 3 Cit : Yakima, WA City of Yakima 207 West Pine Yakima Tel 509-575-6118 Inspection photos / Inspection: 1 City Yakima, WA Street Name : 1311 SO 1ST Date : AIMMS_ID ' 8163 Section No . 3 Yakima, .A 1 11 0 1S- -- -- E43MH47 -) E43MH44 oncrete Pi.e in. m oforced) Circular 8 Photo: 115_1A, MPEG #: 170712_1 OFT, Upstream Manhole, Survey Begins Yakima • 1311 SO 1ST E43MH4r7 -) E43MH44 Concrete Pipe (non -reinforced) Circuls e Photo: 115_3A, MPEG #: 170712_1 4FT, General Photograph .'forced) Circular 8 Photo: 115_2A, MPEG #: 170712_1 OFT, Water Level, 15 %of cross sectional area Yakima, WA 1311 SO 1ST E43MH47 -) E43MH44 Concrete Pipno'-,,& fur ud) Circular 8 09'0 MEM Photo: 115_4A, MPEG #: 170712_1, 00:00:00 6FT, General Photograph yakima2 // Page: 4 APPENDIX E TEMPORARY CONSTRUCTION EASEMENT G:1P ROJ ECTS12013\13048\Spec. Docx Project: City of Yakima — Noel Canning Corporation Industrial Wasteline Extension Project TEMPORARY CONSTRUCTION EASEMENT KNOW ALL MEN BY THESE PRESENTS, that the Grantor, ELLSCO, LLC, and legal owner of Parcel Numbers 191330-13029, for valuable consideration, receipt of which is hereby acknowledged, does hereby grant to the Grantee, CITY OF YAKIMA, a municipal corporation of the State of Washington, and/or its employees, servants, agents, contractors, and assigns, the right, permit, license and easement to use and occupy the hereinafter described lands from the date of start of construction of the Noel Canning Corporation Industrial Wasteline Extension Project, until twelve months after the start of construction, for any and all purposes incidental to the construction of the above-mentioned project, said lands being shown on EXHIBIT B attached hereto and by this reference incorporated herein. The work to be performed within this easement consists of facilitating the construction of the improvements. The Contractor shall make all efforts to limit impacts to the Grantors and will proceed with each construction operation as diligently and quickly as possible. It is further understood and agreed that the Grantee shall indemnify and save the Grantor harmless from any and all claims and causes of action of every kind and description which may accrue to, or be suffered by any person, persons or property by reason of, arising out of, or resulting from the use and occupancy of said lands by the Grantee and/or its employees, servants, agents, contractors and assigns. This permit, and all rights granted hereunder, shall terminate automatically and without notice upon the completion of the construction of said project. This agreement may also be terminated by the Grantor with a 30 day written notice to the Grantee. It is understood and agreed that upon completion of construction of said project, the City of Yakima or its agents shall replace existing fence with new fence of like material and height, and restore the lands to match existing conditions. The covenants herein shall run with the land and shall be binding on the Grantor, its heirs, successors and,assigns for the term of the agreement. Dated this /5 iday of , 2013 4 / seg L L e Grantor APPROVED AND EPTED B Acknowledged By: STATE OF WASHINGTON County of T ,,t inxj ) ) ss CG/1GL 1/L 71Z/—/42e/— /8-4/ CZ/�le, II 5 -r3 `'ua e Date (Individual Acknowledgement Form) ' I, the undersigned, a notary public in and for the State of Washington, ,�hereby certify that on this ' day of ,y i ( 20 t personally appeared before me t!1/4 �� to me known to be the individual(s) described in and who executed the foregoing instrument, and acknowledged that signed and sealed the same as free and voluntary act and deed, for the uses and purpose therein mentioned. Given under hand and official seal the day and year last above written. CITY CONTRAC r NO RESOLUTION NO. / Notary Public in and for the State of Washington Residing at •Fre,2i+ lerir Clev'4C. K3ki� '774.-/ 917.41 -7z --- I Notarylublic. 1 State of Washington '0 j . NEIL B MOHAGHEGH' My Appointment Expires Apr 22;2014 " 1 1 1 1 1 1 a 1 1 1 1 1 1 ' 1 EXHIBIT B 1 1 1 1 1 1 1 1 1 1 o-. ARLINGTON ST. 1 ",',',','/,/,,,/, , , , PROPOSED 50' TEMPORARY CONSTRUCTION EASEMENT (7,368± SF) ELLSCO LLC 191330-13029 PROPOSED INDUSTRIAL SEWER UNE PROPOSED 50' TEMPORARY CONSTRUCTION EASEMENT (19,136± SF) 1 b Project: City of Yakima — Noel Canning Corporation Industrial Wasteline Extension Project TEMPORARY CONSTRUCTION EASEMENT KNOW ALL MEN BY THESE PRESENTS, that the Grantor, Hahn Motor Company, and legal owner of Parcel Numbers 191330-13433, -13434, -13435, -13436, -13437, -13438 and -13439, for valuable consideration, receipt of which is hereby acknowledged, does hereby grant to the Grantee, CITY OF YAKIMA, a municipal corporation of the State of Washington, and/or its employees, servants, agents, contractors, and assigns, the right, permit, license and easement to use and occupy the hereinafter described lands form the date of start of construction of the Industrial Wasteline Extension Project, until twelve months after the start of construction, for any and all purposes incidental to the construction of the above-mentioned project, said lands being shown on EXHIBIT B attached hereto and by the reverence incorporated herein. The work to be performed within this easement consists of facilitating the construction of the improvements. The Contractor shall make all efforts to limit impacts to the Grantors and will proceed with each construction operation as diligently and quickly as possible. It is further understood and agreed that the Grantee shall indemnify and save the Grantor harmless from any and all claims and causes of action of every kind and description which may accrue to, or be suffered by any person, persons or property by reason of, arising out of, or resulting from the use and occupancy of said lands by the Grantee and/or its employees, servants, agents, contractors and assigns. This permit, and all rights granted hereunder, shall terminate automatically and without notice upon the completion of the construction of said project. It is understood and agreed that upon completion of construction of said project, the City of Yakima or its agents shall restore the lands to match existing conditions. The covenants herein shall run with the land and shall be binding on the Grantor, its heirs, successors and assigns for the term of the agreement. Dated this f-1 day of Dc ';‘dr) APPR• ED AND ACC By: , 2013 Grantor coli 1 l Date Acknowledged B\�i�'lj �.� �' ' 10 )C ` \ J City Engineer Date CITY CONTRAoi.+iW 02013—,1/4 RESOLUTION Nil► r"49/ 1 - /a L STATE OF WASHINGTON County of ga%l.inlCt- ) ss (Individual Acknowledgement Form) 1, the undersigned, a notary public in and for the State of Washington, hereby certify that on this L— 4.4%." day of l_ d 20 l%t, personally appeared before me T3t C iC aeS4ln to me known to be the individual(s) described In and who executed the foregoing instrument, and acknowledged that hesigned and sealed the same as hilS free and voluntary act and deed, for the uses and purpose therein mentioned. Given under hand and official seal the day and y wAnkviitil �,,,. t .I,Q�, I"I% Note Public i a fo the State of Washington q,,Sk a uahipp Q •Vii/ t ,4 :::.?...F _2Q • \OAS ,giii 4. 4� Residing at C-R(�.vY�t , t Z ia. N i hhV 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 EXHIBIT B -1 1-- - --1 1--- - - --1 1-- I I 1 ARLINGTON ST. PROPOSED INDUSTRIAL SEWER LINE PROPOSED TEMPORARY USE DURING CONSTRUCTION 1 / / / /