Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 19-132 - Nordvind RETURN TO: PW ADMIN EXT: 2700 ID#: b[0411
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/
r
2. ORIGINATING STAFF PERSON: OL'r c�sVl)U l� EXT: 'Z'715-3-3 3. DATE REQ.$Y: ( v zS I
3. TYPE OF DOCUMENT(CHECK ONE):
Cl CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
X CONTRACT AMENDMENT(AG#)-. I q-(3 2 ❑ INTERLOCAL
❑ OTHER q
4. PROJECT NAME: ?-0(9 "t, v� p'� �fldar P�a5� Ch.Age- QeAeJ' '�3
5. NAME OF CONTRACTOR: �V^,`L Vi/Ic� C'W Scrvl*ce- LLC
ADDRESS: _� © c':~�ti,r�� � EmrA c)av WA `j 07-2 TELEPHONE: 360 %Z5 5-7Oy
E-MAIC.: F.kx:
SIGNATURE NAME: 1=+'i c Pete r.SOP2 TITLE: M a✓la9Cr
6_ EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION Cl INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# BL EXP_12/31/ UBI# 6,03 '-R'F-?6 8 EXP. 2 /ZS/Za
7. TERM: COMMENCEMENT DATE: COMPLETION DATE: 1 0 1 1 ql l q
S. TOTAL COMPENSATION:$�Z + (3.23 t 'W&Ll-GU �SIcoo.°U� $ 15'i3.�3(INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑YES Cl NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: cj RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO:
9. DOCUMENT/CONTRACT REVIEW fw •!D.uE RE ,WED INITIAL/DATE APPROVED
O PRO.IECT MANAGER I J I$ f 9
t3(DIVISION MANAGER
4kr DEPUTY DIRECTOR
ArDIIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
,x LAw DEPT 1�(Tf 1
10, COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED CONINIITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING /
❑ SENT TO VENDOR/CONTRAAct VENDOR/CONTRACTOR DATE SENT: -� c DATE REC'D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFIQATION FOR I MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL/DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
't,J5IGNATORY(MAYOR OR DIRECTOR)
bti,CITY CLERK �— lilt L-1
❑ Ass IGNED AG# AG#
IGNED COPY RETURNED DATE SENT: �Oliq
❑RETURN ONE ORIGINAL
COMMENTS:
EXECUTE" "ORIGINALS
472919
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG 19-132 _003 October 29,2019
PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
2419 Storni Pipe Repair Phase I Nordti ind Se cr Ser,.icc LLC
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
The time provided for completion in the Contract is®Unchanged❑Increased❑Decreased by 0 Calendar
Days.This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ®No
If"Yes"Will the Policies Be Extended? ❑Yes ❑No
PRICE CHANGE LUMP SUM: INCREASE DECREASE$4,519.80
Net change is a decrease$4,361.31. Change CO3-a was an increase of$638.69 to correct a defect in the
existing stormwater catch basin on the north side of the roadway. Contractor installed bricks and Jetset mortar.
Change CO3-b was a decrease of$5,000.00 for bid item No. 5,Minor Change which was not used.Full cost
breakdown is attached as Exhibit A.
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE
CO3-a Brick and Jetset mortar 1 $638.69 Add
CO3-b Minor Chance 1 $5,000.00 Dclete
TOTAL NET CONTRACT: INCREASE$0.00 DECREASE$4,361.31
STATEMENT:
Payment for the above work will be in accordance with applicableportions of the standard specifications,and
with the understanding that all materials, workmanship and measurements shall be in accordance with the
provisions of the standard specifications, the contractplans, and the special provisions governing the types of
construction. The execution ofthis Change Order,shall constitutefull.satisfaction and waiver ofany and all
claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or
deleted pursuant to this Change Order except as specifically described in this Change Order.
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $ E1?ilil,ilil
PREVIOUS CHANGE ORDERS $12.213.23
THIS CHANGE ORDER $4.361.31
NEW CONTRACT AMOUNT
10/31/19
CONTRACTOR'S SIGNATURE DATE
DIRE OR'S SIGNATURE DATE
CHANGE ORDER AGREEMENT 1 Rev. 4/17
rn o ;
I-D O M
Fa m 0 w
o 1.00 CA
v) V� in
c
a,
E
cr
a)
in Ln ir)-
N O N M Ln
I** M O Q1 Ln Ln
Ln r4 00 i N
O �t It 00 -1 O
CO
N —1 M —1 Ln
vi- in i/}
O cLn-I 4 a--I � r
c-I
O 4 N M 00 Lanj
•i �-I c-I N M �
+ O
E E
m Ln
K i c-I c-I
W
ih vi-
r-4
i
t
? N Ln N —1
C
co
cr
M p a a1 M
`1 -0 Q Q 0
.Q .Q U
rl +'
ii
l7 cv n7 co C:
Q EE E a,
'a -0 U 7 O
M
0 w
L C: bD 7 to C
O co Y C bD 10
U -0 pp o aJ f6
O 0 iv E w �^
al x Ln i C a•.' Q fo u L
h 4� O i -
10/22/2019 Corporations and Charities System
•:1 _ssC-01P %and Charities Filing System
BUSINESS INFORMATION
Business Name: NORDVIND SEWER SERVICE LLC UBI Number. 603478768
Business Type: WA LIMITED LIABILITY COMPANY Business Status: ACTIVE
Principal Office Street Address: 25129 SE GREEN VALLEY RD,AUBURN,WA,98092-9623, Principal Office Mailing Address: 25129 SE GREEN VALLEY RD,AUBURN,WA,98092-9623,
UNITED STATES UNITED STATES
Expiration Date: 02/2812020 Jurisdiction: UNITED STATES,WASHINGTON
Formation/Registration Date: 02/17/2015 Period of Duration: PERPETUAL
Inactive Date:
Nature of Business: CONSTRUCTION,RETAIL,PROFESSIONAL SCIENTIFIC&TECHNICAL SERVICES
REGISTERED AGENT INFORMATION
Registered Agent Name: ERIC PETERSON
Street Address: 25129 SE GREEN VALLEY RD,AUBURN,WA,98092-0000, Mailing Address: 25129 SE GREEN VALLEY RD,AUBURN,WA,98092-0000,
UNITED STATES UNITED STATES
GOVERNORS
Title Governors Type Entity Name First Name Last Name
GOVERNOR INDIVIDUAL ERIC PETERSON
Back Filing History I Name History Print Return to Business Search
hftps://ccfs.sos.wa.gov/#/Business Sea rch/BusinessInformation 111
Client#: 183963 NORDSEWE
ACORD,., CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY)
7/17/2019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY:AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,Certain policies may require an endorsement.A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
PRODUCER ONTACT
NAME. Rainey Lindholm
Propel Insurance PHONE ��- r
(A1C,No,i 800 499-0933 I,uC,Ng): 866 577-1326
Seattle Commercial Insurance E-MAILmine Iindholm@propelinsurance.com
ADDREss: y
601 Union Street,Suite 3400
lN5URER(Sl AFFORDING COVERAGENAIC#
Seattle,WA 98101-1371 .NSURER A Ohio Security insurance Company i24082
INSURED INSURER 8:
Nordvind Sewer Services LLC —� --� –
INSURER C:
1720 Loraine St
Enumclaw WA 98023 INSURERa
INSURER E _
INSURER F.
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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
NJSR ADDL SUBR POL[CY!FF POLICY EXP
LTR _ TYPE OF INSURANCE iNSR.WVD POLICY NUMBER (MMrpD/YWY) {MM/DOrYYYY)_ LIMITS
A X COMMERCIAL GENERAL LIABILITY BKS59648686 0412812019 04/2812020 EACH
p�OCCURRENCE $1,000,000
CLAIMS-MADE OCCUR REMISES EaEceauErrencel 51,000,900
MED EXP(Any one person) $15,000
PERSONAL✓t ADL INJURY_ 51,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 52 OOO OOO
_
POLICY -.XI:JJEECOT I -, LOC PRODUCTS-COMP/OPAGG s2,000,000
OTHER: _ $
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
A BAS59648686 4128f2D19 g412$12R20 I ,a „n,ti
$1,000,000
X ANY AUTO BODILY INJURY(Per person) $
f-%1!NED �mm SCMULED BODILY INJURY(Per accident)LS f
AUTOS ONLY s ...... AUTOS FP PERTY RA':'..4GE _ .
x:AUTOS ONLY x AI1TpS OW N D ;Pc rcnfepl) S..
_ $
UMBRELLA LIAB OCCUR EACH OCCURRENCE S
�..
EXCESSLIAB i�.CLMMS-S1ADE AGGREGATE , _�. .-_.S
DEED RETENTIONS _ $
WORKERS COMPENSATION
BKS59648686 4/28/2019 04128/2020 sp7AT OER
TH
AND EMPLOYERS"LiAenLITY Y/N
ANY PROPRIETOR/PARTNER/EXECUTIVE-;. WA Stop Gap EL.EACIJAOGIDENT S1,000000
OFFICER/MEMBER EXCLUDED? _N i NIA --
(Mandatory in NH) ”- E L.DISEASE-EA F�NIF'LOY1,000,000
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L-DISEASE-POLICY OMIT S1,000,000
A Lesed Rented BKS59648686 4/28/2019 04128/2020 $150,000 Limit
Equipment $1,000 Ded
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached'rf more space is required)
The General Liability,Auto Liability and Umbrella Liability policies include a blanket automatic
additional insured endorsement that provides additional insured status only when there is a written contract
between the named insured and the entity that requires such status.
RE: 2019 Storm Pipe Repairs Phase 1
City of Federal Way is included as additional insured per the attached endorsements..
l�
cRTiFlCATE HOLDER CANCELLATION
i
City of Federal Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
33325 8th Avenue South ACCORDANCE WITH THE POLICY PROVISIONS.
Federal Way,WA 98003
` AUTHORIZED REPRESENTATIVE
©1988-2015 ACORD CORPORATION.All rights reserved.
ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S3724671/M3625462 EJMOO
RETURN TO: PW ADMIN EXT: 2700 ID#: 5 ^}
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/
�/ EXT: Z 53 3. DATE REQ.IAV —
2. ORIGINATING STAFF PERSON: IY e�� ��I� `/ 1 6 I-1
3. TYPE OF DOCUMENT(CHECK ONE):
A CONTRACTOR SELECTION DOCUMENT(E.G.,0,RFP,RFQ) I"I -O p 3
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
• CON-ntAC°f AMENDMENT(AG#):_ ❑ INTERLOCAL
❑ OTHER
4. PROJECT NAME: �t,(��eQ��el1 r �(y�a 5c'
5. NAME OF CONTRACTOR: 1 ��t �v i �� �dL51�� ���Lf it l �,J _
ADDRESS:..!I YL�I yy `.Li--nu✓r�6yayj CSL" �Z TELEPHO `E:2Lac) Cqc�b 62'c- -
E-MAIL: FAX:
SIGNATURE NAME: t---Ys L YeAL rf:,L"-) A TITLE:�p�ID1L,rL.
6. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITYTO SIGN ❑ REQUIRED LICENSES ❑
CFW LICENSE# BL,EXP. 12/31/ UBI#fclU�i7Ss V' J�y�- j -> a i L
7. TERM: COMMENCEMENT D-NI F COMPLETION DATE:
8. TOTAL COMPENSATION:$ ,2cQ , CT) (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑YES ❑NO IF YES,S PAID BY: ❑CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
PURCHASING: PLEASE CHARGE TO:
9. DOCUMENT/CONTRACT REVIEW INITIAL/ A VIEWED IN£I'IAL/DATE APPROVED
;5 PROJECT MANAGER s "I r414> to i Zpa
Ii DIVISION MANAGER L
s-DEPUTY DIRECTOR
® DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
jq LAW DEPT S
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: 1Q COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: Y COUNCIL APPROVAL DATE: t2 it Lit 9
11. CONTRACT SIGNATURE ROUTING
fig SENTTO VENDOR/CONTRACTOR DATE SENT:_ 3 DATE REC'D: I ��
O.ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LIC ES,EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
I IAL/D,%i SiGNL:D
❑ FINANCE DEPARTMENT I'
V LAW DEPT
1GNATORYMA( Y•OR OR DIRECTOR)
)r-CITY CLERK
❑ ASSIGNED AG# /Q-GrJ_q AG q
❑ SIGNED COPY RETURNED DATE SENT: r]•r9.
❑RETURN ONE ORIGINAL
COMMENTS: r
E CUTE w 'gFUGINALS 1'
I
1/2018
a
CITY OF
Federal Way
EI•DAND CON 7RACTDOCUMENTS
AND
SPECIFI'CA TIONS
FOR
2019 Storm Pipe Repair Phase 1
RFB # 19-003
City of Federal Way
Public Works Department
33325EighthA venueSouth
Federal Way, WA 980173
Mailing Address:
CityofFed'eral Way
Public Works Department
Federal Way, WA 98003-6325
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
2019 Stora. Pipe Repair Phase i
Bids Accepted Until 10:00 a.m., May 14, 2019
Bids Opened 10:10 a.m., May 14, 2019
AT:
City of Federal Way
Hylebos Meeting Room
33325 Eighth Avenue South
Federal Way, WA 98003
Prepared By:
CITY OF FEDERAL WAY, WASHINGTON
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 Page 2 May 2019
RFB ver. 5-18
TABLE OF CONTENTS
PAGE
PUBLIC NOTICE— REQUEST FOR BIDS .......................................................................4
BIDDER'S CHECKLIST ..................................................................................................6
SECTION 1: INSTRUCTIONS TO BIDDERS...................................................................8
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS.............................15
NO BID RESPONSE FORM (Attachment A)................................................................21
BIDFORM (Attachment B)........................................................................................22
BID SCHEDULE (Attachment C) .................................................................................24
BID SIGNATURE PAGE (Attachment D).....................................................................25
BID BOND FORM (Attachment E)..............................................................................26
SUBCONTRACTOR LIST (Attachment F).....................................................................27
COMBINED AFFIDAVIT AND CERTIFICATION FORM (Attachment G).......................28
CONTRACTOR'S COMPLIANCE STATEMENT(Attachment H).....................................30
CONTRACTOR CERTIFICATION —WAGE LAW COMPLIANCE (Attachment I) ...........31
PUBLIC WORKS CONTRACT (Attachment 3) .............................................................32
(with Exhibits A—H and Appendices as attached)
Exhibit A Notice of Completion
Exhibit B Contract Change Order Agreement
Exhibit C Contractor's Retainage Option
Exhibit D Retainage Bond to the City of Federal Way
Exhibit E Notice to Labor Unions or Other Employment Organizations Nondiscrimination
in Employment
Exhibit F Certificate(s) of Insurance
Exhibit G Performance/Payment Bond
Exhibit H Title VI Assurances
AMENDMENTS TO THE STANDARD SPECIFICATIONS ............................... PINK PAGES
SPECIAL PROVISIONS .............................................................................. BLUE PAGES
STANDARD PLANS AND DETAILS ........................................................... WHITE PAGES
PREVAILING WAGES AND BENEFIT CODE KEY ....................................YELLOW PAGES
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 3 May 2019
RFB ver. 5-18
CITY OF FEDERAL WAY
REQUEST FOR BIDS
2019 Storm Pipe Repair Phase 1 RFB #19-003
M `a AL OF SEALED BIDS:
Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through
May 14, 2019, at 10:00 a.m., at the City Hall Purchasing Office or by US Mail at City of Federal
Way, Purchasing Office, 33325 8th Avenue South, Federal Way, Washington 98003. Proposals
received after 10:00 a.m. on said date will not be considered.
EiM MUM:
All bids will be opened and read publicly aloud at 10:10 a.m. on May 14, 2019, at Hylebos Meeting
Room, 33325 8th Avenue South, Federal Way, Washington, for this RFB.
All bid proposals shall be accompanied by a bid deposit by a cashier's or certified check, or Bid
Bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the
successful bidder fail to enter into a contract and furnish satisfactory Performance Bond within the
time stated in the specifications, the bid deposit or bond shall be forfeited to the City of Federal
Way.
E _Ct7.! T OF Vi kR :
This project shall consist of:
Repairing and replacing storm sewer pipes within the City of Federal Way. The work includes
repairing and replacing existing deteriorated storm sewer pipes and restoring disturbed existing
improvements such as asphalt concrete pavement, curb, gutter, driveway approaches, and
landscaping.
The Contractor shall complete all work within 15 working days.
The bidder is urged to check the plans and contract provisions carefully.
All bid proposals shall be in accordance with the Instructions to Bidders and all other contract
documents. Any questions concerning the description of the work contained in the contract
documents must be directed to Fei Tang, P.E., SWM Project Engineer, by email at
fei.tang@cityoffederalway.com, or by letter addressed to Fei Tang, P.E., SWM Project Engineer.
The questions must be received by the City on or before Thursday, May 9, 2019 to allow a written
reply to reach all prospective Bidders before the submission of their bids.
SMS Q-0-M NT :
Free-of-charge access to project bid documents (plans, specifications, addenda, and Bidders List) is
provided to Prime Bidders, Subcontractors, and Vendors by going to www.bxwa.com and clicking
on "Posted Projects," "Public Works," and "City of Federal Way." This online plan room provides
Bidders with fully usable online documents with the ability to: download, view, print, order
full/partial plan sets from numerous reprographic sources, and a free online digitizer/take-off tool.
It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future
addenda and to place themselves on the "Self-Registered Bidders List." Bidders that do not register
will not be automatically notified of addenda and will need to periodically check the on-line plan for
addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303,
should you require assistance with access or registration.
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 4 May 2019
RFB ver. 5-18
An informational copy of plans, specifications, and addenda are also available for viewing only at
the Public Works Department, Federal Way City Hall, 33325 8th Avenue South, Federal Way,
Washington.
The City, 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 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary,
Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation
issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any
contract entered into pursuant to this advertisement, disadvantaged business enterprises as
defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this
invitation and will not be discriminated against on the grounds of race, color, national origin, or sex
in consideration for an award. The City encourages minority and women-owned firms to submit
bids consistent with the City's policy to ensure that such firms are afforded the maximum
practicable opportunity to compete for and obtain public contracts.
The Contractor will be required to comply with all local, State, and Federal laws and regulations
pertaining to equal employment opportunities.
The City anticipates awarding this project to the successful bidder and intends to give Notice to
Proceed as soon as the Contract and all required associated documents are executed in full.
Regardless of the date of award or Notice to Proceed, the Contractor must complete all work under
this project within 15 working days.
R:? SEP,IvATI±rd Qf ��l�E :
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or
minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in
the bid documents. No bidder may withdraw his or her bid after the hour set for the opening
thereof unless the award is delayed for a period exceeding thirty (30) days.
Dated the 14 day of May, 2019.
Dates of Publication:
Daily Journal of Commerce: April 27, 2019
May 4, 2019
Federal Way Mirror: April 76, 2019
May 3, 2019
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 5 May 2019
RFB ver. 5-18
BIDDER'S CHECKLIST
The bidder's attention is especially called to the following forms, which must be executed in full as
required and submitted as part of the bid. Failure to comply shall result in rejection of any bid not
so complying.
71 Pad u gn (Attachment B)
The Bid Form shall be completed and fully executed, including filling in the total bid amount.
❑
Bid_Sch-educe (Attachment C)
The unit prices shall be set forth in the space provided.
Rid_Sv ai Lri p, . (Attachment D)
The Bid Signature Page shall be filled in and fully executed by the bidder.
id-Uonormi (Attachment E)
This form is to be executed by the bidder and the surety company unless a certified check is
submitted with the bid. The amount of this bond or certified check shall not be less than five
percent (5%) of the total bid amount and shall be shown in both words and figures.
S .ibcoacto i~.ist (Attachment F)
The Subcontractor List shall be filled in by the bidder. (This section may/may not apply)
I—
Yorn'bjraagd A3fa�ja.vSt a_nd- 4.:Vacatacon Fo3 n-A (Attachment G
This form must be subscribed to and sworn before a Notary Public and notarized.
❑ !Contractor's Compliance Statement (Attachment H)
The Contractor's Compliance Statement shall be filled in and fully executed by the bidder.
:Q -,TQR �. �` -- IW�'�s E U �' QMPL F-' NC (Attachment I)
This form must be filled in and fully executed by the bidder.
-I � � t'= t� ` fiis re k ,eititic?ra
The bidder shall provide a copy of Contractor's current registration with the State of
Washington.
F Srat'--.Iden ifiC—RUOru_ fa9Ub.
The bidder shall provide a copy of Contractor's current state unified business identifier
number and, as applicable, an employment security department number and state excise
tax registration number.
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 6 May 2019
RFB ver. 5-18
SUCCESSFUL BIDDER'S CHECKLIST
The following documents are to be executed and delivered to the City within ten (10) calendar days
after the Bid is awarded:
❑ P1by_Gc.VJn_r,1_<_ onti' _gt (Attachment J)
The successful bidder will fully execute and deliver to the City the 2019 Storm Pipe Repair
Phase I Public Works Contract ("Contract') from these Bid Documents.
❑
Contractor's Retaina�c (Exhibit C)
The successful bidder will fully execute and deliver to the City the Contractor's Retainage
Option.
❑ LQ ctos-'s_Retainc Bond (Exhibit D) —If Applicable
If the retainage bond option is chosen, then the successful bidder will fully execute and
deliver to the City the Contractor's Retainage Bond.
❑ oZice to La b o r Un io ns o 5--0th er 2 aE i .2�.1 0rc.an_.7j j ns NQsicij_ cv3j
FinL she (Exhibit E)
If this applies, the successful bidder will sign and post copies of this Notice in conspicuous
places available to employees or applicant for employment.
❑ Certificate , „� lmurang-e (Exhibit F)
The successful bidder will provide a Certificate of Insurance evidencing the insurance
requirement set forth in the Contract.
❑ es-fo macace 'Pay ae t So�nd (Exhibit G)
The successful bidder will provide a fully executed Performance/Payment Bond as
appropriate.
SS Ucense
The successful bidder will provide a copy of a current Business License with the City of
Federal Way.
City of Federal Way RFB # 19-003
2019 Storm Pipe Repair Phase 1 Page 7 May 2019
RFB ver. 5-18
SECTION 1: INSTRUCT ONS TO BIDDERS
1-1 Time and Place for Submission and Opening of Bids
Sealed bids must be submitted by 10:00 a.m. local time on May 14, 2019, to the Purchasing
Office of the City of Federal Way (the "City', located on the second floor of City Hall, or
received by US Mail at City of Federal Way, Purchasing Office, 33325 8th Avenue S, Federal
Way, Washington, 98003-6325, and will be publicly opened and read aloud in Hylebos
Meeting Room on May 14, 2019, at 10:10 a.m. local time.
The City's Purchasing Coordinator must receive the sealed bid before the time and date
specified in order to be considered. Telex or facsimile bids will not be accepted. The bidder
accepts all risks of late delivery of mailed bids or of misdelivery regardless of fault. Late bids
will be returned unopened.
If, after reviewing this document the bidder chooses not to submit a bid, the bidder may
complete and return the "No Bid Response Form" provided as Attachment "A" by the date
and time indicated above.
1-2 Bid Form
Bids shall be made on the "Bid Form" (Attachment "B') issued by the City as part of these
contract documents, without reservation or amendment. Bids must be typewritten or printed
in ink. Upon completion, the Bid Form and the bid bond or certified check and any
requested information shall be placed in a sealed envelope. On the outside of the envelope,
place the bid name, bid number and the time bids are due.
1-3 Bid Signature
All bids shall give the total bid price and shall be signed in ink by the bidder or their
authorized representative, with the address. If the bid is made by an individual, the name,
signature, and address must be shown. If the bid is made by a firm or partnership, the
name and address of the firm or partnership and the signature of at least one of the general
partners must be shown. If the bid is made by a corporation, the bid shall show the title of
the person authorized to sign on behalf of the corporation, his or her title and the address.
The City reserves the right to request documentation showing the authority of the individual
signing the bid to execute contracts on behalf of anyone, or any entity, other than
himself/herself. Refusal to provide such information upon request may cause the bid to be
rejected as nonresponsive.
1-4 Bid Withdrawal Due to Error
Bids may not be withdrawn due to a claim of error in a bid unless written notice of such
claim and supporting evidence for such claim including cost breakdown sheets are delivered
to the City within forty-eight (48) hours prior to the opening of bids.
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 8 May 2019
RFB ver. 5-18
1-5 Modification of Bid
A modification of a bid already received will be considered only if the modification is
received prior to the time announced for bid opening. All modifications shall be made in
writing, executed, and submitted in the same form and manner as the original bid.
1-6 Examination of Bid and Contract Documents — Bidder Responsibilities
The submission of a bid shall constitute an acknowledgment upon which the City may rely
that the bidder has thoroughly examined and is familiar with the bid and contract
documents and has reviewed and inspected all applicable federal, state and local statutes,
regulations, ordinances and resolutions dealing with or related to the equipment and/or
services to be provided herein. The failure or neglect of a bidder to examine such
documents, statutes, regulations, ordinances or resolutions shall in no way relieve the
bidder from any obligations with respect to the bidder's bid or the contract documents. No
claim for additional compensation will be allowed which is based upon a lack of knowledge
of any contract documents, statutes, regulations, ordinances or resolutions. Bidders shall
visit delivery and service locations(s) as required. Bidders shall become familiar with and
verify any environmental factors, which may impact current or future prices for this
requirement.
1-7 Interpretation of Bid and Contract Documents
No oral interpretations will be made to any bidder as to the meaning of the bid or contract
documents and no oral communications will be binding upon the City. Any questions
concerning the description of the work contained in the contract documents must be
directed to Fei Tang, P.E., SWM Project Engineer, by email at
fei.tang@cityoffederalway.com, or by letter addressed to Fei Tang, Surface Water Project
Engineer. The questions must be received by the City on or before May 9, 2019 to allow a
written reply to reach all prospective Bidders before the submission of their bids. Any
interpretation deemed necessary by the City will be in the form of an addendum to the bid
documents and when issued will be sent as promptly as is practical to all parties to whom
the bid documents have been issued. All such addenda shall become part of the bid.
1-8 Addenda
Each bid shall include acknowledgment of receipt and review of all addenda issued during
the bidding period on the Bid Form.
1-9 Bid Price
The bid price shall include everything necessary for the completion of the contract including,
but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all
management, superintendence, labor and service, except as may be provided otherwise in
the contract documents. All Washington State sales tax and all other government
taxes, assessments and charges shall be included in the various Bid item prices
as required by law. The offer shall remain in effect ninety (90) days after the bid opening.
In the event of a discrepancy between a unit price and an extended amount and/or the total
price, the unit price will govern and the extended amount and/or total price will be
corrected accordingly; however, downward correction of a bid, which would displace the
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 9 May 2019
RFB ver. 5-18
apparent low bidder, will only be permitted if the error made and the intended bid price can
be determined solely from the bid documents.
1-10 Postponement of Bid Opening
The City reserves the right to postpone the date and time for the opening of bids by
announcing such postponement at any time prior to the date and time announced in these
documents.
1-11 Rejection of Bids
A. The City reserves the right to reject any bid for any reason including, but not limited to,
the following: any bid which is incomplete, obscure, irregular or lacking necessary detail
and specificity; any bid which omits a price on any one or more items on the Bid Form
and Bid Schedule; any bid in which prices are unbalanced in the opinion of the City; any
bid accompanied by insufficient or irregular bid bond; any bid from bidders who (in the
sole judgment of the City) lack the qualifications and/or responsibility necessary to
perform the work after considering the elements in Section 1-14.B; any bid for which a
bidder fails or neglects to complete and submit any qualifications information within the
time specified by the City and as may be otherwise required herein; and, any bid
submitted by a bidder who is not registered or licensed as may be required by the laws
of the State of Washington.
B. The city further reserves the right to reject any portion of any bid and/or to reject all
bids. In consideration for the City's review and evaluation of its bid, the bidder waives
and releases any claims against the City arising from any rejection of any or all bids.
1-12 Alterations to Documents Prohibited
Any addition, limitation or provision attached to the bid may render it informal or
nonresponsive and cause its rejection. Alteration by erasure or interlineations must be
explained or noted in the bid form over the signature of the bidder. No oral, telegraphic or
telephonic bids or modifications will be considered.
1-13 Disqualification of Bidder
If, in the opinion of the City, there is reason to believe that collusion exists among bidders,
none of the bids of the participants in such collusion will be considered. All bidders are
required to submit the Affidavit of Non-Collusion (Attachment G) with their bids.
1-14 Evaluation of Bids
It is the intent of City to award a contract to the lowest responsive bid by a responsible
bidder as evaluated by the City. The bidder may be required by the City to submit
documentation demonstrating compliance with the criteria.
A. Responsiveness — The bidder must complete all required forms and bid documents and
provide all required and requested information. Refusal to provide such information may
cause the bid to be rejected. The City will consider all the material submitted by the
bidder to determine whether the bid is in compliance with the bid terms and documents
and responsive to the requested work.
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 10 May 2019
RFB ver. 5-18
B. Responsibility —The City will consider all the material submitted by the bidder, and other
evidence it may obtain including information from previous project owners, to determine
whether the bidder is responsible. The bidder must meet the following bidder
responsibility criteria and supplemental bidder responsibility criteria to be considered a
responsible bidder:
1. Mandatory Bidder Responsibility Criteria
a. Have a current certificate of registration as a contractor in compliance with
Chapter 18.27 RCW, which must have been in effect at the time of bid
submittal;
b. Have a current Washington Unified Business Identifier (UBI) number;
C. If applicable:
i. Have Industrial Insurance (workers' compensation) coverage for the
bidder's employees working in Washington, as required in Title 51
RCW;
ii. Have a Washington Employment Security Department number, as
required in Title 50 RCW;
iii. Have a Washington Department of Revenue state excise tax registration
number, as required in Title 82 RCW;
d. Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3).
e. Within a three-year period immediately preceding the date of the bid solicitation,
the bidder shall not be a willful violator, as defined in RCW 49.48.082, of any
provision of Chapters 49.46, 49.48, or 49.52 RCW, as determined by a final
and binding citation and notice of assessment issued by the Department of
Labor and Industries or through a civil judgment entered by a court of limited
or general jurisdiction.
2. Supplemental Bidder Responsibility Criteria
a. The bidder shall not have a record of excessive claims filed against the
retainage, payment, or performance bonds for public works projects during
the previous three years, 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 acceptable to the City.
b. The bidder shall have a reasonable history of successfully completed projects
of a similar size and scope as required by the contract documents for this
project. The City will evaluate whether the projects were "successfully
completed" and of a "similar size and scope."
C. The bidder shall have evidence that it is able to begin and complete the
work, and complete it in a timely fashion.
3. As evidence that the bidder meets the supplemental bidder responsibility criteria in
paragraph (B)(2) above, the apparent low bidder must submit the following
documentation to the City within 48 hours of the bid opening. The City reserves the
right to request such documentation from other bidders also. Refusal to provide such
information upon request may cause the bid to be rejected.
a. The bidder shall submit a list of the public works projects completed within
the previous three years and include for each project the following
information; the owner and contact information for the owner; a list of claims
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 11 May 2019
RFB ver. 5-18
filed against the retainage, payment, or performance bond for any of the
projects listed; a written explanation of the circumstances surrounding each
claim and the ultimate resolution of the claim.
b. The bidder shall submit a list of projects of similar size and scope to this
project and include information about each project, including the following:
the owner and contact information for the owner; the awarded contract
amount; the final contract amount; a description of the scope of the project
and how the project is similar to this project; the bidder's assessment of its
performance of each project. The information should include any information
regarding performance in the following areas; quality control; safety record;
timeliness of performance; use of skilled personnel; management of
subcontractors; availability of and use of appropriate equipment; compliance
with contract documents; management of submittals process, change orders,
and close-out.
C. The bidder shall furnish acceptable evidence of the bidder's current ability to
perform, such as firm commitments by subcontractors, equipment, supplies
and facilities, and the bidder's ability to obtain the necessary personnel.
d. Under penalty of perjury, the bidder shall provide certification that the bidder
is in compliance with the responsible bidder criteria in section 1-14(B)(2)(d)
and referenced wage payment statutes under RCW 39.04.350(1)(g) and (2).
4. If the City determines the bidder does not meet the bidder responsibility criteria in
paragraph (B)(1) and (B)(2) above and is therefore not a responsible bidder, the City
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 24 hours
of receipt of the City's determination by presenting additional information to the City
and meeting the requirements of section 1-20(B). The City will consider the
additional information before issuing its final determination. If the final
determination affirms that the bidder is not responsible, the City will not execute a
contract with any other bidder until two business days after the bidder determined to
be not responsible has received the final determination.
C. Lowest Bid —The lowest bid shall be determined as set forth on the Bid Form.
The acceptance of a bid will be evidenced by a Notice of Award. No other act of the City
shall constitute acceptance of a bid. Within ten (10) days after receipt of Notice of
Award, the bidder whose bid is accepted, shall furnish the required performance bond,
certificate of insurance, execute the contract and perform all other acts required by the
bid and contract documents as conditions precedent to formation of the contract.
1-15 Procedures When Only One Bid is Received
In the event only a single responsive bid is received, the City reserves the right to conduct a
price and/or cost analysis of such bid. The sole bidder shall provide such information, data
and other documentation as deemed necessary by the City for such analysis. The City
reserves the right to reject such bid.
1-16 Bid Documents
Bidders are required to submit with the bid package the following:
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 12 May 2019
RFB ver. 5-18
A. AttachmentAl— No Bid Response Form, if applicable.
B. Attachment B— Bid Form.
C. Attachment C— Bid Schedule.
D. Attachment D— Bid Signature Page.
E. Attachment E— Bid Bond Form.
F. Attachment F— Subcontractor List, if applicable.
G. Attachment G— Combined Affidavit and Certification Form.
H. Attachment H—Contractor's Compliance Statement.
I. Attachmentl— Contractor Certification —Wage Law Compliance.
1-17 Conflicts of Interest and Noncompetitive Practices
By submitting a bid, the Contractor agrees as follows:
A. Conflict of Interest — That it has no direct or indirect pecuniary or proprietary interest,
that it shall not acquire any interest which conflicts in any manner or degree with the
work, services, equipment or materials required to be performed and/or provided under
this contract and that it shall not employ any person or agent having any such interests.
In the event that the Contractor or its agents, employees or representatives hereafter
acquires such a conflict of interest, it shall immediately disclose such interest to the City
and take action immediately to eliminate the conflict or to withdraw from this contract, as
the City may require.
B. Contingent Fees and Gratuities
1. That no person or selling agency except bona fide employees or designated agents
or representatives of the Contractor have been employed or retained to solicit or
secure this contract with an agreement or understanding that a commission,
percentage, brokerage, or contingent fee would be paid; and
2. That no gratuities in the form of entertainment, gifts or otherwise, were offered or
given by the Contractor or any of its agents, employees or representatives, to any
official, member or employee of the City or other governmental agency with a view
toward securing this contract or securing favorable treatment with respect to the
awarding or amending, or the making of any determination with respect to the
performance of this contract.
1-18 Bid Security
No bid will be considered unless accompanied by either a cashier's or certified check in an
amount equal to five percent (5%) of the Total Bid Price as indicated on Attachment B, "Bid
Form," or a bid bond in the form of Attachment E or a letter of credit for a like amount. The
check or bond shall be payable to the City; it shall be forfeited as fixed and liquidated
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 13 May 2019
RFB ver. 5-18
damages in case the bidder fails, neglects or refuses to enter into a contract for the faithful
performance of said work (including the providing of any evidence of insurance and/or
performance bond required herein), in the event the contract is awarded to them, within ten
(10) days after the award is made. If a bid bond is submitted in lieu of a check, it shall be
executed by a corporate surety authorized to transact business in the State of Washington
and in the form prescribed in Attachment E, "Bid Bond." If a letter of credit is offered in lieu
of a check or bidder's bond, it shall be issued as an irrevocable documentary letter of credit
drawn on a banking institution licensed to do business in the State of Washington. The
letter of credit shall include instruction and provisions prescribed in Attachment E, "Bid
Bond." Any questions as to the qualification of the banking institution or instruction shall be
submitted to the City at least ten (10) days prior to the bid submittal date. The check,
bidder's bond or letter of credit shall be attached to the bid form.
The City further reserves the right to hold all bids (and the accompanying bid security) from
the date of the bid opening until the contract and any performance/payment bond are
executed, provided that such period does not exceed ninety (90) days, and each bid shall
remain effective during that period.
1-19 Performance/Payment.Bond
The bidder to whom the City has awarded this Contract will remove the
Performance/Payment Bond (Exhibit G) attached to the Public Works Contract and deliver it
to the City fully executed by the bidder and a surety company in the amount of one hundred
percent (100%) of the contract price as security for the faithful performance of the work
including the payment of all persons furnishing materials and performing labor on the work
and all payments arising from the performance of the work due the State of Washington
pursuant to Titles 50 and 51 RCW. Such bond must be executed by a duly licensed surety
company, which is registered with the Washington State Insurance Commissioner, and the
surety's name shall appear in the current Authorized Insurance Company List in the State of
Washington, published by the Office of the Insurance Commissioner. The scope of the
Performance/Payment Bond (Exhibit G) shall in no way affect or alter the liabilities of the
Contractor to the City under Section 8 "Indemnification"of the Public Works Contract.
The City may require the surety company to appear and qualify itself upon the bond. If, at
any time, the City determines in its sole judgment that the surety company is insufficient,
the City may require the Contractor to furnish additional surety in form and arrangement
satisfactory to the City and in an amount not exceeding that originally required. The
Contractor shall submit a performance bond complying with the requirements of this
paragraph within ten (10) days after the award is made. Payments will not be made on the
Contract until sufficient surety as required is furnished.
1-20 Bid Dispute
A. Any actual or prospective bidder, including sub-contractors and suppliers showing a
substantial economic interest in this contract who is aggrieved in connection with the
solicitation or award of this contract, may protest to the City in accordance with the
procedures set forth herein. Protests based on the specifications or other terms in the
contract documents, which are apparent prior to the date established for submittal of
bids, shall be submitted not later than ten (10) calendar days prior to said date, or shall
be deemed waived. All other protests shall be accepted only from actual bidders and shall
be submitted within five (5) calendar days after the aggrieved person knows or should
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 14 May 2019
RFS ver. 5-18
have known of the facts and circumstances upon which the protest is based; provided,
however, that in no event shall a protest be considered if all bids are rejected or after the
award of this contract.
B. In order to be considered, a protest shall be in writing and shall include: (1) the name
and address of the aggrieved person; (2) the RFB number and contract title under which
the protest is submitted; (3) a detailed description of the specific grounds for protest
and any supporting documentation; and (4) the specific ruling or relief requested. The
written protest shall be addressed to:
City of Federal Way
33325 8th Avenue South
Federal Way, Washington 98003-6325
Attention: Bid Protest--2019 Storm Pipe Repair Phase 1 RFB # 19-003
C. Upon receipt of a written protest, the City will promptly consider the protest. The City
may give notice of the protest and its basis to other persons, including bidders involved
in or affected by the protest; such other persons may be given an opportunity to submit
their views and relevant information. If the protest is not resolved by mutual agreement
of the aggrieved person and the City, the City will promptly issue a decision in writing
stating the reasons for the action taken and informing the aggrieved person of his or her
right to appeal the decision to the Mayor or his or her designee. A copy of the decision
shall be mailed (by certified mail, return receipt requested) or otherwise promptly
furnished to the aggrieved person and any other interested parties who requested a
copy of the decision. The decision will be considered final and conclusive unless
appealed within five (5) calendar days after receipt of the decision to the Mayor or his or
her designee. If the decision is appealed, then the subsequent determination of the
Mayor or his or her designee shall issue within five (5) days of the Mayor's receipt of the
appeal and shall be final and conclusive.
D. Failure to comply with these protest procedures will render a protest untimely or
inadequate and shall result in rejection thereof by the City.
SECTION 2,,—GENERAL CONTRACTUAL TERMS AND CONDITIONS
2-1 Administration
This contract will be between the City and the Contractor who will be responsible for
delivering all equipment and performing all work and services described herein. The City is
not party to defining the division of work between the Contractor and the Contractor's
subcontractors, if any, and the specifications have not been written with this intent.
The Contractor represents that it has or will obtain all personnel and equipment required to
perform the services hereunder. Such personnel shall not be employees of the City.
The Contractor's performance under this contract will be monitored and reviewed by Fei
Tang, P.E., SWM Project Engineer. Questions by the Contractor regarding interpretation of
the terms, provisions and requirements of this contract shall be addressed to Fei Tang, P.E.,
SWM Project Engineer for response.
2-2 Proof of Compliance with Contract
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 15 May 2019
RFB ver. 5-18
In order that the City may determine whether the Contractor has complied with the
requirements of the contract documents, the Contractor shall, at any time when requested,
submit to the City properly authenticated documents or other satisfactory proofs as to the
Contractor's compliance with such requirements.
2-3 Contract Documents and Precedence
•
The documents embodying the legally binding obligations between the City and the
Contractor for completion of the work consist of the following: The City's Request for Bid,
Bid Form, Bid Signature Page, Instructions to Bidders, Bid Bond, 2019 Storm Pipe Repair
Phase 1 Contract, General Contractual Terms and Conditions, Contractor's Compliance
Statement, Combined Affidavit and Certification Form, Technical Specifications, Addenda
and Change Orders, and the 2019 Storm Pipe Repair Phase 1 Special Provisions, applicable
Amendments to the WSDOT Standard Specifications, Standard Plans and Details, Prevailing
Wage Rates and Benefit Code Key, Permit and Agency Approvals, 2018 WSDOT/APWA
Standard Specifications for Road, Bridge, and Municipal Construction ("Standard
Specifications'), and all other Appendices attached by this reference. The contract
documents are intended to be complementary so that what is required by any one of them
shall be as binding as if called for by all of them. In the event of any conflicting provisions
or requirements within the several parts of the contract documents, the City will issue an
interpretation regarding the controlling provision, which interpretation shall be binding.
2-4 Charges to Contractor
Charges which are the obligation of the Contractor under the terms of the contract shall be
paid by the Contractor to the City on demand and may be deducted by the City from any
money due or to become due to the Contractor under the contract and may be recovered
by the City from the Contractor or its surety.
2-5 Change Orders
The City may, at any time, without notice to the sureties, by written order designated or
indicated to be a change order, make any change in the specifications within the scope of
this contract. Oral orders will not be binding on the City unless confirmed in writing by the
City. Except as provided herein, no order, statement, or conduct of the City will be treated
as a change hereunder or will entitle the Contractor to an equitable adjustment.
If any change hereunder causes an increase or decrease in the Contractor's cost of, or time
required for, the performance or any part of the work under this contract, an equitable
adjustment will be made and the contract modified in writing accordingly. However, no
claim will be allowed for any costs incurred more than five (5) days before the Contractor
gives written notice as required.
If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall,
within five (5) days after receipt of a written change order form from the City or after giving
the City the written notice required above, as the case may be, submit to the City a written
statement setting forth the general nature and monetary extent of such claim; provided the
City, in its sole discretion, may extend such five (5) day submittal period upon request by
the Contractor. The Contractor shall supply such supporting documents and analysis for the
claims as the City may require to determine if the claims and costs have merit.
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 16 May 2019
RFB ver. 5-18
No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted
after final payment under this contract.
2-6 Work and Materials Omitted
The Contractor shall, when directed in writing by the City, omit work, services and materials
to be furnished under the contract and the value of the omitted work and materials will be
deducted from the contract price and the delivery schedule will be reviewed if appropriate.
The value of the omitted work, services and materials will be a lump sum or unit price, as
mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree
on an appropriate deduction, the City reserves the right to issue a unilateral change order
adjusting the price and the delivery schedule.
2-7 Washington State Sales Tax
The Contractor shall make payment directly to the State for all applicable Washington State
sales taxes and all other governmental taxes, assessments and charges.
2-8 Shipping Charges
All prices shall include freight. Requests for additional compensation for freight charges will
be rejected by the City.
2-9 Warranty
All materials and equipment sold and labor performed under this contract are warranted by
the Contractor to be free from defects in materials or workmanship for a period of at least
one (1) year from date of delivery and installation; provided, however, that this warranty
may extend beyond this time period pursuant to any contractual or attached warranties. If
the merchandise sold or work performed hereunder is defective on account of workmanship
or materials, the Contractor agrees to replace the merchandise or, at the City's sole option,
repair the defective merchandise. All defects in work or materials shall be promptly
corrected.
2-10 No Waiver of Warranties and Contract Rights
Conducting of tests and inspections, review of specifications or plans, payment for goods or
services, or acceptance by the City does not constitute a waiver, modification or exclusion of
any express or implied warranty or any right under this contract or in law.
2-11 Legal Relations
The Contractor shall comply with all of the City's resolutions and regulations applicable
under this contract and with any local, state or federal law or regulation applicable to the
materials, equipment or service provided under this contract. Neither the Contractor nor the
City shall assign any interest, obligation or benefit under or in this contract or transfer any
interest in the same, whether by assignment or novation, without prior written consent of
the other party. This contract shall be binding upon and inure to the benefit of the
successors of the parties.
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 17 May 2019
RFB ver. 5-18
2-12 Applicable Law and Forum
Except as hereinafter specifically provided, this contract shall be governed by and construed
according to the laws of the State of Washington including, but not limited to, the Uniform
Commercial Code, Title 62A RCW. Any suit arising herefrom shall be brought in King County
Superior Court, which shall have sole and exclusive jurisdiction and venue.
2-13 Hazardous Chemical Communication
In order to comply with WAC 296-62-054, Hazard Communication, the Contractor shall
submit with each shipment a Material Safety Data Sheet (MSDS) for all products containing
any toxic products that may be harmful to the end user. The MSDS Sheet is to accompany
the toxic product(s) to the specified delivery sites.
Include the following information in the MSDS:
A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the
MSDS.
B. If the product is actually used diluted, the dilution rate should be so stated in the
MSDS and the hazards and corresponding personal protection, etc., also be listed.
C. A statement as to the intended use of the product.
2-14 Delivery and Liquidated Damages
Time is of the essence of the contract and each and all of its provisions in which
performance is a factor. The Contractor will be held to strict compliance with the prescribed
date(s) set forth in these contract documents. For each and every day that delivery is
delayed beyond the specific date(s), damage will be sustained by the City. Because of the
difficulty in computing the actual damages and disadvantages to the City, and as a
reasonable forecast of actual damages which the City will suffer by the delay in delivery, the
parties agree that for each such delay the Contractor will pay the City liquidated damages
(and not as a penalty) in accordance with Section 1.3 of Attachment J, Public Works
Contract, to compensate for any damages caused by such delay. The City may deduct from
any payment owing to the Contractor, any liquidated damages, which may be incurred by
the Contractor pursuant to this paragraph.
2-15 Force Majeure
The Contractor's or City's failure to perform any of its obligations under this contract shall
be excused if due to causes beyond the control and without the fault or negligence of the
Contractor or City, respectively, including, but not restricted to, acts of God, acts of public
enemy, acts of any government, fire, floods, epidemics, and strikes.
2-16 Patents, Copyrights and Rights in Data
Any patentable result or material suitable for copyright arising out of this contract shall be
owned by and made available to the City for public use, unless the City shall, in a specific
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 18 May 2019
RFB ver. 5-18
case where it is legally permissible, determine that it is in the public interest that it not be
so owned or available.
The Contractor agrees that the ownership of any plans, drawings, designs, specifications,
computer programs, technical reports, operating manuals, calculations, notes and other
work submitted or which is specified to be delivered under this contract, whether or not
complete (referred to in this subsection as "Subject Data', shall be vested in the City or
such other local, state or federal agency, if any, as may be provided by separate contract
with the City.
All such Subject Data furnished by the Contractor pursuant to this contract, other than
documents exclusively for internal use by the City, shall carry such notations on the front
cover or a title page (or in such case of maps, in the same block) as may be requested by
the City. The Contractor shall also place their endorsement on all Subject Data furnished by
them. All such identification details shall be subject to approval by the City prior to printing.
The Contractor shall ensure that substantially the foregoing paragraphs are included in each
subcontract for the work on the project.
2-17 Patents and Royalties
The costs involved in license fees, royalties or in defending claims for any patented
invention, article, process or method that may be used in or connected with the work under
this contract or with the use of complete work by the City, shall be paid by the Contractor.
The Contractor and the Contractor's sureties shall, at their own cost, defend, indemnify and
hold the City, together with its officers and employees, harmless against any and all
demands made for such fees, royalties or claims brought or made by the holder of any
invention or patent. Before final payment is made on the account of this contract, the
Contractor shall, if requested by the City, furnish acceptable proof of a proper release of the
City, its officers, agents and employees from all such fees or claims.
Should the Contractor, its agent, servants or employees, or any of them be enjoined from
furnishing or using any invention, article, material, computer programs or equipment
supplied or required to be supplied or used under the contract, the Contractor shall
promptly substitute other articles, materials, computer programs or equipment in lieu
thereof of equal efficiency, quality, finish, suitability and market value, and satisfactory in all
respects to the City.
2-18 Disagreements, Disputes, Claims, and Appeals
If any disagreements occur with anything required in a change order, another written order,
or an oral order from the Project Engineer, including any direction, instruction,
interpretation, or determination by the Project Engineer, the Contractor shall follow the
procedures outlined in Standard Specification Sections 1-04.5 and 1-09.11, which are
incorporated by this reference.
By failing to follow the procedures of Sections 1-04.5 and 1-09.11, the Contractor
completely waives any claims for protested Work.
Any claims or causes of action shall be brought only in the Superior Court for King County,
Washington.
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 19 May 2019
RFB ver. 5-18
2-19 Recycled Products
The Contractor shall use recycled paper for proposals and for any printed or photocopied
material created pursuant to a contract with the City whenever practicable and use both
sides of paper sheets for reports submitted to the City whenever practicable.
In the event this RFB covers the sale of product to the City that is capable of containing
recycled materials, Contractor is hereby advised that the City intends to procure products
with recycled content, pursuant to the recycled content notice delivered with these bid
documents. Contractor shall certify the percentage of recycled content and products sold to
the City, including a percentage of post-consumer waste that is in the product. This
certification is required to be in the form of a label on the product or a statement by the
Contractor attached to the bid documents. The certification on multi-component or multi-
material products shall verify the percentage and type of post-consumer waste and recycled
content by volume contained in the major constituents of the product. The Contractor
agrees to grant the City, as a procuring agency, permission to verify the certification of
recycled content by review of the bidder's or manufacturer's records as a condition of any
bid award, in the event of a bidder's protest, or other challenge to the bid accepted.
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 20 May 2019
RFB ver. 5-18
AttachmentA
NO BID RESPONSE FORM
When submitting a "No Bid," mail this completed form to Federal Way Purchasinq,_33325 8th
Avenue South, Federal Way, Washington 98003-6325. Be sure the form is in a sealed envelope with
the bid number and bid title indicated on the outside of the envelope. The form must be received
by the date and time specified for the bid opening as indicated in Section 1-1. Failure to return this
farm, if not submifting a formal bid, may result in your firm being dis aliflec! from future City
rp oiects.
Bid Number: RFB No. 19-003
Bid Title: 2019 Storm Pipe Repair Phase 1
❑ Cannot comply with specifications.
❑ Cannot meet delivery requirement.
❑ Do not regularly manufacture or sell the type of commodity involved.
❑ Other (please specify).
Explanation of reason(s) checked:
Check one of the following:
❑ WE DO
❑ WE DO NOT desire to be retained on the mailing list for future procurements of this
commodity.
Firm Name:
Address: Phone;
Signature Date
Name (Type or Print) Title
City of Federal Way RFB # 19-003
2019 Storm Pipe Repair Phase 1 Page 21 May 2019
RFB ver. 5-18
Attachment B
BID FORM
CITY OF FEDERAL WAY
2019 Storm Pipe Repair Phase 1
BID FORM
Bidder: 42-i)U�np CA tno�?m1 Date: JAI t/1
ITEM BID AMOUNT
TOTAL BID AMOUNT $ �
(including Washington State sales tax, all other 51q
government taxes, assessments and charges)
To City Council Members
City of Federal Way
33325 8th Ave South
Federal Way, Washington 98003-6325
Pursuant to and in compliance with your advertisement for bids for construction of 2019
Storm Pipe Repair Phase 1 _ and other documents
relating thereto, the undersigned has carefully examined all of the bid and contract documents as
the premises and conditions affecting the delivery, supply and maintenance of 20199
tormPine
Repair- Phase _i _ _ and hereby proposes to furnish all labor,
materials and perform all work as required in strict accordance with the contract documents, for the
above-referenced amount, inclusive of Washington State sales tax and all other government
taxes, assessments and charges as required by law.
The required bid security consisting of a certified check, bid bond, or cashier's check in an amount
of not less than five percent (5%) of the total amount bid is attached hereto, which it is agreed
shall be collected and retained by the City as liquidated damages in the event this bid is accepted
by the City within forty-five (45) calendar days after the day of the bid opening and the
undersigned falls to execute the 2019 Storm Pipe Repair Project Phase 1 Public Works Contract and
to provide the required certificate of insurance to the City, under the conditions thereof, within ten
(10) calendar days after the Notice of Award; otherwise said Bid Security will be returned to the
undersigned.
Bond or Certified Check_ ?7�D Dollars ($
The Bidder shall complete this entire Bid Form or this bid may be considered non-responsive. The
City may correct obvious mathematical errors.
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or
minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in
the bid documents.
Receipt of the followi g Addendums is hereby acknowledged:
J
Addendum No. 14 Date Issued: i4ii
City of Federal�i ay RFB# (9-003
2019 Storm Pipe Repair Phase l Page 22 May 2019
RFB ver 5-18
Addendum No. Date Issued:
Addendum No. Date Issued:
(.`-U-
Corporation/Partnership/Individual Firm Name
(Delete Two)
)IW VS
Bidder's State License No. Signature
bol...472 74 Pc -
Bidder's State Tax No. Title
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 23 May 2019
RFB ver 5-18
Attachment C
BID SCHEDULE
City of Federal Way
2019 Storm Pipe Repair Phase i
NOTE:
Unit prices for all items,all extensions,and total amount of bid must be shown.All entries must be written in Ink.
All unit prices shall include applicable sales tax.
SCHEDULE A—BASE 810
ITEM ITEM DESCRIPTION WITH UNIT PRICE IN PLAN UNIT PROICE TOTAL AMOUNT
NO. SECTION# WORDS UNIT QTY. DOLLARS&CENTS DOLLARS&CENTS
1 SP 1-09.7 Mobilization LS 1 1 )
V �
2 SP 7-04.5 Storm Sewer Pipe Repair/Replacement Site#1 LF 29 C—P co I)
3 SP 7-04.5 Storm Sewer Pipe Repair/Replacement Site#2 LF 41 �j,,/� � 4-ay. 4
4 SP 7-04.5 Storm Sewer Pipe Repair/Replacement Site#3 LF 93 77(N 3
If=
5 SS 1-04.4(1) Minor Change CALC. �1 5,000 5,000
�11 unit prices shall include applicable sales tax(SP 1-07.2) ( Sales Tax (DO NOT ADD SALES TAX HERE)
SUBTOTAL AN
SCHEDULE A
City of federal Way RIB# 19-003
2019 Storm Pipe Repair Phase 1 Page 24 May 2019
RIB ver 5-18
Attachment D
BID SIGNATURE PAGE
Date:
The undersigned bidder hereby proposes and agrees to deliver the equipment and/or
services pursuant to the 2019 Storm Pipe Repair Phase 1 and comply with all other terms and
conditions of the contract and bid documents of RFB 19-003.
No bidder may withdraw his/her bid for a period of ninety (90) days after the day of bid
opening.
The required bid security consisting of a certified check, bid bond, or cashier's check in an
amount of not less than five percent (5%) of the total amount will be delivered to the City.
The undersigned individual represents and warrants that he or she is dully authorized to
execute the bid and all bid documents on behalf of any partnership, joint venture or corporation.
�t 'ted
Corporation/Partnership/Individual Company
(DeIe#e Two)
BY•
_ b'i
(Signature)
u-x- PXr SLS Qn
(Printed Name)
Its:
(Title)
l?-10 1.-&"n� d%
_ krOM C Aw. - t�tlA Y�ZZ
(Address)
;G0. Ili.
(Telephone Number)
City of federal Way RFD 19-003
2019 Stonn Pipe Repair Phase 1 Page 25 May 2019
RFD ver 5-13
Attachment E
BID BOND FORM
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in
the amount of$ 5%of Bid Amount , which amount is not less than five percent (5%) of the total bid.
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we, Nordvind Comp2ny, LLC as
Principal, and Philadelphia indemnity Insurance Company as Surety, are held and
firmly bound unto the City of Federal Way, as Obligee, in the penal sum of Five Percent(5%)of 8Fd Amount
and o0 100 dollars ( ,,,�rg i -� curt), for the payment of which the Principal and the Surety bond
themselves, their heirs and 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:
2019 Storm Pipe Repair Phase 1
According to the terms of the proposal or bid made by the Principal therefore, 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 tail 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 Lath DAY 01= May ' 2019 .
Nordvind Company, LLC
Principal
Phdadeiphra Indemnity Insurance Company
Surety Aliceon A.Keftner,Attorney-in-Fact
r
Date: Si 2011.
Received return of deposit in the sum of $
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 26 May 2019
RFB ver 5-18
557
PHILADELPHIA INDEMNITY INSUILtNCE COMPANY
One Bala Plaza,Suite 100
Bala Cynwyd,PA 19004-0950
Power of Attorney
KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the
laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint l ?:ie.,Esoiritu_.Christo t.��r Kt nva".F,Lf+tn.! t�., E_�A,Zi,nmermar+,.13rn-t R_
Binder,Jamie L Mar ues Karen C.Swans- a_n Ky.I.P Jil eph Howat,A&Lon a {`'.ln f 3r 3:3 A. IR S f �]fln I1Ls i�I.lRrrni Hee leer L.Au n,Mary S. yarrotZ.
lacob T.Haddock and Brandon K.Bush of 8r-3tri+d Utiddletor!Insuran[_Brol ., rsc.db,a?2pel In, r;tnre,its true and lawful Attorney-in-fact with Full authority to
execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its
business and to bind the Company thereby,in an amount not to exceed$50�.01C0.
This Power of Attorney is granted and is signed and sealed by facsimile under and by die authority of the following Resolution adopted by the Board of Directors of
PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 1=4'h of November,2016-
RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the
Company: (1) Appoint Attorrey(s) in Fact and authorize the Attorney(s) in Fact to
execute on behalf of the Company bonds and undertakings,contracts of indemnity and
Mier writings obligatory in the nature therrof and to attach the seal of the Company
thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the
authority given, And,be it
FURTHER
RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any
such Power of Attorney or certificate relating thereto by facsimile,and any such Power of
Attomey so executed and certified by facsimile signatures and facsimile seal shall be
valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
IN TFSTINIONY Wi{EREOF, PHILADELPHIA INDEMNITY INSURANCL- COMPANY HAS CAUSED THIS INSTRUMENT 1-0 BE SIGNED AND ITS
CORPOR-ATE SFALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27"`DAY OF OCTOBER,2017
(Seal)
Robert D O'Leary Jr.,President&CEO
Philadelphia Indemnity Insurance Company
On this 271h day ot•October,2017,before me carte the individual who executed the preceding instrument,to me personally known,and being by me duly swom said
that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY,that the seal affixed to said instrument is
the Corporate seal ofsaid Company,that the said Corporate Seal and his signature were duly affixed.
Notary Public:
residing a(: Bala Cvnwvd PA
(Notary Seal)
My commission expires September 25 2021
1,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of
Directors and the Power of Attome issued pursuant thereto on the 27"da of October,
y pur y 2017 are trite and correct and are still in full force and effect.1 do Further certify
that Robert D O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President
of PHiLADELPEIIA iNDEMNITY INSURANCE COMPANY.
in Testimony Whereof]have subscribed my name and affixed the facsimile seal of each Company this I H l^_disy of _ 20 Li L_
1
Edward Sayago,Corporate Secretary
PHILADELPHIA INDEMNITY INSURANCE COMIPANY
Attachment F
SUBCONTRACTOR LIST
Prepared in Compliance with RCW 39.30.060
2019 Storm Pipe Repair Phase 1
Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air
conditioning, plumbing, as described in Chapter 18,106 RCW, and electrical as described in Chapter
19.28 RCW, or identify the bidder for the work will result in your bid being non-responsive and
therefore void.
Subcontractors that are proposed to perform the work of heating, ventilation and air conditioning,
plumbing, as described in Chapter 18.108 RCW, and electrical as described in Chapter 19.28 RCW,
must be named below; or name the bidder for the work.
The bidder verifies that each first tier subcontractor, and every subcontractor of any tier that hires
other subcontractors, has a current certificate of registration in compliance with chapter 18.27
RCW; a current Washington Unified Business Identifier (UBI) number; has Industrial Insurance
(workers' compensation) coverage for the subcontractor's employees working in Washington, as
required in Title 51 RCW, if applicable; has a Washington Employment Security Department
number, as required in Title 50 RCW, if applicable; has a Washington Department of Revenue state
excise tax registration number, as required in Title 82 RCW, if applicable; has an electrical
contractor license, if required by Chapter 19.28 RCW, if applicable; has an elevator contractor
license, if required by Chapter 70.87 RCW.
The following listed bid items (listed in numerical sequence) for this project have been proposed for
subcontracting to subcontractors as indicated.
SUBCONTRACTOR ITE -NUMBERS ESTIMATED AMOUNT WMBE QUALIFIED?
NAME (YIN)
' I
City of Federal Way RFB 919-003
2019 Storm Pipe Repair Phase 1 Page 27 M1v 2019
R.FB ver 5-18
Attachment G
City of Federal Way
COMBINED AFFIDAVIT AND CERTIFICATION FORM
Non-Collusion, Anti-Trust, Prevailing Wage (Non-Federal Aid),
Debarment, Eligibility, and Certification of Lawful Employment
NON-COLLUSION AFFIDAVIT
Being first duly sworn, deposes and says, that he/she is the identical person who submitted the
foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the
interest or on behalf of any person not therein named, and further, that the deponent has not
directly induced or solicited any other Bidder on the foregoing work equipment to put in a sham
bid, or any other person or corporation to refrain from bidding, and that deponent has not in any
manner sought by collusion to secure to himself/herself or to any other person any advantage over
other Bidder or Bidders; and
NOTICE TO ALL BIDDERS ON PROJECTS INVOLVING
THE U.S.. DEPARTMENT OF TRANSPORTATION (USDOT)
To report bid rigging activities call: 1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free hotline Monday
through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid
rigging, bidder collusion, or other fraudulent activities should use the hotline to report such
activities. The hotline is part of USDOT's continuing effort to identify and investigate highway
construction contract fraud and abuse and is operated under the direction of the USDOT Inspector
General. All information will be treated confidentially and caller anonymity will be respected; and
CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice, overcharges resulting from anti-
trust violations are, in fact, usually borne by the purchaser. Therefore, vendor hereby assigns to
purchaser any and all claims for such overcharges as to goods and materials purchased in
connection with this order or contract, except as to overcharges resulting from anti-trust violations
commencing after the date of the bid, quotation, or other event establishing the price under this
order or contract. In addition, vendor warrants and represents that each of his suppliers and
subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned
exception; and
PREVAILING WAGE AFFADAVIT
I, the undersigned, having duly sworn, deposed say and certify that in connection with the
performance of the work of this project, will, pay each classification of laborer, work person, or
mechanic employed in the performance of such work, not less than the prevailing rate of wage or
not less than the minimum rate of wage as specified in the principal contract; that I have read the
above and forgoing statement and certificate, know the contents thereof and the substance as set
forth therein, is true to my knowledge and belief; and
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 Page 28 May 2019
RFB ver 5-13
DEBARMENT AFFIDAVIT
I certify that, except as noted below, the firm, association or corporation or any person in a
controlling capacity associated therewith or any position involving the administration of federal
funds; is not currently under suspension, debarment, voluntary exclusion, or determination of
ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or
determined ineligible by any federal agency within the past three (3) years; does not have a
proposed debarment pending; and has not been indicted, convicted, or had a civil judgment
rendered against said person, film, association or corporation by a court of competent jurisdiction
in any matter involving fraud or official misconduct within the past three (3)years.
AFFIDAVIT OF ELIGIBILITY
The Contractor certifies that it is properly licensed and registered under the laws of the State of
Washington and has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW
51.1.6.070(i)(b), or RCW 82.32.070(2) within the last two years. The Contractor further certifies
that it has not been determined, within the last one year, to have committed any combination of
two of the following violations or infractions within a five-year period: (1) Violated RCW
51.48.020(1) or 51.48.10.3; or (2) Committed an infraction or violation under chapter 18.27 RCW.
CERTIFICATION OF LAWFUL EMPLOYMENT
The contractor hereby certifies that it has complied with all provisions of the Immigration and
Nationality Act, now or as herein after amended, 8 USC Section 1101 et. seq., and that all
employees, including subcontractor employees, are lawfully permitted to perform work in the
United States as provided in this agreement with the City of Federal Way.
FOR: Non-Collusion Affidavit, Assignment of Anti-Trust Claims to Purchaser, Prevailing Wage
Affidavit, Debarment Affidavit, Affidavit Of Eligibility, and Certification of Lawful Employment.
2019 Storm Pipe Repair Phase T
Name of Bidder's Firn:y
Signature of Authorized Representative of Bidder
0 c .`' +bsc ibed and sworn to before me this �v\day of�1(- _, 20b
�.
Pu� : (printed/typed name of notary)
Q) Notary Public in and for the State of Washington
•fJ�f�f�"�r oFW.Pe My commission�� expires:
ellnrntiI
City of Federal Way RFD#19-003
2019 Storm Pipe Repair Phase 1 Page 29 Nfay 2019
RFD ver 5-18
Attachment H
CONTRACTOR'S COMPLIANCE STATEMENT
(President's Executive Order #11246)
i
Date: '
This statement relates to a proposal contract with the City of Federal Way named
2019 Storm Pipe Repair Phase I
I am the undersigned bidder or prospective contractor. I represent that:
I d have, ❑ have not, participated in a previous contract or subcontract subject to the President's
&ei utive Order #11246 (regarding equal employment opportunity) or a preceding similar
Executive Order.
s1 J LUIL)i r p .
Name of Bidder
By:
Signature
Its: ao"
Title
Lamflfe, jr
Address
City of Federal Way RIB#19-003
2019 Storm Pipe Repair Phase 1 Page 30 May 2019
RFB ver 5-18
Attachment I
Contractor Certification
Wage Law Compliance— Responsibility Criteria
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL
PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR
AWARD.
I hereby certify, under penalty of perjury under the laws of the State of Washington, on
behalf of the firm identified below that, to the best of my knowledge and belief, this firm
has N4T been determined by a final and binding citation and notice of assessment issued
by the Washington State Department of Labor and industries or through a civil judgment
entered by a court of limited or general jurisdiction to have willfully violated, as defined in
RCW 49:.48.082, any provision of Chapters 49.46, 49.48, and 49.52 RCW within three (3)
years prior to the date of the Request for Bids.
Bidder Name:
i r, .for', d ,j. gill Al legal Entity Eh,me of Firm
r
Signature of Authorized P rson Print Name of Person Maldng Certifications for Finn
Title: ray'} ,�,'
'lace;
Title of Person Signing Certificate Print City and State Where Signed
Date:
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 31 May 2019
RFB ver 5-13
Attachment 1
PUBLIC WORKS CONTRACT
FOR
2019 STORM PIPE REPAIR PHASE I
THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this day of
June , 2019_and is made by and between the City of Federal Way, a Washington municipal
corporation ("City or Owner', and Nordvind Sewer Service LLC, a Washington limited
liability company ("Contractor'.
A. The City desires to retain an independent contractor to furnish all labor and materials
necessary to perform work necessary to complete 2019 Storm Pipe Repair Phase 1, located just
North of Steel Lake, Federal Way, Washington ("Property'; and
B. The Contractor has the requisite skill and experience to perform such work.
NOW, THEREFORE, the parties ("Parties' agree to the following terms and conditions:
1. &AV s
1.1 Descrirtian of Work. Contractor shall perform all work and furnish all tools, materials,
supplies, equipment, labor and other items incidental thereto necessary for the construction and
completion of the work, more particularly described as the 2019 Storm Pipe Repair Phase I project,
including without limitation:
Repairing and replacing existing deteriorated storm sewer pipes and restoring disturbed existing
improvements such as asphalt concrete pavement, curb, gutter, driveway approaches, and
landscaping ("Work', in accordance with and as described in the Contract Documents, which
include without limitation, this Contract, Request for Bids, Bidder's Checklist, Instructions to
Bidders, General Contractual Terms and Conditions, Bid Form, Bid Signature Page, Bid Bond,
Combined Affidavit and Certification Form, Contractor's Compliance Statement, Notice of
Completion of Public Works Contract attached as Exhibit A, Contract Change Order Agreement
attached as Exhibit B, Contractor's Retainage Agreement attached as Exhibit C, Retainage Bond to
City of Federal Way attached as Exhibit D, Notice to Labor Unions or Other Employment
Organizations Nondiscrimination in Employment attached as Exhibit E, Certificate(s) of Insurance
Form attached hereto as Exhibit F, Performance / Payment Bond attached hereto as Exhibit G, Title
VI Assurances attached hereto as Exhibit H, Standard Plans and Details attached as Appendix A,
current Prevailing Wage Rates attached as Appendix B, Warranties attached as Appendix C, 2018
WSDOT / APWA Standard Specifications for Road, Bridge and Municipal Construction ('Standard
Specifications' and all other Appendices attached hereto and incorporated by this reference,
(collectively the `Contract Documents'), which Work shall be completed to the City's satisfaction,
within the time period prescribed by the City and pursuant to the direction of the Mayor or his or
her designee.
1.2 Completion Date. The Work shall be commenced within five (5) days of receipt by the
Contractor of the City's Notice to Proceed. The Work shall be completed within 15 working days. In
the event the Work is not substantially completed within the time specified, Contractor agrees to
pay to the City liquidated damages in the amount set forth in the formula included in Section 1.3 of
this Contract. The Work shall not be deemed completed until the
City of Federal Way RFB # 19-003
2019 Storm Pipe Repair Phase l Page 32 May 2019
RFB ver. 5-18
City has accepted the Work and delivered a written Notice of Completion of Public Works Contract
in the form attached hereto as Exhibit"A."
1.3 Liquidated Damages. Time is of the essence of the Contract. Delays inconvenience the
public and cost taxpayers undue sums of money, adding time needed for administration, inspection,
and supervision. It is impractical for the City to calculate the actual cost of delays. Accordingly, the
Contractor agrees to pay liquidated damages calculated on the following formula for its failure to
complete this Contract on time:
(1) To pay (according to the following formula) liquidated damages for each working day
beyond the number of working days established for completion, and
(2) To authorize the City to deduct these liquidated damages from any money due or
coming due to the Contractor.
LIQUIDATED DAMAGES FORMULA
LD = 0.15C
T
Where: LD = Liquidated damages per working day (rounded to
the nearest dollar).
C = Original Contract amount.
T = Original time for completion.
When the Work is completed to the extent that the City has full and unrestricted use and
benefit of the facilities, both from an operational and safety standpoint, the City may determine the
Work is complete. Liquidated damages will not be assessed for any days for which an extension of
time is granted. No deduction or payment of liquidated damages will, in any degree, release the
Contractor from further obligations and liabilities to complete this entire Contract.
1.4 Performance Standard. Contractor shall perform the Work in a manner consistent with
accepted practices for other properly licensed contractors.
1.5 Compliance with Laws. Contractor shall perform the Work in accordance with all
applicable federal, state and City laws, including but not limited to all City ordinances, resolutions,
standards or policies, as now existing or hereafter adopted or amended, and obtain all necessary
permits and pay all permit, inspection or other fees, at its sole cost and expense.
1.6 Change Orders. The City may, at any time, without notice to sureties, order changes
within the scope of the Work. Contractor agrees to fully perform any such alterations or additions
to the Work. All such change orders shall be in the form of the Contract Change Order Agreement
attached hereto as Exhibit "B," which shall be signed by both the Contractor and the City, shall
specifically state the change of the Work, the completion date for such changed Work, and any
increase or decrease in the compensation to be paid to Contractor as a result of such change in the
Work. Oral change orders shall not be binding upon the City unless confirmed in writing by the City
or in follow up email by the City. If any change hereunder causes an increases or decrease in the
Contractor's cost of, or time required for, the performance or any part of the Work under this
Contract, an equitable adjustment will be made and the Contract modified in writing accordingly.
If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall,
within five (5) days after receipt of a written change order from the City or after giving the written
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase l Page 33 May 2019
RFB ver. 5-18
notice required above, as the case may be, submit to the City a written statement setting forth the
general nature and monetary extent of such claim; provided the City, in its sole discretion, may
extend such five (5) day submittal period upon request by the Contractor. The Contractor shall
supply such supporting documents and analysis for the claims as the City may require to determine
if the claims and costs have merit. No claim will be allowed for any costs incurred more than five
(5) days before the Contractor gives written notice as required. No claim by the Contractor for an
equitable adjustment hereunder will be allowed if asserted after final payment under this Contract.
1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by the City,
omit work, services and materials to be furnished under the Contract and the value of the omitted
work and materials will be deducted from the Total Compensation and the delivery schedule will be
reviewed if appropriate. The value of the omitted work, services and materials will be a lump sum
or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties
cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change
order adjusting the price and the delivery schedule.
1.8 Utility Location. Contractor is responsible for locating any underground utilities affected
by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as amended.
Contractor shall be responsible for compliance with Chapter 19.122 RCW, including utilization of the
"one call" locator system before commencing any excavation activities.
1.9 Air Environment. Contractor shall fully cover any and all loads of loose construction
materials including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction
debris, etc., to protect said materials from air exposure and to minimize emission of airborne
particles to the ambient air environment within the City of Federal Way.
This Contract shall commence on the effective date of this Contract and continue until the
completion of the Work, which shall be no later than December 31, 2019 to complete, and the
expiration of all warranties contained in the Contract Documents ("Term'.
3. �,Lbl—pinl
3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete the
Work, and is appropriately accredited and licensed by all applicable agencies and governmental
entities, including but not limited to being registered to do business in the City of Federal Way by
obtaining a City of Federal Way business registration. Contractor represents that it has visited the
site and is familiar with all of the plans and specifications in connection with the completion of the
Work.
3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all Work
which the City deems to have defects in workmanship and material discovered within one (1) year
after the City's final acceptance of the Work as more fully set forth in the General Conditions of the
Contract; provided, however, that this warranty may extend beyond this time period pursuant to
the warranties as specified in the special provisions, contract plans, other parts of the Contract
Documents, or as attached hereto as an appendix and incorporated by this reference. This
warranty shall survive termination of this Contract. Conducting of tests and inspections, review of
specifications or plans, payment for goods or services, or acceptance by the City does not
constitute waiver, modification or exclusion of any express or implied warranty or any right under
this Contract or law.
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 34 May 2019
RFB ver. 5-18
.�LMP
4.1 Total Compel-sation. In consideration of the Contractor performing the Work, the City
agrees to pay the Contractor an amount not to exceed and 00/100
Dollars ($ ), which amount shall constitute full and complete payment by the City
("Total Compensation'.
4.2 Contractor Responsible for Taxes. The Contractor shall be solely responsible for the
payment of any taxes imposed by any lawful jurisdiction as a result of the performance and
payment of this Contract.
4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor for
any of the Work not completed in a satisfactory manner, in the City's sole discretion, which shall be
withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable
to the City.
4.4 Method of Payment. The basis of payment will be the actual quantities of work
performed according to the contract and as specified for payment. Payments will be made for work
and labor performed and materials furnished under the contract according to the price in the
proposal unless otherwise provided. Partial payments will be made once each month, based on
partial estimates prepared by the Engineer and signed by the Contractor. Failure to perform any
obligation under this Contract may be adequate reason for the City to withhold payments until the
obligation is performed.
Upon completion of all work and after final inspection, the amount due the Contractor under
the contract will be paid based upon the final estimate made by the Engineer and signed by the
Contractor.
Payment to the Contractor for partial estimates, final estimates, and retained percentages
shall be subject to controlling laws.
4.5 Retainage. Pursuant to Chapter 60.28 RCW, five percent (5%) of the Total
Compensation shall be retained by the City to assure payment of Contractor's state sales tax as well
as payment of subcontractors, suppliers and laborers. Upon execution of this Contract, Contractor
shall complete, execute and deliver to the City the Contractor Retainage Agreement attached
hereto as Exhibit "C" or execute the Retainage Bond attached hereto as Exhibit "D." No payments
shall be made by the City from the retained percentage fund ("Fund's nor shall the City release any
retained percentage escrow account to any person, until the City has received from the Department
of Revenue a certificate that all taxes, increases, and penalties due from the Contractor and all
taxes due and to become due with respect to the Contract have been paid in full or that they are,
in the Department's opinion, readily collectible without recourse to the State's lien on the retained
percentage. Upon non-payment by the general contractor, any supplier or subcontractor may file a
lien against the retainage funds, pursuant to Chapter 60.28 RCW. Subcontractors or suppliers are
required to give notice of any lien within forty-five (45) days of the completion of the Work and in
the manner provided in RCW 39.08.030. Within sixty (60) days after completion of all Work on this
Contract, the City shall release and pay in full the money held in the Fund, unless the City becomes
aware of outstanding claims made against this Fund.
S. U , 0 E29r�TU TY Ey2 YF.,
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 35 May 2019
RFB ver. 5-18
In all Contractor services, programs or activities, and all Contractor hiring and employment
made possible by or resulting from this Contract, there shall be no discrimination by Contractor or
by Contractor's employees, agents, subcontractors or representatives against any person because
of sex, age (except minimum age and retirement provisions), race, color, creed, national origin,
marital status or the presence of any disability, including sensory, mental or physical handicaps,
unless based upon a bona fide occupational qualification in relationship to hiring and employment,
advertising, layoff or termination, rates of pay or other forms of compensation, and selection for
training, including apprenticeship. Contractor shall comply with, and shall not violate any of the
terms of, Chapter 49.60 RCW, Title VII of the Civil Rights Act of 1964, the Americans With
Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 26, or any other
applicable federal, state, or local law or regulation regarding non-discrimination. Any material
violation of this provision shall be grounds for termination of this Contract by the City and, in the
case of the Contractor's breach, may result in ineligibility for further City agreements. If this project
involves federal funds including USDOT funds administered by WSDOT, the contractor agrees to
the clauses contained in Exhibit H.
6. INDEPEN DENf,- TR�'��TR F aid;
6.1 It is the intention and understanding of the Parties that the Contractor shall be an
independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick
leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax
which may arise as an incident of employment. The Contractor shall pay all income and other taxes
due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of
whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed
to convert this Agreement to an employment contract. It is recognized that Contractor may or will
be performing professional services during the Term for other parties; provided, however, that such
performance of other services shall not conflict with or interfere with Contractor's ability to perform
the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City.
6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the
contractor agrees to notify the City and complete any required form if the Contractor retired under
a State of Washington retirement system and agrees to indemnify any losses the City may sustain
through the Contractor's failure to do so.
7. 11"Y''S TO TES.JAIN A`%E
7.1 Termination Without Cause. Prior to the expiration of the Term, this Contract may be
terminated without cause upon oral or written notice delivered to Contractor from the City. Upon
'termination, all supplies, materials, labor and/or equipment furnished prior to such date shall, at
the City's option, become its property. In the event Contractor is not in breach of any of the
provisions of this Contract, Contractor will be paid for any portion of the Work which has been
completed to the City's satisfaction, calculated by the percentage amount that portion of the Work
completed and accepted by the City bears to the Total Compensation.
7.2 Termination For Cause. The City may immediately terminate this Contract, take
possession of the Property and all materials thereon and finish the Work by whatever methods it
may deem expedient, upon the occurrence of any one or more of the following events:
(1) If the Contractor should be adjudged a bankrupt.
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase l Page 36 May 2019
RFB ver. 5-l 8
(2) If the Contractor should make a general assignment for the benefit of its
creditors.
(3) If a receiver should be appointed on the account of insolvency of Contractor.
(4) If Contractor should persistently or repeatedly refuse or fail to supply a sufficient
number of properly skilled workmen or proper materials for completion of the Work.
(5) If the Contractor should fail to complete the Work within the time specified in
this Contract.
(6) If the Contractor should fail to complete the Work in compliance with the plans
and specifications, to the City's satisfaction.
(7) If the Contractor should fail to make prompt payment to subcontractors or for
material labor.
(8) If Contractor should persistently disregard laws, ordinances or regulations of
federal, state, or municipal agencies or subdivisions thereof.
(9) If Contractor should persistently disregard instructions of the Mayor or his or her
representative.
(10) If Contractor shall be in breach or violation of any term or provision of this
Contract, or
(11) If the Work is not being performed pursuant to RCW 49.28.050 or 49.28.060.
7.3 Result of Termination. In the event that this Contract is terminated for cause by the
City, the City may do any or all of the following:
(1) Stop payments. The City shall cease any further payments to Contractor and
Contractor shall be obligated to repay any payments it received under this contract.
(2) Complete Work. The City may, but in no event is the City obligated to, complete
the Work, which Work may be completed by the City's agents, employees or
representatives or the City may retain independent persons or entities to complete
the Work. Upon demand, Contractor agrees to pay to the City all of its costs and
expenses in completing such Work.
(3) Take Possession. The City may take possession of the Property and any
equipment and materials on the Property and may sale the same, the proceeds of
which shall be paid to the City for its damages.
(4) Remedies Not Exclusive. No remedy or election under this Contract shall be
deemed an election by the City but shall be cumulative and in addition to all other
remedies available to the City at law, in equity or by statute.
$. IMD5, KEEL I 1.20
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase i Page 37 May 2019
RFB ver. 5-18
8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend, and hold the
City, its elected officials, officers, employees, agents, and volunteers harmless from any and all
claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by any
and all persons or entities, including, without limitation, their respective agents, licensees, or
representatives, arising from, resulting from, or connected with this Contract to the extent caused
by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agents,
employees, or by the Contractor's breach of this Contract. Contractor waives any immunity that
may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW.
Contractor's indemnification shall not be limited in any way by any limitation on the amount of
damages, compensation or benefits payable to or by any third party under workers' compensation
acts, disability benefit acts or any other benefits acts or programs.
8.2 City Indemnification. The City agrees to indemnify, defend, and hold the Contractor, its
officers, directors, shareholders, partners, employees, and agents harmless from any and all claims,
demands, losses, actions and liabilities (including costs and attorney fees) to or by any and all
persons or entities, including without limitation, their respective agents, licenses, or
representatives, arising from, resulting from or connected with this Contract to the extent solely
caused by the negligent acts, errors, or omissions of the City, its employees or agents.
8.3 Survival. The provisions of this Section shall survive the expiration or termination of this
Contract with respect to any event occurring prior to such expiration or termination.
9. INSURANCE
9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance,
in such forms and with such carriers who have a rating which is satisfactory to the City:
(1) Workers' compensation and employer's liability insurance in amounts sufficient
pursuant to the laws of the State of Washington;
(2) Commercial general liability insurance with combined single limits of liability not
less than $5,000,000 for bodily injury, including personal injury or death, products
liability and property damage.
(3) Automobile liability insurance with combined single limits of liability not less than
$2,000,000 for bodily injury, including personal injury or death and property
damage.
9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the
following provisions:
(1) The City, its officers, officials, employees, volunteers and agents shall each be
named as additional insured.
(2) Coverage may not be terminated or reduced in limits except after thirty (30)
days prior written notice by certified mail, return receipt requested, to the City.
(3) Coverage shall be primary and non-contributory insurance as respects the City,
its officials, employees and volunteers. Any insurance or self-insurance maintained
by the City, its officials, employees or volunteers shall be in excess of Contractor's
insurance.
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase l Page 38 May 2019
RFB ver. 5-18
(4) Coverage shall apply to each insured separately against whom claim is made or
suit is brought.
(5) Coverage shall be written on an 'occurrence"form as opposed to a "claims
made"or"claims paid"form.
9.3 Verification. Contractor shall furnish the City with certificates of insurance evidencing the
coverage required by the Section, in compliance with the Certificate(s) of Insurance Form attached
hereto as Exhibit "F," which certificate must be executed by a person authorized by the insurer to
bind coverage on its behalf. The City reserves the right to require complete certified copies of all
required insurance policies, at any time.
9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under
its policies or shall furnish separate certificates for each subcontractor. All coverage for
subcontractors shall be subject to all of the requirements stated herein.
9.5 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must
be disclosed by Contractor and approved in writing by the City. At the option of the City, Contractor
shall either reduce or eliminate such deductibles or self-insured retentions or procure a bond
guaranteeing payment for any amounts not covered by the insurance by reason of such deductibles
or self-insured retentions.
9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous
materials work is performed, Contractor shall review coverage with the City's Risk Manager and
provide scope and limits of coverage that are appropriate for the scope of Work and are
satisfactory to the City. Contractor shall not commence any Work until its coverage has been
approved by the Risk Manager.
9.7 Termination. The Contractor's failure to provide the insurance coverage required by this
Section shall be deemed to constitute non-acceptance of this Contract by the Contractor and the
City may then award this Contract to the next lower bidder.
10. PEFF0R -1ANCF J, AY-J `BENT 8 7 D
Pursuant to RCW 39.08.010, Contractor shall post a Performance/Payment Bond in favor of
the City, in the form attached to this Contract as Exhibit "G" and incorporated by this reference, in
a dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the
City's satisfaction; to insure Contractor's performance of all of the provisions of this Contract; and
to guarantee Contractor's payment of all laborers, mechanics, subcontractors and material persons.
Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond.
11. SAEE
Contractor shall take all necessary precautions for the safety of employees on the work site
and shall comply with all applicable provisions of federal, state and municipal safety and health
laws and codes, including without limitation, all OSHA/WISHA requirements, Safety and Health
Standards for Construction Work (Chapter 296-155 WAC), General Safety and Health Standards
(Chapter 296-24 WAC), and General Occupational Health Standards (Chapter 296-62 WAC).
Contractor shall erect and properly maintain, at all times, all necessary guards, barricades, signals
and other safeguards at all unsafe places at or near the Work for the protection of its employees
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 39 May 2019
RFB ver. 5-18
and the public, safe passageways at all road crossings, crosswalks, street intersections, post danger
signs warning against any known or unusual hazards and do all other things necessary to prevent
accident or loss of any kind. Contractor shall protect from danger all water, sewer, gas, steam or
other pipes or conduits, and all hydrants and all other property that is likely to become displaced or
damaged by the execution of the Work. The Contractor shall, at its own expense, secure and
maintain a safe storage place for its materials and equipment and is solely responsible for the
same.
12. �ELf`d,1��_C'tr
12.1 Wages of Emplovees. This contract is subject to the minimum wage requirements of
Chapter 39.12 RCW and Chapter 49.28 RCW (as amended or supplemented). On Federal-aid
projects, Federal wage laws and rules also apply. The Hourly minimum rates for wages and fringe
benefits are listed in Appendix B. When Federal wage and fringe benefit rates are listed, the rates
match those identified by the U.S. Department of Labor's"Decision Number"shown in Appendix B.
The Contractor, any subcontractor, and all individuals or firms required by Chapter 39.12
RCW, Chapter 296-127 WAC, or the Federal Davis-Bacon and Related Acts (DBRA) to pay minimum
prevailing wages, shall not pay any worker less than the minimum hourly wage rates and fringe
benefits required by Chapter 39.12 RCW or the DBRA. Higher wages and benefits may be paid.
When the project is subject to both State and Federal hourly minimum rates for wages and
fringe benefits and when the two rates differ for similar kinds of labor, the Contractor shall not pay
less than the higher rate unless the state rates are specifically preempted by Federal law.
The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls
under the provisions of Chapter 39.12 RCW because of the definition "Contractor" in Chapter 296-
127-010 WAC, complies with all the requirements of Chapter 39.12 RCW.
12.2 Exemptions to Prevailing Wa4e. The prevailing wage requirements of Chapter 39.12
RCW, and as required in this Contract do not apply to:
(1) Sole owners and their spouses;
(2) Any partner who owns at least 30% of a partnership;
(3) The President, Vice President and Treasurer of a corporation if each one owns at least
30% of the corporation.
12.3 Reporting Requirements. On forms provided by the Industrial Statistician of State L&I,
the Contractor shall submit to the Engineer the following for itself and for each firm covered under
Chapter 39.12 RCW that provided work and materials of the contract:
(1) A copy of an approved "Statement of Intent to Pay Prevailing Wages" State L&I form
number F700-029-000. The City will make no payment under this contract for the work
performed until this statement has been approved by State L&I and a certified copy of the
approved form has been submitted to the City.
(2) A copy of an approved "Affidavit of Prevailing Wages Paid,"State L&I form number
F700-007-000. The City will not release to the contractor any funds retained under Chapter
60.28.011 RCW until all of the `Affidavit of Prevailing Wages Paid"forms have been
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase I Page 40 May 2019
RFB ver. 5-18
approved by State L&I and a certified copy of all the approved forms have been submitted
to the City.
The Contractor shall be responsible for requesting these forms from the State L&I and for
paying any approval fees required by State L&I.
Certified payrolls are required to be submitted by the Contractor to the City, for the
Contractor and all subcontractors or lower tier subcontractors.
12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of wages
for work of a similar nature and such dispute cannot be resolved by the City and the Contractor,
the matter shall be referred for arbitration to the Director of the Department of Labor and
Industries of the State of Washington and the decision therein shall be final and conclusive and
binding on all parties involved in the dispute.
13. F-A T D Qom' SUB-CONTR,A .
In the event the Contractor shall fail to pay any subcontractors or laborers, fail to pay for
any materials, or fail to pay any insurance premiums, the City may terminate this Contract and/or
the City may withhold from the money which may be due the Contractor an amount necessary for
the payment of such subcontractors, laborers, materials or premiums.
14. VV1J SHJ, ,F C_19 til T
All .originals and copies of work product, including plans, sketches, layouts, designs, design
specifications, records, files, computer disks, magnetic media, all finished or unfinished documents
or material which may be produced or modified by Contractor while performing the Work shall
become the property of the City and shall be delivered to the City at its request.
15. CQNEID ENTIALI
Any records, reports, information, data or other documents or materials given to or
prepared or assembled by the Contractor under this Contract will be kept as confidential and shall
not be made available to any individual or organization by the Contractor without prior written
approval of the City.
16. �5�a� R;������
The Contractor agrees to maintain books, records, and documents which sufficiently and
properly reflect all direct and indirect costs related to the performance of this Contract and such
accounting procedures and practices as may be deemed necessary by the City to assure proper
accounting of all funds paid pursuant to this Contract. These records shall be subject at all
reasonable times to inspection, review or audit by the City, its authorized representative, the State
Auditor, or other governmental officials authorized by law to monitor this Contract.
17. CLEL
At any time ordered by the City and immediately after completion of the Work, the
Contractor shall, at its own expense, clean up and remove all refuse and unused materials of any
kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up,
the City may, but in no event is it obligated to, perform the necessary clean up and the costs
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase I Page 41 May 2019
RFB ver. 5-18
thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs
from any remaining payments due to the Contractor.
18. CQNTRACT,aIP,, AI ND SUBC0UTMCTOR RESP ONISi.BI -M
18.1 Contractoc Verification. The Contractor verifies that it has a certificate of registration
with the State of Washington; has a current state unified business identifier number; is not
disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); has
industrial insurance as required by Title 51 RCW, if applicable; has an employment security
department number as required in Title 50 RCW, if applicable; has a state excise tax registration
number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license as
required by Chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as
required by Chapter 70.87 RCW, if applicable.
18.2 Subcontractor Contracts. The Contractor shall include the language of this section in
each of its first tier subcontracts, and shall require each of its subcontractors to include the same
language of this section in each of their subcontracts, adjusting only as necessary the terms used
for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide
documentation to the Owner demonstrating that the subcontractor meets the subcontractor
responsibility criteria below. The requirements of this section apply to all subcontractors regardless
of tier.
18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall
verify that each of its first tier subcontractors meets the following bidder responsibility criteria:
Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have
been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business
Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW
39.06.010 or 39.12.065(3); Have Industrial Insurance (workers'compensation) coverage for the
subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A
Washington Employment Security Department number, as required in Title 50 RCW, if applicable; A
Washington Department of Revenue state excise tax registration number, as required in Title 82
RCW, if applicable; An electrical contractor license, if required by Chapter 19.28 RCW, if applicable;
An elevator contractor license, if required by Chapter 70.87 RCW.
19. afflR ; P—P,QYISEM
19.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties
with respect to any matter covered or mentioned in this Contract and no prior agreements or
understandings pertaining to any such matters shall be effective for any purpose.
19.2 Modification. No provisions of this Contract, including this provision, may be amended
or added to except by agreement in writing signed by the Parties or their respective successors in
interest.
19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or
illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other
provisions shall remain in full force and effect.
19.4 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all
of its obligations and rights hereunder without the prior written consent of the City. In the event
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 42 May 2019
RFB ver. 5-18
the City consents to any such assignment or transfer, such consent shall in no way release the
Contractor from any of its obligations or liabilities under this Contract.
19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be
binding upon and inure to the benefit of the Parties'successors in interest, heirs and assigns.
19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of
any terms in this Contract, and the Contractor or City places the enforcement of the Contract or
any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of
possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party
shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this
Contract shall be King County, Washington.
19.7 No Waiver. Failure of the City to declare any breach or default immediately upon
occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or
default. Failure of the City to declare one breach or default does not act as a waiver of the City's
right to declare another breach or default.
19.8 Governing Law. This Contract shall be made in and shall be governed by and
interpreted in accordance with the laws of the State of Washington.
19.9 Authori . Each individual executing this Contract on behalf of the City and Contractor
represents and warrants that such individuals are duly authorized to execute and deliver this
Contract on behalf of the Contractor or City.
19.10 Notices. Any notices required to be given by the City to Contractor or by the
Contractor to the City shall be delivered to the Parties at the addresses set forth below or by email
to Kent Smith, P.E., SWM Project Engineer at ken i:.s imithCocityafederalway.corn for the City, and to
Eric Peterson at email: nordviiidse�rjes F outl_ooi<.com for the Contractor. Any notices may be
delivered personally to the addressee of the notice, emailed to the contact listed above, or may be
deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so
posted in the United States mail shall be deemed received three (3) days after the date of mailing.
19.11 Ca tp ions. The respective captions of the Sections of this Contract are inserted for
convenience of reference only and shall not be deemed to modify or otherwise affect in any respect
any of the provisions of this Contract.
19.12 Performance. Time is of the essence of this Contract and each and all of its provisions
in which performance is a factor. Adherence to completion dates is essential to the Contractor's
performance of this Contract.
19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54,
as amended, occurs as a result of the formation and/or performance of this Contract, this Contract
may be rendered null and void, at the City's option.
19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions of
any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation of the
controlling document, which interpretation shall be final and binding.
DATED the day and year set forth above.
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 43 May 2019
RFB ver. 5-18
CITY OF FEDERAL WAY:
r
By: Ferrell, Mayor
A33/ 25 8th Avenue South
Federal Way, WA 98003-6325
ATTEST:
t h nie Courtney, CM! , Ci Clerk
APPROVED AS TO FORM:
rJ.*�Vi t7
Ryan Call, City Attorney Nordvind Sewer Service LLC:
By: — 0
(Signature)
Eric Peterson
1720 Lorraine St
Enumclaw, WA 98022
360-825-5704
STATE OF WASHINGTON )
�Q ) ss.
COUNTY OF,
On this day personally appeared before me Dai " to me
known to be the oflordVlY that
executed the foregoing instr ent, and acknowledged the said instrument to be the free and
voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on
oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any,
is the corporate seal of said corporation.
GIVEN my�gkR4,N�d officialseal thisday ; , 20'.1
j 2u�_
AQ?,�, ,'�q� ►�.°fit
i (P �/
NOTARY i (typed/printed name of notary)
00
~�~ n , Notary Public in and for the State of Washington.
~QZ� My commission expires 0(o- 2-0
.t r
City of Federal Way: , RFB# 19-003
2019 Storm Pipe Repair Nase 1 Page 44 May 2019
RFB ver. 5-18
EXHIBIT A
SEE DEPARTMENT CONTRACT BOOK FOR HARD COPY OF THIS EXHIBIT - NOTICE OF
COMPLETION OF PUBLIC WORKS CONTRACT.
❑ Original
❑ Revised#
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
Date: Contractor's UB1 Number:
Name&Malting Address of Public Agency Department Use Only
�\smLoed to-
Date Assigned:
UBI Number:
Notice is he•re1jj,.,avct+relative to the eomple'tion of contract or project described below
Project Name Contract Number Job Order Contracting
❑ Yes ❑ No
Description of Work Done Include Jobsite Address(es)
Federally funded transportation project? ❑ Yes ❑ No (if yes,provide Contract Bond Statement below)
Contractor's N:tme l-tnai.i Address Iifidu4it 11)"
Contractor Sddress "fcicphurw
If Retainage is not withheld,please select one of the following and List Surety's Name&Bond Numh r.
❑ Retainage Bond ❑ ContraevPayment bond(valid ror fedcrally funded Lransportation projects)
N,Ittic. jBond Number:
Date Contract Awarded Date Work Commenced Dale Work Completed Date Work Accepted
%16 ere Subcontracters used on this project:'If so,please complete Addendum A. ❑Yes ❑No
Affidavit ID'-No L&I release will be granted until all affidavits are listed_
Contract Amount $
Additions ( +) $ Liquidated Damages$
Reductions (-) $ Amount Disbursed$
Sub-Total $ 0,00 Amount Retained$
Sales Tax Rate %
I If various rates apply.please send a breakdown)
Sales Tax Amount $
TOTAL $ _ rl�r1 TOTAL $ 0.00
ti'O Tk: flic're two,rrrtfl..Mj17.si be equal
Comments:
Note:The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract
NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of all release certificates,
Submitting Form:Please submit the completed form by email to all three agencies below
Contact Name: Title:
Email Address: Phone Ntunber:
Department of Revenue On-- ,�� Employment Security
Public Works Section �, Department
Vol(360j 704-6fi50 � a�� tj1�5 � e Registration,Inquiry,
PWC@dor.wa.gov (855)545-8163,option#4 Standards 8 Coordination
Unit
ContractRelsase@LNI.WA.GOV (360
f3601 g02-9450
publicworks@esd.%va.gov
REV 31 00200 001126115) 1`215-0-338-000 10-2014
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 45 May 2019
RFB ver. 5-18
Addendum A: Please List all Subcontractors and Sub-tiers Below
This addendum can be submitted in other formats.
Provide known affidavits at this timr. No L&I release wilt he srtnted until all yt`Fdavitr are 16ted.
Subcontractor's Name: UBI Number:(Required) Affidavit ID*
For tax assistance or to request this document in an alternate format,please call 1-800.647-7706.Teletype(TTY) users may use the
Washington Relay Service by calling 711.
REV 31 0020e Addendum(10126115) F215.03MN 10-2014
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase l Page 46 May 2019
RFB ver. 5-18
EXHIBIT B
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
The time provided for completion in the Contract iso Unchanged❑ Increased❑ Decreased by Calendar
Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑Yes❑No
If"Yes"Will the Policies Be Extended? ❑Yes❑No
PRICE CHANGE LUMP SUM: INCREASE$ DECREASE$
UNIT PRICE:
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT: INCREASE$ DECREASE $
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and with
the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of
the standard specifications, the contract plans, and the special provisions governing the types of construction. The
execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the
Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to
this Change Order except as specifically described in this Change Order.
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $
PREVIOUS CHANGE ORDERS $
THIS CHANGE ORDER $
*ADJUSTMENTS $
NEW CONTRACT AMOUNT $
CONTRACTOR'S SIGNATURE DATE
DIRECTOR'S SIGNATURE DATE
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 47 May 2019
RFB ver. 5-18
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY ❑INCREASED $
❑DECREASED $
PAY THIS ADJUSTED AMOUNT:
DIRECTOR'S SIGNATURE DATE
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 48 May 2019
RFB ver. 5-18
EXHIBIT C
CONTRACTOR'S RETAINAGE OPTION
IDENTIFICATION AND DESCRIPTION
Project Title: 2019 Storm Pine Repair Phase 1
RFB No: 19-003
Contractor; Nordvind Sewer Service LLC
GENERAL REQUIREMENTS
L In accordance with applicable State Statutes, a contract retainage not to exceed five percent of the moneys
earned by the contractor will be reserved by the City.
2. All investments selected are subject to City approval.
3. The final disposition of the contract retainage will be made in accordance with applicable State Statutes.
CONTRACTOR'S INSTRUCTIONS
Pursuant to RCW 60.28.011 I hereby notify the City of Federal Way of my instructions for the retainage withheld under
the terms of this contract:
0 Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor.
0 Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and loan
association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a separate"City of
Federal Way Retainage Bank Acceptance Agreement"upon contract award. The City will provide the agreement
to the Contractor if this option is selected.
0 Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have escrow account
holder execute a separate "City of Federal Way Construction Retainage Escrow Agreement" upon contract
award. The City will provide the agreement to the Contractor if this option is selected. All investments are
subject to City approval. The cost of the investment program, and risk thereof, is to be borne entirely by the
contractor.
Option 4: Contractor shall submit a"Retainage Bond"on City-provided form (Exhibit D of this Agreement).
[-� r � 7 li 41
Contractor Signature Date
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 49 May 2019
RFB ver. 5-18
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 50 May 2019
RFB ver. 5-18
Bond No. PB00499800154
EXHIBIT D
RETAINAGE BOND TO CITY OF FEDERAL WAY
2019 STORM PIPE REPAIR PHASE I
KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned,
Nordvind C:on,oany, LLC I as principal ("Principal"), and
Philadelphia Indemnity Insurance Company a Corporation organized and existing under the laws of the State of
Pennsylvania as a surety Corporation, and qualified under the laws of the State of Washington to become surety
upon bonds of Contractors with Municipal Corporations, as surety ("Surety"), are jointly and severally held and firmly
bonded to the City of Federal Way (`City") in the penal sum of: Ten and 001100 Dollars ($
4,010.00___,_) for the payment of which sum we bind ourselves and our successors, heirs, administrators or
personal representatives,as the case may be.
A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances,
regulations, standards and policies of the City,as now existing or hereafter amended or adopted.
B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal,
providing for the 2719 Storm Piva Rcparr?Hass 1 Project, which contract is incorporated herein by this reference
("Contract"),and
C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the
Principal pursuant to the contract, a sum not to exceed five percent(50/o), said sum to be retained by the City as a trust
fund for the protection and payment of any person or persons, mechanic, subcontractor or material men who shall
perform any labor upon such contract or the doing of such work, and all persons who shall supply such person or persons
or subcontractors with provisions and supplies for the carrying on of such work, and the State with the respect to taxes
imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing labor or furnishing
supplies towards completion of said improvement or work shall have a lien on said monies so reserved, provided that
such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as
now existing and in accordance with any amendments that may hereafter be provided thereto;and
D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any
portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such
bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth
retained percentages pursuant to Chapter 60.28 RCW; and
E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work therein
provided for in the manner and within the time set forth,for the amount of$ eo.2 0 OG ; and
F. The City is prepared to release any required retainage money previously paid by the Principal prior to
acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these
presents,
NOW,THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the
time period prescribed by the City, or within such extensions of time as may be granted under the Contract,and shall pay
all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or
subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all
taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the
event this obligation shall be void; but otherwise it shall be and remain in full force and effect.
And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications
accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any
change, extension of time, alterations or additions to the terms of the Contract or to the Work.
The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the
Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the
Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such increase,
however, not to exceed twenty-five percent(25%)of the original amount of this bond without consent of the Surety.
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 Page 51 May 2019
RFB ver. 5-18
rrovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Within forty-five(45) days of receiving notice that the Principal has defaulted on all or part of the terms of the
Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself within a
reasonable time period, or(b)tender to the City,the amount necessary for the City to remedy the default, including legal
fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the
Surety disputes the City's claim of default,the Surety shall notify the City of its finding and its Intent, if any,to interplead.
The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect
option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually
incurred by the Surety in curing the default. If the Surety elects option(b), then upon completion of the necessary work,
the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the
Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount.
Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below
paragraph, prior to any interplead action.
In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of
default by the Principal, the Parties agree to participate in at least four hours of mediation to resolve said dispute. The
Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by Judicial Dispute
Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to
completion of the mediation.
The parties have executed this instrument under their separate seals this 17th day of July
2019 the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its
undersigned representatives pursuant to authority of its governing body.
CORPORATE SEAL: Nordvind Company, LLC
PRINCIPAL
By: 6UL Qr,.rr.Rs�
Title:
Address: 1720 Loraine St.
Enumclaw, WA 98022
CORPORATE SEAL: Philadelphia Indemnity Insurance Company
SURETY
Ea =. �r • ��. ayt
Attorney-in-FIA
r (Attach Pow Attorney)
Title: Christopher Kinyon,Attorney-in-Fact
�y�yjSr
Address: 1420 5th Ave Suite 3510
. 1 Seattle,WA 98101
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 Page 52 May 2019
RFB ver 5-18
erovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CERTIFICATES AS TO CORPORATE SEAL
� � ��
�� ^w
I hereby certify that the{rq�s'ista ' of the Corporation named as Principal in the
wit in bond; that Irl u 1'Q, flVl , who signed the said bond on behalf of the Principal, was
of said Corporation; that I know his or her signature thereto is genuine, and
that said bond w9 duly signed, sealed, and attested for and in behalf of said Corporation by authority of its
governing body.
r '
1
0 $ L����
1
.
a V ]�GC. l 1 G
BL ti
o N
`I ,'�fxPfRE5�r0w ��
ic
I hereby certify that I m'�h���IW of the Corporation named as Surety in the within
bond; that Christopher K;r,yon , who signed the said bond on behalf of the Surety, was
Attorney-in-Fact of the said Corporation;that I know his or her signature thereto is genuine, and
that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its
governing body.
Heather L.Allen, Notary Public
1
152q
NOT
APPROVED AS TO FORM: op
Z
s y —.•.� i
4V �t 4a►w.w.. ��
J. Ryan Call, City Attorney
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 Page 53 May 2019
RFB ver. 5-18
trovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
468
PHILADELPHIA INDEMNITY INSURANCE COMPANY
One Bala Plaza,Suite 100
Bala Cynwyd,PA 19004-0950
Power of Attorney
KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the
laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint Carley Espiritu Christopher Kinyon Cynthia L Jay,Eric A,Zimmerman,lames B.
Binder.Jamie L.Marques,Karen C.Swanson,Kyte Jose h Howat,Aliceon A Keltner Tamara A Ringeisen Annelles M.Richie,Heather L Allen Ma 5.Norre![
Jacob T.Haddock and Brandon K.Bush of Bratrud Middleton Insurance Brokers Inc.dba Pro I In;urance,its true and lawful Attorney-in-fact with full authority to
execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its
business and to bind the Company thereby,in an amount not to exceed$50.000,000.
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of
PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14Lh ofNovember,2016-
RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the
Company: (1) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to
execute on behalf of the Company bonds and undertakings,contracts of indemnity and
other writings obligatory in the nature thereof and to attach the seal of the Company
thereto; and (2) to remove, at any time, any such Attomey-in-Fact and revoke the
authority given. And,be it
FURTHER
RESOLVED: That the signalffc,s a€-such officers:lltu tic seal or the Co[npanv may Lie affixed to any
such POWCr of Atuornep or cerLilicaw relntir.=r[Hereto b} ac -and ani such Power of
Atiorncv SP LXi'eL17Cd ai)d cer•. [cJ by cssni:le sign mures,anti fjcs:n;jic seal shall be
%olid :sod butdtng upon the Company in the future with tcspecL to arty bond or
undertaking to which it is attached.
IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS
CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 27""DAY OF OCTOBER,2017.
(Seal)
Robert D.O'Leary Jr.,President&CEO
Philadelphia Indemnity Insurance Company
On this 27s day of October,.2017,before me came the indavidii al oho e,ccasted ahc,rcecding instrument-to me personal!y known.artl hcing by me duly sworn said
that he is the therein described and authorizers officer of the PHILADELPHIA iNDF 1lN H Y INSL RAN'CE CONIPAN1,tl thin seal at-fixed to said instrument is
the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed
rti. ��r ew nwr
Notary Public: r-
jt.as-
'Rri:-•sicziwCrfur.ua
residing at: Bala Cynwyd PA
(Notary Seal)
My commission expires: September 25 2021
I,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of
Directors and the Power of Attorney issued pursuant thereto on the 27"day of October,2017 are true and correct and are still in full force and effect.I do further certify
that Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President
of PHILADELPHIA INDEMNITY INSURANCE COMPANY.
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this_I 2 Lday of J U I 20 .
7 Edward Sayago,Corporate Secretary
PHILADELPHIA INDEMNITY INSURANCE COMPANY
EXHIBIT E
NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS
NONDISCRIMINATION IN EMPLOYMENT
TO: ALL EMPLOYEES
AND TO:
(Name of Union or Organization)
The undersigned currently holds contract(s) with involving
funds or credit of the City of Federal Way, Washington, or (a) subcontract(s) with a prime
contractor holding such contract(s).
You are advised that, under the provisions of the above contract(s) or subcontract(s) and in
accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned
is obliged not to discriminate against any employee or applicant of employment because of race,
color, creed or national origin. This obligation not to discriminate in employment includes, but is not
limited to, the following:
EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION
RECRUITMENT AND ADVERTISING
RATES OF PAY OR OTHER FORMS OF COMPENSATION
SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION
This notice is furnished to you pursuant to the provisions of the above contract(s) or
subcontractor(s) and Executive Order 11246.
Copies of this Notice will be posted by the undersigned in conspicuous places available to
employees or applicants for employment.
Complaints may be submitted to: Kent Smith, P.E. SWM Project Engineer
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
Aj4ko-q
(Contractor or subcontractor)
T b�,�
Date
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 53 May 2019
RFB ver. 5-18
EXHIBIT F
CERTIFICATE OF INSURANCE
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase i Page 54 May 2019
RFB ver. 5-18
Client#: 183963 NORDSEWE
DATE(MMIDD/"YYY)
ACORDTM CERTIFICATE OF LIABILITY INSURANCE 7/17/2019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endarsement(s).
PRODUCER NAME' 't Rainey Lindholm
Propel Insurance PHONEFAic.Nol. 866 577-1326
(AIC.No.Ext):800 499-0933
Seattle Commercial Insurance EMAIL
ADDRESS. rainey• •Ilndholm@pra elin5uranGe.com
p
601 Union Street,Suite 3400 INSURER(S)AFFORDING COVERAGE NAIC#
Seattle,WA 98101-1371 INSURER A:Ohio Security Insurance Company 24082
INSURED INSURER B
Nordvind Sewer Services LLC
1720 Loraine St NSDRER c
INSURER D:
Enumclaw WA 98023
INSURER E
INSURER F•
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED GELOVv HAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INS.P. TYPE OF INSURANCE ADDL SUER POLICY EFF POLICY EXP
LTR INSR WVD POLICY NUMBER (MMIDDIYYYYy WM.DD1YYYY) LIMITS
A )( COMMERCIAL GENERAL LIABILITY BKS59648686 041281201 04/28./2020 EACH OCCURRENCE 51,000,000
D)LV GE TO RE TED
CLAIMS-MADE I OCCUR u.:rl $1,000 000
C1ELI EXP(Any one person) $15,000
PERSONAL&ADV INJURY $1,000,000
E:N'L AGGREGATE LIMIT APPLIES PER:PRO-
GENERAL AGGREGATE i 2,000,000
POLICY XI JECT LOC alzoD"crs r_,r_•,IrI.tjPnC�G -2,000,000
OTHER:
A AUTOMOBILE LIABILITY BAS59648686 04/28/2019 04/2812020.; jr M1rED JINGLE LIMIT 51,000,000
X ANY AUTO BODILY INJURY(Per person) S
OWNED SCHEDULED BODILY INJURY(Per accident) 5
AUTOS ONLY AUTOS
HIRED NON-OWNED �r^R:-'.1f EnTY DAMAGE $
X AUTOS ONLY X AUTOS ONLY
UMBRELLA LIAB i,'.r,C;JE•: EACH OCCURRENCE 15
EXCESS LIAB I CLAiMS40ADE AGGREGATE S
DED RETENTION S 5
AWORKERS COMPENSATION - BKS59648686 412812019 04128120201_sTaTIJF _OTH-I
AND EMPLOYERS'LIABILITY
ANY PROP RIETORIPARTNERIEXECUTIVE,— NI WA Stop Gap E.L EACH ACCIDENT $1,000,000
OFFICER/MEMBER EXCLUDED?
(Mandatory
NIA --
(Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000
If yes,describe under
DESCRIPTION OF OPERATIONS below E L.DISEASE-POLICY LIMIT 51,000,000
A ;Lesed Rented BKS59648686 4/28/2019 04/2812020 $150,000 Limit
Equipment $1,000 Ded
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required)
The General Liability,Auto Liability and Umbrella Liability policies include a blanket automatic
additional insured endorsement that provides additional insured status only when there is a written contract
between the named insured and the entity that requires such status.
RE: 2019 Storm Pipe Repairs Phase 1
City of Federal Way is included as additional insured per the attached endorsements..
CERTIFICATE HOLDER CANCELLATION
Cit f Federal Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City oy THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
33325 8th Avenue South ACCORDANCE WITH THE POLICY PROVISIONS.
Federal Way,WA 98003
AUTHORIZED_REPRESENTATIVE
9'y-
©1988-2015 ACORD CORPORATION-All rights reserved.
ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S3724671/M3625462 EJM00
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase 1 Page 55 May 2019
RFB ver. 5-18
EXHIBIT G Bond No. PB00499800153
CITY OF FEDERAL WAY
PERFORMANCE/PAYMENT BOND
KNOW ALL PEOPLE BY THESE PRESENTS:
We,the undersigned Nordvind Company, LLC ("Principal')and
Philadelphia Indemnity Insurance Companny, the undersigned corporation organized and existing under the laws
of the State of Pennsylvania and legally doing business in the State of Washington as a surety ("Surety"),
are held and firmly bonded unto the City of Federal Way, a Washington municipal corporation ("City") in the
penal sum of Eighty Thousand Two Hundred and 00/100 Dollars and no/100 ($ 80.200.00 ) for the
payment of which we firmly bind ourselves and our legal representatives, heirs, successors and assigns,
jointly and severally.
This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances,
regulations, standards and policies of the City, as now existing or hereafter amended or adopted.
The Principal has entered into an Agreement with the City dated 20 for
2019 Storm Pipe Repair Phase 1
NOW,THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and within
the time period prescribed by the City, or within such extensions of time as may be granted under the
Agreement, and shall pay all laborers, mechanics, subcontractors and material men or women, and all
persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of
said work, and shall hold the City, their officials, agents, employees and volunteers harmless from any loss or
damage occasioned to any person or property by reason of any carelessness or negligence on the part of the
Principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City
harmless from any damage or expense by reason of failure of performance as specified in the Agreement
within a period of one (1) year after its final acceptance thereof by the City, then and in the event this
obligation shall be void; but otherwise, it shall be and remain in full force and effect.
And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Agreement or to the work to be performed thereunder or the
specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby
waive notice of any change, extension of time, alterations or additions to the terms of the Agreement or to
the Work.
The Surety hereby agrees that modifications and changes may be made in terms and provisions of the
Agreement without notice to Surety, and any such modifications or changes increasing the total amount to be
paid the Principal shall automatically increase the obligation of the Surety on this Performance Bond in a like
amount, such increase, however, not to exceed twenty-five percent (25%) of the original amount of this
bond without the consent of the Surety.
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of
the Agreement, the Surety shall make a written commitment to the City that it will either: (a)cure the default
itself within a reasonable time period, or (b) tender to the city, the amount necessary for the City to remedy
the default, including legal fees incurred by the City, or(c) in the event that Surety's evaluation of the dispute
is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City
of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond,
according to the option it has elected. Should Surety elect option (a)to cure the default,the penal sum of the
Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If
the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of
its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety
shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 Page 56 May 2019
RFB ver. 5-18
rrovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Surety elect option (c), the Parties shall first complete participation in mediation, described in the below
paragraph, prior to any interplead action.
In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of
default by the Principal, the Parties agree to participate in at least four hours of mediation to resolve said
dispute. The Parties shall proportionately share in the cost of the mediation. The mediation shall be
administered by Judicial Dispute Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101.
The Surety shall not interplead prior to completion of the mediation.
DATED this 17th day of July , 20 1.9
Nordvind Company, LLC
CORPORATE SEAL OF PRINCIPAL: PRINCIPAL
i 1
By: J
(Name of Person Executing Bond)
.,w ,r
Its: .. ;u
(Title) - J ,
1720 Loraine St.
Enumclaw,WA 98022
(Address)
�360) 825-5704
(Phone)
CERTIFICATE AS TO CORPORATE SEAL
c,
I hereby certify. I am the y:
cera of the Corporation named as Principal in th
within bond; that 1✓t z a" , who'signed the said bond on behalf of the Principal,was f�-Q
af��i sfihfi i�" ation; that I know his or her signature thereto is genuine,and that
said bond wa duly sign► , k% i� ed for and in behalf of said Corporation by authority of its
governing body. 14q 71F
do oF
•. fteuG.�
"C iG
[For LLC's with one COA6� *� notary block below and DELETE Certificate of Corporate
Seal]
STATE OF WASHINGTON )
)ss.
COUNTY OF King )
On this day personally appeared before me Christopher Kinyon ,to me known to be the
Attorney-in-Fact of Philadelphia Indemnity Insurance Con_zpany that executed the foregoing
instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said limited
liability company, for the uses and purposes therein mentioned, and on oath stated that he/she was
authorized to execute said instrument.
GIVEN my hand and official seal this 17th day of July , 2019
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 Page 57 May 2019
RFB ver.5-18
_rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Notary's signature
Notary's printed name Heather L.Allen E �� NOTA ), �—
Notary Public in and for the State of Washington. � '� PIJBLG ti
My commission expires 4/5/2023 I c ��� Z,
It
CORPORATE SEAL OF SURETY: Philadelphia Indemnity Insuranc�#
SURETY
By: CAW,
s
Attorney-in-Fact .
(Attach Power WAttorney)
Christopher Kinyon
(Name of Person Executing Bond)
1420 5th Ave Suite 3510
Seattle, WA 98101
(Address)
(206)607-3352
(Phone)
APPROVED AS TO FORM:
/X A�F--
]. Ryan Call, City Attorney
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 Page 58 May 2019
RFB ver. 5-18
rrovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
465
PHILADELPHIA INDEMNITY INSURANCE COMPANY
One Bala Plaza,Suite 100
Bala Cynwyd,PA 19004-0950
Power of Attorney
KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the
laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint Carley Espiritu,Christopher Kinyon,Cynthia L.Jay,Eric A.Zimmerman,James B.
Binder,Jamie L.Mar gues,,Karen C.Swanson,Kyle Joseph Howat,Aliceon A.Kel_tner,Tamara A,Rinpeisen,Annelies M.Richie,Heather L.Allen,Mary S.Norrell.
Jacob T.Haddock and Brandon K.Bush of Bratrud Middleton Insurance Brokers Inc.dba Propel Insurance its true and lawful Attorney-in-fact with full authority to
execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its
business and to bind the Company thereby,in an amount not to exceed 550,000,000.
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of
PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14"'of November,2016.
RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the
Company: (1) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to
execute on behalf of the Company bonds and undertakings,contracts of indemnity and
other writings obligatory in the nature thereof and to attach the seal of the Company
thereto; and (2) to remove, at any time, any such Attomey-in-Fact and revoke the
authority given. And,be it
FURTHER
RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any
such Power of Attomey or certificate relating thereto by facsimile,and any such Power of
Attorney so executed and certified by facsimile signatures and facsimile seal shall be
valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS
CORPORATE SEALTO BE AFFDED BY ITS AUTHORIZED OFFICE THIS 27TH DAY OF OCTOBER,2017.
(Seal)
Robert D.O'Leary Jr.,President&CEO
Philadelphia Indemnity Insurance Company
On this 27i'day of October,2017,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said
that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is
the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed,
,,_,�i.�`',�.�,i i.•;,,..»-.: •+, Notary Public: �
residing at: Bala Cynwyd-PA
(Notary Seal)
My commission expires: September 25,2021
1,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of
Directors and the Power ofAttorney issued pursuant thereto on the 27h day of October,2017 are true and correct and are still in full force and effect.I do further certify
that Robert D.O'Leary Jr.,who executed the Power of Attomey as President,was on the date of execution of the attached Power of Attomey the duly elected President
of PHILADELPHIA INDEMNITY INSURANCE COMPANY. l
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 17+^ day of 141, -.20j9--
- Edward Sayago,Corporate Secretary
PHILADELPHIA INDEMNITY INSURANCE COMPANY
EXHIBIT H
TITLE VI ASSURANCES
During the performance of this contract, the contractor/consultant, for itself, its assignees and
successors in interest (hereinafter referred to as the "contractor's agrees as follows:
1. Compliance with Regulations
The contractor shall comply with the Regulations relative to non-discrimination in federally
assisted programs of United States Department of Transportation (USDOT), Title 49, Code of
Federal Regulations, part 21, as they may be amended from time to time, (hereinafter referred to
as the Regulations), which are herein incorporated by reference and made a part of this contract.
2. Non-discrimination
The contractor, with regard to the work performed by it during the contract, shall not
discriminate on the grounds of race, color, sex, or national origin in the selection and retention of
sub-contractors, including procurement of materials and leases of equipment. The contractor shall
not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the
Regulations, including employment practices when the contract covers a program set forth in
Appendix B of the Regulations.
3. Solicitations for Sub-contracts, Including Procurement of Materials and Equipment
In all solicitations either by competitive bidding or negotiations made by the contractor for
work to be performed under a sub-contract, including procurement of materials or leases of
equipment, each potential sub-contractor or supplier shall be notified by the contractor of the
contractor's obligations under this contract and the Regulations relative to non-discrimination on
the grounds of race, color, sex, or national origin.
4. Information and Reports
The contractor shall provide all information and reports required by the Regulations or
directives issued pursuant thereto, and shall permit access to its books, records, accounts, other
sources of information, and its facilities as may be determined by the contracting agency or the
appropriate federal agency to be pertinent to ascertain compliance with such Regulations, orders
and instructions. Where any information required of a contractor is in the exclusive possession of
another who fails or refuses to furnish this information, the contractor shall so certify to WSDOT or
the USDOT as appropriate, and shall set forth what efforts it has made to obtain the information.
S. Sanctions for Non-compliance
In the event of the contractor's non-compliance with the non-discrimination provisions of
this contract, the contracting agency shall impose such contract sanctions as it or the USDOT may
determine to be appropriate, including, but not limited to: Withholding of payments to the
contractor under the contract until the contractor complies, and/or; Cancellation, termination, or
suspension of the contract, in whole or in part
City of Federal Way RFB# 19-003
2019 Storm Pipe Repair Phase l Page 57 May 2019
RFB ver. 5-18
6. Incorporation of Provisions
The contractor shall include the provisions of paragraphs (1) through (5) in every sub-
contract, including procurement of materials and leases of equipment, unless exempt by the
Regulations, or directives issued pursuant thereto. The contractor shall take such action with
respect to any sub-contractor or procurement as the contracting agency or USDOT may direct as a
means of enforcing such provisions including sanctions for non-compliance. Provided, however, that
in the event a contractor becomes involved in, or is threatened with, litigation with a sub-contractor
or supplier as a result of such direction, the contractor may request WSDOT enter into such
litigation to protect the interests of the state and, in addition, the contractor may request the
USDOT enter into such litigation to protect the interests of the United States.
City of Federal Way RFB # 19-003
2019 Storm Pipe Repair Phase 1 Page 58 May 2019
RFB ver. 5-18
AMENDMENTS TO THE STANDARD SPECIFICATIONS
1 I NTRO.AP1
2 INTRODUCTION
3 The following Amendments and Special Provisions shall be used in conjunction with the
4 2018 Standard Specifications for Road, Bridge, and Municipal Construction.
5
6 AMENDMENTS TO THE STANDARD SPECIFICATIONS
7
8 The following Amendments to the Standard Specifications are made a part of this contract
9 and supersede any conflicting provisions of the Standard Specifications. For informational
10 purposes,the date following each Amendment title indicates the implementation date of the
11 Amendment or the latest date of revision.
12
13 Each Amendment contains all current revisions to the applicable section of the Standard
14 Specifications and may include references which do not apply to this particular project.
15
16 1-01.AP1
17 Section 1-01, Definitions and Terms
18 August 6, 2018
19 1-01.3 Definitions
20 The following new term and definition is inserted before the definition for"Shoulder":
21
22 Sensitive Area—Natural features, which may be previously altered by human activity,
23 that are present on or adjacent to the project location and protected, managed, or
24 regulated by local, tribal, state, or federal agencies.
25
26 The following new term and definition is inserted after the definition for"Working Drawings":
27
28 WSDOT Form—Forms developed and maintained by WSDOT that are required or
29 available for use on a project. These forms can be downloaded from the forms
30 catalogue at:
31
32 http://wsdot.wa.gov/forms/pdfForms.html
33
34 1-02.AP1
35 Section 1-02, Bid Procedures and Conditions
36 October 30, 2018
37 1-02.4(1) General
38 This section is supplemented with the following:
39
40 Prospective Bidders are advised that the Contracting Agency may include a partially
41 completed Washington State Department of Ecology(Ecology)Transfer of Coverage
42 (Ecology Form ECY 020-87a)for the Construction Stormwater General Permit
43 (CSWGP) as part of the Bid Documents. When the Contracting Agency requires the
44 transfer of coverage of the CSWGP to the Contractor, an informational copy of the
45 Transfer of Coverage and the associated CSWGP will be included in the appendices.
46 As a condition of Section 1-03.3,the Contractor is required to complete sections I, III,
47 and VIII of the Transfer of Coverage and return the form to the Contracting Agency.
48
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 The Contracting Agency is responsible for compliance with the CSWGP until the end of
2 day that the Contract is executed. Beginning on the day after the Contract is executed,
3 the Contractor shall assume complete legal responsibility for compliance with the
4 CSWGP and full implementation of all conditions of the CSWGP as they apply to the
5 Contract Work.
6
7 1-02.5 Proposal Forms
8 The first sentence of the first paragraph is revised to read:
9
10 At the request of a Bidder, the Contracting Agency will provide a physical Proposal
11 Form for any project on which the Bidder is eligible to Bid.
12
13 1-02.6 Preparation of Proposal
14 Item number 1 of the second paragraph is revised to read:
16 1. A unit price for each item (omitting digits more than two places to the right of the
17 decimal point),
13
19 In the third sentence of the fourth paragraph, "WSDOT Form 422-031" is revised to read
20 "WSDOT Form 422-031 U".
21
22 The following new paragraph is Inserted before the last paragraph:
23
24 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law
25 Compliance form (WSDOT Form 272-009). Failure to return this certification as part of
26 the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A
27 Contractor Certification of Wage Law Compliance form is included in the Proposal
28 Forms.
29
30
31 1-03.AP1
a2 Section 1-03, Award and Execution of Contract
33 January 2, 2018
34 1-03.3 Execution of Contract
35 The first paragraph is revised to read:
36
37 Within 20 calendar days after the Award date, the successful Bidder shall return the
38 signed Contracting Agency-prepared Contract, an insurance certification as required by
39 Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer
40 of Coverage form for the Construction Stormwater General Permit with sections I, III,
41 and VIII completed when provided, and shall be registered as a contractor in the state of
42 Washington.
43
44 1-03.5 Failure to Execute Contract
45 The first sentence is revised to read:
46
47 Failure to return the insurance certification and bond with the signed Contract as
48 required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's
49 Business Enterprise information if required in the Contract, or failure or refusal to sign
50 the Contract, or failure to register as a contractor in the state of Washington, or failure to
51 return the completed Transfer of Coverage for the Construction Stormwater General
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 Permit to the Contracting Agency when provided shall result in forfeiture of the proposal
2 bond or deposit of this Bidder.
3
4 1-05.AP1
5 Section 1-05, Control of Work
6 August 6, 2018
7 1-05.5 Vacant
8 This section, including title, is revised to read:
9
10 1-05.5 Tolerances
11 Geometrical tolerances shall be measured from the points, lines, and surfaces defined
12 in Contract documents.
13
14 A plus(+)tolerance increases the amount or dimension to which it applies, or raises a
15 deviation from level. A minus(-)tolerance decreases the amount or dimension to which
16 it applies, or lowers a deviation from level. Where only one signed tolerance is specified
17 (+ or-), there is no specified tolerance in the opposing direction.
18
19 Tolerances shall not be cumulative. The most restrictive tolerance shall control.
20
21 Tolerances shall not extend the Work beyond the Right of Way or other legal
22 boundaries identified in the Contract documents. If application of tolerances causes the
23 extension of the Work beyond the Right of Way or legal boundaries, the tolerance shall
24 be reduced for that specific instance.
25
26 Tolerances shall not violate other Contract requirements. If application of tolerances
27 causes the Work to violate other Contract requirements, the tolerance shall be reduced
28 for that specific instance. If application of tolerances causes conflicts with other
29 components or aspects of the Work, the tolerance shall be reduced for that specific
30 instance.
31
32 1-05.9 Equipment
33 The following new paragraph is inserted before the first paragraph:
34
35 Prior to mobilizing equipment on site, the Contractor shall thoroughly remove all loose
36 dirt and vegetative debris from drive mechanisms, wheels, tires,tracks, buckets and
37 undercarriage. The Engineer will reject equipment from the site until it returns clean.
38
39 This section is supplemented with the following:
40
41 Upon completion of the Work,the Contractor shall completely remove all loose dirt and
42 vegetative debris from equipment before removing it from the job site.
43
44 1-06.AP1
45 Section 1-06, Control of Material
46 January 7, 2019
47 1-06.1(3) Aggregate Source Approval (ASA) Database
48 This section is supplemented with the following:
49
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 Regardless of status of the source, whether listed or not listed in the ASA database the
2 source owner may be asked to provide testing results for toxicity in accordance with
3 Section 9-03.21(1).
4
5 1-06.2(2)D Quality Level Analysis
6 This section is supplemented with the following new subsection:
7
8 1-06.2(2)D5 Quality Level Calculation—HMA Compaction
9 The procedures for determining the quality level and pay factor for HMA compaction are
10 as follows:
11
12 1. Determine the arithmetic mean,Xm,for compaction of the lot:
13
14 Xm = Ex
n
15
16 Where:
17 x= individual compaction test values for each sublot in the lot.
18 2:x= summation of individual compaction test values
19 n = total number test values
20
21 2. Compute the sample standard deviation, "S", for each constituent:
22
2
n�X
23 S=
n(n
24
25 Where:
26 yx2= summation of the squares of individual compaction test values
27 (2:x)2= summation of the individual compaction test values squared
28
29 3. Compute the lower quality index(QJ:
30
X —LSL
31
Qt = m S
32
33 Where:
-34 LSL = 92.0
35
36 4. Determine PL(the percent within the lower Specification limit which
37 corresponds to a given Q j from Table 1. For negative values of QL, PL is equal
38 to 100 minus the table PL. If the value Of QL does not correspond exactly to a
39 figure in the table, use the next higher value.
40
41 5. Determine the quality level (the total percent within Specification limits):
42
43 Quality Level = PL
44
45 6. Using the quality level from step 5, determine the composite pay factor(CPF)
46 from Table 2.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1
2 7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the
3 compaction lot; however, the maximum HMA compaction CPF using an LSL =
4 92.0 shall be 1.05.
5
6 8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an
7 LSL = 91.5. The value thus determined shall be the HMA compaction CPF for
8 that lot; however, the maximum HMA compaction CPF using an LSL= 91.5
9 shall be 1.00.
10
11 1-06.2(2)D1 Quality Level Analysis
12 The following new sentence is inserted after the first sentence;
13
14 The quality level calculations for HMA compaction are completed using the formulas in
15 Section 1-06.2(2)D5.
16
17 1-06.2(2)D4 Quality Level Calculation
18 The first paragraph (excluding the numbered list) is revised to read:
19
20 The procedures for determining the quality level and pay factors for a material, other
21 than HMA compaction, are as follows:
22
23 1-06.6 Recycled Materials
24 The first three sentences of the second paragraph are revised to read:
25
26 The Contractor shall submit a Recycled Material Utilization Plan on WSDOT Form 350-
27 075A within 30 calendar days after the Contract is executed. The plan shall provide the
28 Contractor's anticipated usage of recycled concrete aggregates for meeting the
29 requirements of these Specifications. The quantity of recycled concrete aggregate will
30 be provided in tons and as a percentage of the Plan quantity for eligible material listed
31 in Section 9-03.21(1)E Table on Maximum Allowable percent(By Weight)of Recycled
32 Material.
33
34 The last paragraph is revised to read:
35
36 Within 30 calendar days after Physical Completion,the Contractor shall report the
37 quantity of recycled concrete aggregates that were utilized in the construction of the
38 project for each eligible item listed in Section 9-03.21(1)E. The Contractor's report shall
39 be provided on WSDOT Form 350-075A, Recycled Materials Reporting.
40
41 1-06.6(1)A General
42 Item 1(a) in the second paragraph is revised to read:
43
44 a. The estimated costs for the Work for each material with 25 percent recycled
45 concrete aggregate. The cost estimate shall include for each material a
46 documented price quote from the supplier with the lowest total cost for the Work.
47
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 1-07.AP1
2 Section 1-07, Legal Relations and Responsibilities to the Public
3 April 1, 2019
4 1-07.5 Environmental Regulations
5 This section is supplemented with the following new subsections:
6
7 1-07.5(5) U.S.Army Corps of Engineers
8 When temporary fills are permitted, the Contractor shall remove fills in their entirety and
9 the affected areas returned to pre-construction elevations.
10
11 If a U.S. Army Corps of Engineers permit is noted in Section 1-07.6 of the Special
12 Provisions,the Contractor shall retain a copy of the permit or the verification letter(in
13 the case of a Nationwide Permit)on the worksite for the life of the Contract.The
14 Contractor shall provide copies of the permit or verification letter to all subcontractors
15 involved with the authorized work prior to their commencement of any work in waters of
16 the U.S.
17
18 1-07.5(6) U.S. Fish[Wildlife Services and National Marine Fisheries Service
19 The Contracting Agency will provide fish exclusion and handling services if the Work
20 dictates. However, if the Contractor discovers any fish stranded by the project and a
21 Contracting Agency biologist is not available, they shall immediately release the fish into
22 a flowing stream or open water.
23
24 1-07.5(1) General
25 The first sentence is deleted and replaced with the following:
26
27 No Work shall occur within areas under the jurisdiction of resource agencies unless
28 authorized in the Contract.
29
30 The third paragraph is deleted.
31
32 1-07.5(2) State Department of Fish and Wildlife
33 This section is revised to read:
34
35 In doing the Work,the Contractor shall:
36
37 1. Not degrade water in a way that would harm fish,wildlife, or their habitat.
38
39 2. Not place materials below or remove them from the ordinary high water line
40 except as may be specified in the Contract.
41
42 3. Not allow equipment to enter waters of the State except as specified in the
43 Contract.
44
45 4. Revegetate in accordance with the Plans, unless the Special Provisions permit
46 otherwise.
47
48 5. Prevent any fish-threatening silt buildup on the bed or bottom of any body of
49 water.
50
51 6. Ensure continuous stream flow downstream of the Work area.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1
2 7. Dispose of any project debris by removal, burning, or placement above high-
3 water flows.
4
5 8. Immediately notify the Engineer and stop all work causing impacts, if at any
6 time, as a result of project activities,fish are observed in distress or a fish kill
7 occurs.
8
9 If the Work in (1)through (3)above differs little from what the Contract requires, the
10 Contracting Agency will measure and pay for it at unit Contract prices. But if Contract
11 items do not cover those areas, the Contracting Agency will pay pursuant to Section 1-
12 09.4.Work in (4)through (8)above shall be incidental to Contract pay items.
13
14 1-07.5(3) State Department of Ecology
15 This section is revised to read:
16
17 In doing the Work, the Contractor shall:
18
19 1. Comply with Washington State Water Quality Standards.
20
21 2. Perform Work in such a manner that all materials and substances not
22 specifically identified in the Contract documents to be placed in the water do
23 not enter waters of the State, including wetlands. These include, but are not
24 limited to, petroleum products, hydraulic fluid, fresh concrete, concrete
25 wastewater, process wastewater, slurry materials and waste from shaft drilling,
26 sediments, sediment-laden water, chemicals, paint, solvents, or other toxic or
27 deleterious materials.
28
29 3. Use equipment that is free of external petroleum-based products.
30
31 4. Remove accumulations of soil and debris from drive mechanisms(wheels,
32 tracks, tires) and undercarriage of equipment prior to using equipment below
33 the ordinary high water line.
34
35 5. Clean loose dirt and debris from all materials placed below the ordinary high
36 water line. No materials shall be placed below the ordinary high water line
37 without the Engineer's concurrence.
38
39 6. When a violation of the Construction Stormwater General Permit(CSWGP)
40 occurs, immediately notify the Engineer and fill out WSDOT Form 422-011,
41 Contractor ECAP Report, and submit the form to the Engineer within 48 hours
42 of the violation.
43
44 7. Once Physical Completion has been given, prepare a Notice of Termination
45 (Ecology Form ECY 020-87)and submit the Notice of Termination
46 electronically to the Engineer in a PDF format a minimum of 7 calendar days
47 prior to submitting the Notice of Termination to Ecology.
48
49 8. Transfer the CSWGP coverage to the Contracting Agency when Physical
50 Completion has been given and the Engineer has determined that the project
51 site is not stabilized from erosion.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1119
1 9. Submit copies of all correspondence with Ecology electronically to the
2 Engineer in a PDF format within four calendar days.
3
4 1-07.5(4) Air Quality
5 This section is revised to read:
6
7 The Contractor shall comply with all regional clean air authority and/or State
8 Department of Ecology rules and regulations.
9
10 The air quality permit process may include additional State Environment Policy Act
11 (SEPA) requirements. Contractors shall contact the appropriate regional air pollution
12 control authority well in advance of beginning Work.
13
14 When the Work includes demolition or renovation of any existing facility or structure that
15contains Asbesto's Containing Material (ACM) and/or Presumed ASbeJIOs-C:,n:ai„i;^y
16 Material (PACM), the Contractor shall comply with the National Emission Standards for
17 Hazardous Air Pollutants(NESHAP).
18
19 Any requirements included in Federal and State regulations regarding air quality that
20 applies to the "owner or operator" shall be the responsibility of the Contractor.
21
22 1-07.7(1) General
23 The first sentence of the third paragraph is revised to read:
24
25 When the Contractor moves equipment or materials on or over Structures, culverts or
26 pipes, the Contractor may operate equipment with only the load-limit restrictions in
27 Section 1-07.7(2).
28
29 The first sentence of the last paragraph is revised to read:
30
31 Unit prices shall cover all costs for operating over Structures, culverts and pipes.
32
33 1-07.9(1) General
34 The last sentence of the sixth paragraph is revised to read:
35
36 Generally, the Contractor initiates the request by preparing standard form 1444 Request
37 for Authorization of Additional Classification and Rate, available at
38 https://www.dol.gov/whd/recovery/dbsurvey/conformance.htm, and submitting it to the
39 Engineer for further action.
40
41 1-07.9(2) Posting Notices
42 The second sentence of the first paragraph (up until the colon) is revised to read:
43
44 The Contractor shall ensure the most current edition of the following are posted:
45
46 The revision dates are deleted from all items in the numbered list.
47
48 The following new items are inserted after item number 1:
49
50 2. Mandatory Supplement to EEOC P/E-1 published by US Department of Labor.
51 Post for projects with federal-aid funding.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 3. Pay Transparency Nondiscrimination Provision published by US Department of
2 Labor. Post for projects with federal-aid funding.
3
4 Item number 2 through 12 are renumbered to 4 through 14, respectively-
5
6 1-07.11(2) Contractual Requirements
7 In this section, "creed" is revised to read "religion".
8
9 Item numbers 1 through 9 are revised to read 2 through 10, respectively.
10
11 After the preceding Amendment is applied, the following new item number 1 is inserted:
12
13 1. The Contractor shall maintain a Work site that is free of harassment, humiliation,
14 fear, hostility and intimidation at all times. Behaviors that violate this requirement
15 include but are not limited to:
16
17 a. Persistent conduct that is offensive and unwelcome.
18
19 b. Conduct that is considered to be hazing.
20
21 c. Jokes about race, gender, or sexuality that are offensive.
22
23 d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual
24 nature which interferes with a person's ability to perform their job or creates an
25 intimidating, hostile, or offensive work environment.
26
27 e. Language or conduct that is offensive, threatening, intimidating or hostile
28 based on race, gender, or sexual orientation.
29
30 f. Repeating rumors about individuals in the Work Site that are considered to be
31 harassing or harmful to the individual's reputation.
32
33 1-07.11(5) Sanctions
34 This section is supplemented with the following:
35
36 Immediately upon the Engineer's request, the Contractor shall remove from the Work
37 site any employee engaging in behaviors that promote harassment, humiliation, fear or
38 intimidation including but not limited to those described in these specifications.
39
40 1-07.11(6) Incorporation of Provisions
41 The first sentence is revised to read:
42
43 The Contractor shall include the provisions of Section 1-07.11(2) Contractual
44 Requirements (1)through (5) and the Section 1-07.11(5) Sanctions in every subcontract
45 including procurement of materials and leases of equipment.
46
47 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan
48 The last sentence of the first paragraph is revised to read:
49
50 An SPCC Plan template and guidance information is available at
51 http://www.wsdot.wa.gov/environment/technical/disciplines/hazardous-materials/spill-
52 prevent-report.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411/19
1
2 1-07.16(2)A Wetland and Sensitive Area Protection
3 The first sentence of the first paragraph is revised to read:
4
5 Existing wetland and other sensitive areas, where shown in the Plans or designated by
6 the Engineer, shall be saved and protected through the life of the Contract.
7
8 1-07.18 Public Liability and Property Damage Insurance
9 Item number 1 is supplemented with the following new sentence:
10
11 This policy shall be kept in force from the execution date of the Contract until the
12 Physical Completion Date.
13
14 1-08.AP1
i5 Section 1-08, Prosecution and ProgressJanuary 7, 2018
16 1-08.1 Subcontracting
17 The first sentence of the seventh paragraph is revised to read:
18
19 All Work that is not performed by the Contractor will be considered as subcontracting
20 except: (1) purchase of sand, gravel, crushed stone, crushed slag, batched concrete
21 aggregates, ready-mix concrete, off-site fabricated structural steel, other off-site
22 fabricated items, and any other materials supplied by established and recognized
23 commercial plants; or(2)delivery of these materials to the Work site in vehicles owned
24 or operated by such plants or by recognized independent or commercial hauling
25 companies hired by those commercial plants.
26
27 The following new paragraph is inserted after the seventh paragraph:
28
29 The Contractor shall not use businesses(material suppliers, vendors, subcontractors,
30 etc.)with federal purchasing exclusions. Businesses with exclusions are identified using
31 the System for Award Management web page at www.SAM.gov.
32
33 1-08.5 Time for Completion
34 Item number 2 of the sixth paragraph is supplemented with the following:
35
36 f. A copy of the Notice of Termination sent to the Washington State Department of
37 Ecology(Ecology);the elapse of 30 calendar days from the date of receipt of the
38 Notice of Termination by Ecology; and no rejection of the Notice of Termination by
39 Ecology. This requirement will not apply if the Construction Stormwater General
40 Permit is transferred back to the Contracting Agency in accordance with Section 8-
41 01.3(16).
42
43 1-08.7 Maintenance During Suspension
44 The fifth paragraph is revised to read:
45
46 The Contractor shall protect and maintain all other Work in areas not used by traffic. All
47 costs associated with protecting and maintaining such Work shall be the responsibility
48 of the Contractor.
49
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1119
1 1-09.AP1
2 Section 1-09, Measurement and Payment
3 August 6, 2018
4 1-09.2(1) General Requirements for Weighing Equipment
5 The last paragraph is supplemented with the following:
6
7 When requested by the Engineer, the Contractor's representative shall collect the
8 tickets throughout the day and provide them to the Engineer's designated receiver, not
9 later than the end of shift, for reconciliation.Tickets for loads not verified as delivered
10 will receive no pay.
11
12 1-09.2(2) Specific Requirements for Batching Scales
13 The last sentence of the first paragraph is revised to read:
14
15 Batching scales used for concrete or hot mix asphalt shall not be used for batching
16 other materials.
17
18 1-09.10 Payment for Surplus Processed Materials
19 The following sentence is inserted after the first sentence of the second paragraph:
20
21 For Hot Mix Asphalt, the Plan quantity and quantity used will be adjusted for the quantity
22 of Asphalt and quantity of RAP or other materials incorporated into the mix.
23
24 2-01.AP2
25 Section 2-01, Clearing, Grubbing, and Roadside Cleanup
26 April 1, 2019
27 2-01.2(3) Disposal Method No. 3 — Chipping
28 Item number 2 of the first paragraph is revised to read:
29
30 2. Chips shall be disposed outside of sensitive areas, and in areas that aren't in
31 conflict with permanent Work.
32
33 2-02.AP2
34 Section 2-02, Removal of Structures and Obstructions
35 April 2, 2018
36 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
37 In item number 3 of the first paragraph,the second sentence is revised to read-
38
39 For concrete pavement removal, a second vertical full depth relief saw cut offset 12 to
40 18 inches from and parallel to the initial saw cut is also required, unless the Engineer
41 allows otherwise.
42
43 2-03.AP2
44 Section 2-03, Roadway Excavation and Embankment
45 April 1, 2019
46 2-03.3(14)F Displacement of Unsuitable Foundation Materials
47 This section, including title, is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised 411119
1
2 2-03.3(14)F Vacant
3
4 2-09.AP2
5 Section 2-09, Structure Excavation
6 April '9, 2019
7 2-09.2 Materials
8 In the first paragraph, the references to"Portland Cement"and "Aggregates for Portland
9 Cement Concrete"are revised to read:
10
11 Cement 9-01
12 Fine Aggregate for Concrete 9-03.1(2)
13
14 2-09.3(3)13 Excavation Using Open ?its—Extra Excavation
15 The last two paragraphs are deleted and replaced with the following:
16
17 The excavation height(Ht)shall be calculated within a vertical plane as the difference
18 between the lowest elevation in the excavation and the highest elevation of the ground
19 surface immediately adjacent to the excavation. Pavement thickness and other surface
20 treatments existing at the time of the excavation shall be included in the height
21 calculation.
22
23 Submittals and Design Requirements
24 Excavations 4-feet and less in height do not require design and submittals. The
25 Contractor shall provide a safe work environment and shall execute the work in a
26 manner that does not damage adjacent pavements, utilities, or structures. If the
27 Engineer determines the Contractor's work may potentially affect adjacent traffic,
28 pavements, utilities, or structures,the Engineer may request a Type 1 Working Drawing
29 from the Contractor. The Contractor shall explain in the Type 1 Working Drawing how
30 the Engineer's concerns will be addressed, why infrastructure will not be damaged by
31 the work, and how worker safety will be preserved.
32
33 For excavations that have soil types and slope geometries defined in WAC 296-155 part
34 N and are between 4-feet and 20-feet in height, the Contractor shall submit Type 2
35 Working Drawings. Required submittal elements include, at a minimum, the following:
36
37 1. A plan view showing the limits of the excavation and its relationship to traffic,
38 structures, utilities and other pertinent project elements. If the stability of the
39 excavation requires no-load zones or equipment setback distances, those shall
40 be shown on the plan view.
41
42 2. A typical or controlling cross section showing the proposed excavation, original
43 ground line, and locations of traffic, existing structures, utilities, site
44 constraints, surcharge loads, or other conditions that could affect the stability
45 of the slope. If the stability of the excavation requires no-load zones or
46 equipment setback distances,those shall be shown in cross section.
47
48 3. A summary clearly describing subsurface conditions, soil type for WAC 296-
49 155 part N, and groundwater conditions, sequencing considerations, and
50 governing assumptions.
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 Where WAC 296-155 part N requires an engineer's design, the Contractor shall submit
2 Type 2E Working Drawings. Required submittal elements include, at a minimum, the
3 three items above and the following additional items:
4
5 4. Supporting calculations for the design of the excavation, the soil and material
6 properties selected for design, and the justification for the selection for those
7 properties, in accordance with the WSDOT Geotechnical Design Manual M 46-
8 03.
9
10 5. Safety factors, or load and resistance factors used, and justification for their
11 selection, in accordance with the WSDOT Geotechnical Design Manual M 46-
12 03, and referenced AASHTO design manuals.
13
14 6. A monitoring plan to evaluate the excavation performance throughout its
15 design life.
16
17 7. Any supplemental subsurface explorations made by the Contractor to meet the
18 requirements for geotechnical design of excavation slopes, in accordance with
19 the WSDOT Geotechnical Design Manual M 46-03.
20
21 2-09.3(3)D Shoring and Cofferdams
22 The first sentence of the sixth paragraph is revised to read:
23
24 Structural shoring and cofferdams shall be designed for conditions stated in this Section
25 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for
26 Highway Bridges Seventeenth Edition—2002 for allowable stress design, or the
27 AASHTO LRFD Bridge Design Specifications for load and resistance factor design.
28
29 3-01.AP3
30 Section 3-01, Production from Quarry and Pit Sites
31 April 2, 2018
32 3-01.1 Description
33 The first paragraph is revised to read:
34
35 This Work shall consist of manufacturing and producing crushed and screened
36 aggregates including pit run aggregates of the kind, quality, and grading specified for
37 use in the construction of concrete, hot mix asphalt, crushed surfacing, maintenance
38 rock, ballast, gravel base, gravel backfill, gravel borrow, riprap, and bituminous surface
39 treatments of all descriptions.
40
41 4-04.AP4
42 Section 4-04, Ballast and Crushed Surfacing
43 April 2, 2018
44 4-04.3(5) Shaping and Compaction
45 This section is supplemented with the following new paragraph:
46
47 When using 100% Recycled Concrete Aggregate, the Contractor may submit a written
48 request to use a test point evaluation for compaction acceptance testing in lieu of
49 compacting to 95% of the standard density as determined by the requirements of
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 Section 2-03.3(14)D.The test point evaluation shall be performed in accordance with
2 SOP 738.
3
4 5-01.AP5
5 Section 5-01, Cement Concrete Pavement Rehabilitation
6 January 7, 2019
7 5-01.2 Materials
8 The reference for Concrete Patching Material is revised to read:
9
10 Concrete Patching Material, Grout, and Mortar 9-20.1
11
12 5-01.3(1)A1 Concrete Patching Materials
13 In this section, each reference to"9-20" is revised to read "9-20.1".
14
15 5-01.3(4) Replace Cement Concrete Panel
16 This section's content is deleted and replaced with the following new subsections:
17
18 5-01.3(4)A General
19 Curing, cold weather work, concrete pavement construction in adjacent lines, and
20 protection of pavement shall meet the requirements of Section 5-05.3(13)through
21 Section 5-05.3(15).The Contractor, at no cost to the Contracting Agency, shall repair
22 any damage to existing pavement caused by the Contractor's operations.
23
24 5-01.3(4)B Sawing and Dimensional Requirements
25 Concrete slabs to be replaced as shown in the Plans or staked by the Engineer shall be
26 at least 6.0 feet long and full width of an existing pavement panel. The portion of the
27 panel to remain in place shall have a minimum dimension of 6 feet in length and full
28 panel width; otherwise the entire panel shall be removed and replaced.There shall be
29 no new joints closer than 3.0 feet to an existing transverse joint or crack.A vertical full
30 depth saw cut is required along all longitudinal joints and at transverse locations and,
31 unless the Engineer allows otherwise, an additional vertical full depth relief saw cut
32 located 12 to 18 inches from and parallel to the initial longitudinal and transverse saw
33 cut locations is also required. Removal of existing cement concrele pavement shall not
34 cause damage to adjacent slabs that are to remain in place. In areas that will be
35 ground, slab replacements shall be performed prior to pavement grinding.
36
37 Side forms shall meet the requirements of Section 5-05.3(7)B whenever a sawed full
38 depth vertical face cannot be maintained.
39
40 5-01.3(4)C Dowel Bars and Tie Bars
41 For the half of a dowel bar or tie bar placed in fresh concrete, comply with the
42 requirements of Section 5-05.
43
44 For the half of a dowel bar or tie bar placed in hardened concrete, comply with the
45 Standard Plans and the following.
46
47 After drilling, secure dowel bars and tie bars into the existing pavement with either an
48 epoxy bonding agent Type I or IV as specified in Section 9-26.1, or a grout Type 2 for
49 non-shrink applications as specified in Section 9-20.3.
50
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 Dowel bars shall be placed at the mid depth of the concrete slab, centered over the
2 transverse joint, and parallel to the centerline and to the roadway surface, within the
3 tolerances in the table below. Dowel bars may be adjusted to avoid contact with existing
4 dowel bars in the transverse joint at bridge approach slabs or existing panels provided
5 the adjusted dowel bars meet the tolerances below.
6
7 Tie bars shall be placed at the mid depth of the concrete slab, centered over the joint,
8 perpendicular to centerline, and parallel to the roadway surface, within the tolerances in
9 the table below. The horizontal position of tie bars may be adjusted to avoid contact with
10 existing tie bars in the longitudinal joint where panel replacement takes place, provided
11 the adjusted tie bars meet the tolerances below.
12
Placement Tolerances
Dowel Bars Tie Bars
Vertical:Center of Bar to Center of Slab Depth ±1.00 inch max I ±1.00 inch max
Dowel Bar Centered Over the Transverse Joint ±1.00 inch max N/A
Tie Bar Centered Over the Longitudinal Joint N/A ±1.00 inch max
Parallel to Centedine Over the Length of the ±0.50 inch max N/A
Dowel Bar
Perpendicular to Longitudinal Joint Over the N/A ±1.00 inch max
Length of the Tie Bar
Parallel to Roadway Surface Over the Length of ±0.50 inch max ±1.00 inch max
the Bar
13
14 Dowel bars and tie bars shall be placed according to the Standard Plan when multiple
15 panels are placed. Panels shall be cast separately from the bridge approach slab.
16
17 Dowel bars to be drilled into existing concrete or at a new transverse contraction joint
18 shall have a parting compound, such as curing compound, grease, or other Engineer
19 accepted equal, applied to them prior to placement.
20
21 Clean the drilled holes in accordance with the epoxy or grout manufacturer's
22 instructions. Holes shall be clean and dry at the time of placing the epoxy, or grout and
23 tie bars. Completely fill the void between the tie bar and the outer limits of the drilled
24 hole with epoxy or grout. Use retention rings to prevent leakage of the epoxy or grout
25 and support the tie bar to prevent movement until the epoxy or grout has cured the
26 minimum time recommended by the manufacturer.
27
28 5-01.3(4)D Foundation Preparation
29 The Contractor shall smooth the surfacing below the removed panel and compact it to
30 the satisfaction of the Engineer. Crushed surfacing base course, or hot mix asphalt may
31 be needed to bring the surfacing to grade prior to placing the new concrete.
32
33 If the material under the removed panel is uncompactable and the Engineer requires it,
34 the Contractor shall excavate the Subgrade 2 feet, place a soil stabilization construction
35 geotextile meeting the requirements of Section 9-33, and backfill with crushed surfacing
36 base course. This Work may include:
37
38 1. Furnishing and hauling crushed surfacing base course to the project site.
39
40 2. Excavating uncompactable material.
41
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 3. Furnishing and placing a soil stabilization construction geotextile
2
3 4. Backfilling and compacting crushed surfacing base course
4
5 5. Removing, hauling and restocking any unused crushed surfacing base course.
6
7 5-01.3(4)E Concrete Finishing
8 Grade control shall be the responsibility of the Contractor.
9
10 All panels shall be struck off level with the adjacent panels and floated to a smooth
11 surface.
12
13 Final finish texturing shall meet the requirements of Section 5-05.3(11).
14
15 In areas where the Plans do not require nrindinn the surface smoothness will he
16 measured with a 10-foot straightedge by the Engineer in accordance with Section 5-
17 05.3(12). If the replacement panel is located in an area that will be ground as part of
18 concrete pavement grinding in accordance with Section 5-01.3(9),the surface
19 smoothness shall be measured, by the Contractor, in conjunction with the smoothness
20 measurement done in accordance with Section 5-01.3(10).
21
22 5-01.3(4)F Joints
23 All transverse and longitudinal joints shall be sawed and sealed in accordance with
24 Section 5-05.3(8).The Contractor may use a hand pushed single blade saw for sawing
25 joints.
26
27 5-01.3(4)G Cracked Panels
28 Replacement panels that crack shall be repaired as specified in Section 5-05.3(22) at
29 no cost to the Contracting Agency.When repairing replacement panels that have
30 cracked, epoxy-coated dowel bars meeting the requirements of Section 9-07.5(1) may
31 be substituted for the corrosion resistant dowel bars specified.
32
33 5-01.3(4)H Opening to Traffic
34 Opening to traffic shall meet the requirements of Section 5-05.3(17).
35
36 5-01.3(5) Partial Depth Spall Repair
37 The second sentence of the third paragraph is revised to read-
38
39 All sandblasting residue shall be removed.
40
41 5-01.3(7) Sealing Existing Concrete Random Cracks
42 The second sentence of the second paragraph is revised to read:
43
44 Immediately prior to sealing,the cracks shall be clean.
45
46 5-01.3($) Sealing Existing Longitudinal and Transverse Joint
47 The first sentence of the fifth paragraph is revised to read:
48
49 Immediately prior to sealing, the cracks shall be clean.
50
51 5-01.3(10) Pavement Smoothness
52 This section is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1
2 Pavement surface smoothness for cement concrete pavement grinding on this project
3 will include International Roughness Index(IRI)testing. Ride quality will be evaluated
4 using the Mean Roughness Index(MRI) calculated by averaging the IRI data for the left
5 and right wheel path within the section.
6
7 Smoothness Testing Equipment and Operator Certification
8 Use an inertial profiler and operator that meet the requirements of Section 5-05.3(3)E.
9
10 Surface Smoothness
11 Operate the inertial profiler in accordance with AASHTO R 57. Collect two longitudinal
12 traces, one in each wheel path. Collect the control profile at locations designated in
13 Table 2 prior to any pavement rehabilitation Work on the areas to be tested. Collect an
14 acceptance profile at locations designated in Table 2 after completion of all cement
15 concrete pavement grinding on the project. Profiles shall be collected in a continuous
16 pass including areas excluded from pay adjustments. Provide notice to the Engineer a
17 minimum of seven calendar days prior to testing.
18
Table 2
Locations Re u ring MRI Testing
Travel lanes where cement
concrete grinding is shown in the Control profile
plans
Additional locations designated by Control profile
the Engineer
Travel lanes with completed cement Acceptance profile
concrete pavement grinding
Bridges,approach panels and 0.02
miles before and after bridges and
approach panels and other Control and acceptance profile
excluded areas within lanes
requiring testing
Ramps, Shoulders and Tapers Do not test
19
20 Within 30 calendar days after the Contractor's testing, the Engineer may perform
21 verification testing. If the verification testing shows a difference in MRI greater than the
22 10 percent,the following resolution process will be followed:
23
24 1. The profiles, equipment and procedures will be evaluated to determine the
25 cause of the difference.
26
27 2. If the cause of the discrepancy cannot be resolved the pavement shall be
28 retested with both profilers at a mutually agreed time. The two profilers will
29 test the section within 30 minutes of each other. If the retest shows a
30 difference in MRI equal or greater than the percentages shown in Table 2 of
31 AASHTO R 54 the Engineer's test results will be used for pavement
32 smoothness acceptance.
33
34 The Contractor shall evaluate profiles for acceptance or corrective action using the
35 current version of ProVAL and provide the results including the profile data in unfiltered
36 electronic Engineering Research Division (ERD)file format to the Engineer within 3
37 calendar days of completing each days profile testing. If the profile data files are created
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 using an export option in the manufacturer's software where filter settings can be
2 specified, use the filter settings that were used to create data files for certification.
3
4 Analyze the entire profile. Exclude areas listed in Table 3.
5
Table 3
Areas Excluded from MRI Acceptance Requirements
Location { Exclude
Beginning and end of grinding Pavement within 0.02 mile
The bridge and approach slab and
Bridges and approach slabs 0.02 mile from the ends of the
bridge or approach slab
Defects in the existing roadway
identified by the Contractor that 0.01-mile section containing the
adversely affect the MRi such as defect and the 0.0 i-mile section
I dips,depressions and wheel path following the section with the defect.
longitudinal joints.1 _ I
'The presence of defects is subject to verification by the Engineer
6
7 Report the MRI results in inches per mile for each 0.01-mile section and each 0.10-mile
8 section. Do not truncate 0.10-mile sections for areas excluded from MRI acceptance
9 requirements. MRI requirements will not apply to 0.10-mile sections with more than
10 three 0.01 mile-sections excluded. MRI requirements for the individual 0.01-mile
11 sections shall still apply. The Engineer will verify the analysis.
12
13 The MRI for each 0.10 mile of ground lane will comply with the following:
14
Control Profile MRI per 0.10 Mile Maximum MRI of Acceptance
Profile per 0.10 Mile
:5130 inches/mile 78 inches/mile
>130 inches/mile 0.6 x Control Profile MRI
15
16 The MRI for each 0.01 mile of the completed cement concrete grinding shall not exceed
17 160 inches/mile.
18
19 All Work is subject to parallel and transverse 10-foot straightedge requirements,
20 corrective work and disincentive adjustments.
21
22 Surface smoothness of travel lanes including areas subject to MRI testing shall not vary
23 more than % inch from the lower edge of a 10-foot straightedge placed on the surface
24 parallel to the centerline.
25
26 The smoothness perpendicular to the centerline will be measured with a 10-foot
27 straightedge within the lanes.There shall be not vertical elevation difference of more
28 than a '/4 inch between lanes.
29
30 Pavement that does not meet these requirements will be subject to corrective Work. All
31 corrective Work shall be completed at no additional expense, including traffic control,to
32 the Contracting Agency. Pavement shall be repaired by one or more of the following
33 methods:
34
35 1. Diamond grinding.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1119
1
2 2. By other method accepted by the Engineer.
3
4 Repair areas shall be re-profiled to ensure they no longer require corrective Work.With
5 concurrence of the Engineer, a 10-foot straight edge may be used in place of the inertial
6 profiler.
7
8 If correction of the roadway as listed above either will not or does not produce
9 satisfactory results as to smoothness or serviceability the Engineer may accept the
10 completed pavement and a credit will be calculated in accordance with Section 5-01.5.
11 Under these circumstances, the decision whether to accept the completed pavement or
12 to require corrective work as described above shall be vested entirely in the Engineer.
13
14 5-01.5 Payment
15 This section is supplemented with the following:
16
17 "Grinding Smoothness Compliance Adjustment', by calculation.
18 Grinding Smoothness Compliance Adjustments will be based on the requirements in
19 Section 5-01.3(10) and the following calculations:
20
21 A smoothness compliance adjustment will be calculated in the sum of minus $100
22 for each and every section of single traffic lane 0.01 mile in length and $1,000 for
23 each and every section of single traffic lane 0.10 mile in length that does not meet
24 the requirements in Section 5-01.3(10)after corrective Work.
25
26 5-02.AP5
27 Section 5-02, Bituminous Surface Treatment
28 April 1, 2019
29 5-02.3(5) Application of Aggregates
30 The first sentence of the eleventh paragraph is revised to read:
31
32 The Contractor shall use a pickup broom in all curbed areas, on all bridges, within city
33 limits, within sensitive areas, and where shown in the Plans both before the application
34 of emulsified asphalt and during the final brooming operation.
35
36 5-04.AP5
37 Section 5-04, Hot Mix Asphalt
38 April 1, 2019
39 5-04.1 Description
40 The last sentence of the first paragraph is revised to read:
41
42 The manufacture of HMA may include additives or processes that reduce the optimum
43 mixing temperature (Warm Mix Asphalt)or serve as a compaction aid in accordance
44 with these Specifications.
45
46 5-04.2 Materials
47 The reference to "Warm Mix Asphalt Additive" is revised to read "HMA Additive".
48
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 5-04.2(1) How to Get an HMA Mix Design on the QPL
2 The last bullet in the first paragraph is revised to read:
3
4 Do not include HMA additives that reduce the optimum mixing temperature or serve
5 as a compaction aid when developing a mix design or submitting a mix design for
6 QPL evaluation. Ti le i7Sc Gf i i1V1A add'n`lV'vS iS i ivi j ai r of it is process for obtaining
Iii Ig
7 approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B.
8
9 In the table, "WSDOT Standard Practice QC-8" is revised to read "WSDOT Standard
10 Practice QC-8 located in the WSDOT Materials Manual M 46-01".
11
12 5-04.2(1)C Mix Design Resubmittal for QPL Approval
13 Item number 3 of the first paragraph is revised to read:
14
1 J J. VI IaI IyGJ In mVVIIIGI ad-Hers I.lseU Ii1I a 1 asphalt L uiI Iuc1 .
16
17 5-04.2(2)B Using Warm Mix Asphalt Processes
18 This section, including title, is revised to read:
19
20 5-04.2(2)B Using HMA Additives
21 The Contractor may, at the Contractor's discretion, elect to use additives that reduce the
22 optimum mixing temperature or serve as a compaction aid for producing HMA. Additives
23 include organic additives, chemical additives and foaming processes.The use of
24 Additives is subject to the following:
25
26 Do not use additives that reduce the mixing temperature in accordance with
27 Section 5-04.3(6) in the production of High RAP/Any RAS mixtures.
28
29 Before using additives, obtain the Engineer's approval using WSDOT Form
30 350-076 to describe the proposed additive and process.
31
32 5-04.3(3)A Mixing Plant
33 Item number 5 of the first paragraph is revised to read:
34
35 5. Provide HMA sampling equipment that complies with FOP for AASHTO T 168:
36
37 Use a mechanical sampling device accepted by the Engineer, or
38
39 Platforms or devices to enable sampling from the truck transport without
40 entering the truck transport for sampling HMA.
41
42 5-04.3(4) Preparation of Existing Paved Surfaces
43 The first sentence of the fourth paragraph is revised to read:
44
45 Unless otherwise allowed by the Engineer, use cationic emulsified asphalt CSS-1, CSS-
46 1 h, or Performance Graded (PG) asphalt for tack coat.
47
48 5-04.3(6) Mixing
49 The first paragraph is revised to read:
50
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 The asphalt supplier shall introduce recycling agent and anti-stripping additive, in the
2 amount designated on the QPL for the mix design, into the asphalt binder prior to
3 shipment to the asphalt mixing plant.
4
5 The seventh paragraph is revised to read:
6
7 Upon discharge from the mixer, ensure that the temperature of the HMA does not
8 exceed the optimum mixing temperature shown on the accepted Mix Design Report by
9 more than 25°F, or as allowed by the Engineer. When an additive is included in the
10 manufacture of HMA, do not heat the additive (at any stage of production including in
11 binder storage tanks)to a temperature higher than the maximum recommended by the
12 manufacturer of the additive.
13
14 5-04.3(7) Spreading and Finishing
15 The last row of the table is revised to read:
16
%s inch „� 0.25 feet _ 0.30 feet
17
18 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
19 The following new paragraph is inserted after the first paragraph:
20
21 The Contracting Agency's combined aggregate bulk specific gravity (Gsb) blend as
22 shown on the HMA Mix Design will be used for VMA calculations until the Contractor-
23 submits a written request for a Gsb test.The new Gsb will be used in the VMA
24 calculations for HMA from the date the Engineer receives the written request for a Gsb
25 retest. The Contractor may request aggregate specific gravity(Gsb)testing be
26 performed by the Contracting Agency twice per project. The Gsb blend of the combined
27 stockpiles will be used to calculate voids in mineral aggregate (VMA) of any HMA
28 produced after the new Gsb is determined.
29
30 5-04.3(9)A1 Test Section-When Required, When to Stop
31 The following new row is inserted after the second row in Table 9:
32 _
�- VMA Minimum PF; of 0.95 None
based on the criteria in
Section 5-04.3(9)642
33 --- _-
34 5-04.3(9)A2 Test Section-Evaluating the HMA Mixture in a Test Section
35 In Table 9a, the test property"Gradation, Asphalt Binder, and Va" is revised to read
36 "Gradation, Asphalt Binder, VMA, and Va"
37
38 In Table 9a, the first column of the third row is revised to read:
39 _
Aggregates:
Sand Equivalent
Uncompacted Void Content
Fracture
40
41 5-04.3(9)B3 Mixture Statistical Evaluation -Acceptance Testing
42 In Table 11, "Va" is revised to read "VMA and Va"
43
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised 411119
1 5-04.3(9)B5 Mixture Statistical Evaluation — Composite Pay Factors (CPF)
2 The following new row is inserted above the last row in Table 12:
3
Voids in Mineral Aggregate 2
(VMA)
4 ...
S 5-04,3(91137 Mixture Statistical Evaluation— Retests
6 The second to last sentence is revised to read:
7
8 The sample will be tested for a complete gradation analysis, asphalt binder content,
9 VMA and Va, and the results of the retest will be used for the acceptance of the HMA
10 mixture in place of the original mixture sublot sample test results.
11
12 5-04.3(10)A HMA Compaction —General Compaction Requirements
13 The last paragraph is revised to read:
14
15 On bridge decks and on roadway approaches within five feet of a bridge/back of
16 pavement seat, rollers shall not be operated in a vibratory mode, defined as a mode in
17 which the drum vibrates vertically. However, unless otherwise noted on the plans,
18 rollers may be operated in an oscillatory mode, defined as a mode in which the drum
19 vibrates in the horizontal direction only.
20
21 5-04.3(10)C1 HMA Compaction Statistical Evaluation — Lots and Sublots
22 The bulleted item in the fourth paragraph is revised to read:
23
24 For a compaction lot in progress with a compaction CPF less than 0.75 using an
25 LSL= 91.5, a new compaction lot will begin at the Contractor's request after the
26 Engineer is satisfied that material conforming to the Specifications can be
27 produced. See also Section 5-04.3(11)F.
28
29 5-04.3(10)C2 HMA Compaction Statistical Evaluation —Acceptance Testing
30 In the table, "WSDOT FOP for AASHTO T 355" is revised to read "FOP for AASHTO T 355".
31
32 5-04.3(10)C3 HMA Statistical Compaction— Price Adjustments
33 In the first paragraph, "WSDOT FOP for AASHTO T 355" is revised to read "FOP for
34 AASHTO T 355".
35
36 The first sentence in the second paragraph is revised to read:
37
38 For each HMA compaction lot(that is accepted by Statistical Evaluation)which does not
39 meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in
40 accordance with Section 1-06.2(2).D5 to determine the appropriate Composite Pay
41 Factor(CPF).
42
43 The last two paragraphs are revised to read:
44
45 Determine the Compaction Price Adjustment(CPA) from the table below, selecting the
46 equation for CPA that corresponds to the value of CPF determined above.
47
Calculating HMA Compaction Price Adjustment CPA
Value of CPF I Equation for Calculatinq CPA
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
When CPF > 1.00 CPA= [1.00 x (CPF— 1.00)] x Q x
UP _
When CPF = 1.00 CPA= $0
When CPF < 1.0 CPA= [0.60 x(CPF— 1.00)] x Q x
UP
1
2 Where
3 CPA= Compaction Price Adjustment for the compaction lot($)
4 CPF = Composite Pay Factor for the compaction lot(maximum is 1.05)
5 Q = Quantity in the compaction lot (tons)
6 UP = Unit price of the HMA in the compaction lot($/ton)
7
8 5-04.3(10)C4 HMA Statistical Compaction — Requests for Retesting
9 The first sentence is revised to read:
10
11 For a compaction sublot that has been tested with a nuclear density gauge that did not
12 meet the minimum of 91.5 percent of the theoretical maximum density in a compaction
13 lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the
14 Contractor may request that a core, taken at the same location as the nuclear density
15 test, be used for determination of the relative density of the compaction sublot.
16
17 5-04.3(13) Surface Smoothness
18 The second to last paragraph is revised to read:
19
20 When concrete pavement is to be placed on HMA,the surface tolerance of the HMA
21 shall be such that no surface elevation lies above the Plan grade minus the specified
22 Plan depth of concrete pavement. Prior to placing the concrete pavement, bring any
23 such irregularities to the required tolerance by grinding or other means allowed by the
24 Engineer.
25
26 5-04.5 Payment
27 The paragraph following the Bid item "Crack Sealing-LF", per linear foot is revised to read:
28
29 The unit Contract price per linear foot for"Crack Sealing-LF" shall be full payment for all
30 costs incurred to perform the Work desrrihPd in Section 5-04.3(4)A.
31
32 5-05.AP5
33 Section 5-05, Cement Concrete Pavement
34 April 1, 2019
35 5-05.1 Description
36 In the first paragraph, "portland cement concrete" is revised to read "cement concrete"
37
38 5-05.2 Materials
39 In the first paragraph, the reference to "Portland Cement" is revised to read
40
41 Cement 9-01
42
43 In the first paragraph, the section reference for Concrete Patching Material is revised to read
44 "9-20.1".
45
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
I The second paragraph is revised to read:
2
3 Cementitious materials are considered to be the following: portland cement, blended
4 hydraulic cement, fly ash, ground granulated blast furnace slag and microsilica fume.
5
6 5-05.3(1) Concrete Mix Design for Paving
7 The table title in item number 4 is revised to read Concrete Batch Weights.
8
9 In item 4a, "Portland Cement" is revised to read "Cement'.
10
11 5-05.3(3)E Smoothness Testing Equipment
12 This section is revised to read:
13
14 Inertial profilers shall meet all requirements of AASHTO M 328 and be certified in
15 accordance with AASHTO R 56 within the preceding i2 months.
16
17 The inertial profiler operator shall be certified as required by AASHTO R 56 within three
18 years preceding profile measurement.
19
20 Equipment or operator certification by other states or a profiler certification facility will be
21 accepted provided the certification meets the requirements of AASHTO R 56.
22 Documentation verifying certification by another state shall be submitted to the Engineer
23 a minimum of 14 calendar days prior to profile measurement. Equipment certification
24 documentation shall include the information required by part 8.5 and 8.6 of AASHTO R
25 56. Operator documentation shall include a statement from the certifying state that
26 indicates the operator is certified to operate the inertial profiler to be used on the project.
27 The decision whether another state's certification meets the requirements of AASHTO R
28 56 shall be vested entirely in the Engineer.
29
30 5-05.3(4) Measuring and Batching Materials
31 Item number 2 is revised to read:
32
33 2. Batching Materials—On all projects requiring more than 2,500 cubic yards of
34 concrete for paving,the batching plant shall be equipped to proportion aggregates
35 and cement by weight by means of automatic and interlocked proportioning devices
36 of accepted type.
37
38 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement
39 This section's title is revised to read:
40
41 Acceptance of Portland Cement or Blended Hydraulic Cement Concrete Pavement
42
43 The first sentence is revised to read:
44
45 Acceptance of portland cement or blended hydraulic cement concrete pavement shall
46 be as provided under statistical or nonstatistical acceptance.
47
48 5-05.3(7) Placing, Spreading, and Compacting Concrete
49 This section's content is deleted.
50
51 5-05.3(10) Tie Bars and Corrosion Resistant Dowel Bars
52 The first sentence of the last paragraph is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1
2 The tie bar holes shall be clean before grouting.
3
4 5-05.3(12) Surface Smoothness
5 This section is revised to read:
6
7 Pavement surface smoothness for this project will include International Roughness
8 Index(IRI)testing.The Contractor shall perform IRI testing on each through lane,
9 climbing lane, and passing lane, greater than 0.25 mile in length and these lanes will be
10 subject to incentive/disincentive adjustments. Ride quality will be evaluated using the
11 Mean Roughness Index(MRI) calculated by averaging the IRI data for the left and right
12 wheel path within the section.
13
14 Ramps, shoulders and tapers will not be included in MRI testing for pavement
15 smoothness and will not be subject to incentive adjustments. All Work is subject to
16 parallel and transverse 10-foot straightedge requirements, corrective work and
17 disincentive adjustments.
18
19 Operate the inertial profiler in accordance with AASHTO R 57. Collect two longitudinal
20 traces, one in each wheel path. Collect profile data after completion of all concrete
21 paving on the project in a continuous pass including areas excluded from pay
22 adjustments. Provide notice to the Engineer a minimum of seven calendar days prior to
23 testing.
24
25 Within 30 calendar days after the Contractor's testing, the Engineer may perform
26 verification testing. If the verification testing shows a difference in MRI greater than the
27 percentages shown in Table 2 of AASHTO R 54 the following resolution process will be
28 followed:
29
30 1. The profiles, equipment and procedures will be evaluated to determine the
31 cause of the difference.
32
33 2. -If the cause of the discrepancy cannot be resolved the pavement shall be
34 retested with both profilers at a mutually agreed time. The two profilers will
35 test the section within 30 minutes of each other. If the retest shows a
36 difference in MRI equal or greater than the percentages shown in Table 2 of
37 AASHTO R 54 the Engineer's test results will be used to establish pay
38 adjustments.
39
40 Surface smoothness of travel lanes not subject to MRI testing will be measured with a
41 10-foot straightedge no later than 5:00 p.m. of the day following the placing of the
42 concrete.The completed surface of the wearing course shall not vary more than %inch
43 from the lower edge of a 10-foot straightedge placed on the surface parallel to the
44 centerline.
45
46 Smoothness perpendicular to the centerline will be measured with a 10-foot
47 straightedge across all lanes with the same cross slope, including shoulders when
48 composed of cement concrete pavement. The overlapping 10-foot straightedge
49 measurement shall be discontinued at a point 6 inches from the most extreme outside
50 edge of the finished cement concrete pavement. The completed surface of the wearing
51 course shall not vary more than '/ inch from the lower edge'of a 10-foot straightedge
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 placed on the surface perpendicular to the centerline. Any deviations in excess of the
2 above tolerances shall be corrected.
3
4 The Contractor shall evaluate profiles for acceptance, incentive payments, disincentive
5 payments, or corrective action using the current version of ProVAL and provide the
6 results including the profile data in unfiltered electronic Engineering Research Division
7 (ERD)file format to the Engineer within 2 calendar days of completing testing each
8 section of pavement. If-the profile data files-are created using an export option in the
9 manufacturer's software where filter settings can be specified, use the filter settings that
10 were used to create data files for certification.Analyze the entire profile. Exclude any
11 areas specifically identified in the Contract. Exclude from the analysis the first 100 feet
12 after the start of the paving operations and last 100 feet prior to the end of the paving
13 operation, the first 100 feet on either side of bridge Structures and bridge approach
14 slab. Report the MRI results in inches per mile for each 52.8 foot section and horizontal
15 distance measurements in project stationing to the nearest foot. Include pay
16 adjustments in the results. The Engineer will verify the analysis.
17
18 Corrective work for pavement smoothness may be taken by the Contractor prior to MRI
19 testing.After completion of the MRI testing the Contractor shall measure the
20 smoothness of each 52.8-foot section with an MRI greater than 125 inches per mile with
21 a 10-foot straightedge within 14 calendar days or as allowed by the Engineer.The
22 Contractor shall identify all locations that require corrective work and provide the
23 straight edge measurements at each location that exceeds the allowable limit to the
24 Engineer. If all measurements in a 52.8-foot section comply with smoothness
25 requirements,the Contractor shall provide the maximum measurement to the Engineer
26 and a statement that corrective work is not required. Unless allowed by the Engineer,
27 corrective work shall be taken by the Contractor for pavement identified by the
28 Contractor or Engineer that does not meet the following requirements:
29
30 1. The completed surface shall be of uniform texture, smooth, uniform as to
31 crown and grade, and free from defects of all kinds.
32
33 2. The completed surface shall not vary more than '/ inch from the lower edge of
34 a 10-foot straightedge placed on the surface parallel to the centerline.
35
36 3. The completed surface shall vary not more than '/ inch in 10 feet from the rate
37 of transverse slope shown in the Pians.
38
39 All corrective work shall be completed at no additional expense, including traffic control,
40 to the Contracting Agency. Corrective work shall not begin until the concrete has
41 reached its design strength unless allowed by the Engineer. Pavement shall be repaired
42 by one or more of the following methods:
43
44 1. Diamond grinding; repairs shall not reduce pavement thickness by more than
45 '/ inch less than the thickness shown in the Plans. When required by the
4 Engineer,the Contractor shall verify the tl-ickness of the concrete pavement by
47 coring. Thickness reduction due to corrective work will not be included in
48 thickness measurements for calculating the Thickness Deficiency in Section 5-
49 05.5(1)A.
50
51 2. Removal and replacement of the cement concrete pavement.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 3. By other method allowed by the Engineer.
2
3 For repairs following MRI testing the repaired area shall be checked by the Contractor
4 with a 10-foot straightedge to ensure it no longer requires corrective work.With
5 concurrence of the Engineer an inertial profiler may be used in place of the 10-foot
6 straight edge.
7
8 If correction of the roadway as listed above either will not or does not produce
9 satisfactory results as to smoothness or serviceability the Engineer may accept the
10 completed pavement and a credit will be calculated in accordance with Section 5-05.5.
11 The credit will be in addition to the price adjustment for MRI. Under these
12 circumstances, the decision whether to accept the completed pavement or to require
13 corrective work as described above shall be vested entirely in the Engineer.
14
15 5-05.3(22) Repair of Defective Pavement Slabs
16 The last sentence of the fourth paragraph is revised to read:
17
18 All sandblasting residue shall be removed.
19
20 5-05.4 Measurement
21 Item number 3 of the second paragraph is revised to read
22
23 3. The depth shall be determined in accordance with Section 5-05.5(1). The depth
24 utilized to calculate the volume shall not exceed the Plan depth plus 0.04 feet.
25
26 The third paragraph is revised to read:
27
28 The volume of cement concrete pavement in each thickness lot shall equal the
29 measured length X width X thickness measurement.
30
31 The last paragraph is revised to read:
32
33 The calculation for cement concrete compliance adjustment is the volume of concrete
34 represented by the CPF and the Thickness deficiency adjustment.
35
36 5-05.5 Payment
37 The paragraph following the Bid item "Cement Conc. Pavement', per cubic yard is
38 supplemented with the following:
39
40 All costs associated with performing the magnetic pulse induction thickness testing shall
41 be included in the unit Contract price per cubic yard for"Cement Conc. Pavement'.
42
43 The Bid item "Ride Smoothness Compliance Adjustment', by calculation, and the paragraph
44 following this bid item are revised to read:
45
46 "Ride Smoothness Compliance Adjustment', by calculation.
47
48 Smoothness Compliance Adjustments will be based on the requirements in Section 5-
49 05.3(12) and the following calculations:
50
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 1. Final MRI acceptance and incentive/disincentive payments for pavement
2 smoothness will be calculated as the average of the ten 52.8-foot sections in
3 each 528 feet in accordance with the price adjustment schedule.
4
5 a. For sections of a lane that are a minimum of 52.8 feet and less than 528
6 feet,the price adjustment will be calculated using-the ager-age of the 5-2.8
7 foot MRI values and the price adjustment prorated for the length of the
8 section.
9
10 b. MRI values per 52.8-feet that were measured prior to corrective work will
11 be included in the 528 foot price adjustment for sections with corrective
12 work.
13
14 2. In addition to the price adjustment for MRI a smoothness compliance
15 adjustment will be calculated in the sum of minus$1000.00 for each and every
16 section of single traffic lane 52.8 feet in length in that does not meet the 10-
17 foot straight edge requirements in Section 5-05.3(12)after corrective Work.
18
Price Adjustment Schedule
MRI for each 528 ft. Pay Adjustment
section Schedule
in.1 mi. $10:10-mi.
<30 2400
30 2400
31 2320
32 2240
33 2160
34 2080
35 2000
36 1920
37 1840
38 1760
39 1680
40 1600
41 1520
42 1440
43 �� 1360
44 1280
45 1200
46 1120
47 1040
48 960
49 880
50 800
51 720
52 640
53 560
54 480
55 400
56 320
57 240
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: V1119
�_...._._ 58 160
59 80
60 0
61 0
62 0
63 0
64 0
65 0
66 0
67 0
68 0
69 0
70 0
71 0
72 0
73 0
74 0
75 0
76 -80
77 -160
78 -240
79 -320
80 -400
81 -480
82 -560
83 -640
84 -720
85 -800
86 -880
87 -960
88 -1040
89 -1120
90 -1200
91 -1280
92 -1360
93 -1440
94 -1520
95 -1600
96 -1680
97 -1760
98 -1840
99 -1920
100 -2000
101 -2080
102 -2160
103 -2240
104 -2320
105 -2400
106 -2480
107 -2560
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411/19
108 -2640
109 -2720
110 -2800
111 -2880
112 -2960
113 -3040
114 -3120
115 -3200
116 -3280
117 -3360
118 -3440
119 -3520
120 -3600
j 121 -3680 y
122 -3760
123 -3840
124 -3920
>_125 -4000
1
2 The bid item "Portland Cement Concrete Compliance Adjustment", by calculation, and the
3 paragraph following this bid item are revised to read:
4
5 "Cement Concrete Compliance Adjustment", by calculation.
6
7 Payment for"Cement Concrete Compliance Adjustment"will be calculated by
8 multiplying the unit Contract price for the cement concrete pavement, times the volume
9 for adjustment, times the percent of adjustment determined from the calculated CPF
10 and the Deficiency Adjustment listed in Section 5-05.5(1)A.
11
12 5-0505(1) Pavement Thickness
13 This section is revised to read:
14
15 Cement concrete pavement shall be constructed in accordance with the thickness
16 requirements in the Plans and Specifications.Tolerances allowed for Subgrade
17 construction and other provisions, which may affect thickness, shall not be construed to
18 modify such thickness requirements.
19
20 Thickness measurements in each lane paved shall comply with the following:
21
Thickness Testing of Cement Concrete Pavement
Thickness Lot Size 15 panels maximum
Engineer will select testing locations in
Thickness test location determined by accordance with WSDOT TM 716 method B.
Sample method AASHTO T 359
Sample preparation performed by Contractor provides,places, and secures disks
in the presence of the Engineer'
Measurement method AASHTO T 359
Thickness measurement performed by Contractor, in the presence of the En ineer2
'Reflectors shall be located at within 0.5 feet of the center of the panel. The Contractor shall
supply a sufficient number of 300 mm-diameter round reflectors meeting the requirements of
AASHTO T 359 to accomplish the required testin .
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
z materials needed to perform the testing.
The Contractor shall provide all equipment and
1
2 Thickness measurements shall be rounded to the nearest 0.01 foot.
3
4 Each thickness test location where the pavement thickness is deficient by more than
5 0.04 foot, shall be subject to price reduction or corrective action as shown in Table 2.
6
Table 2
Thickness Deficient
0.04'<Thickness Deficient <_0.06' 10
0.06'<Thickness deficient <_0.08' 25
Remove and replace the panels or the panels
Thickness deficiency>0.08' may be accepted with no payment at the
discretion of the Engineer.
8 The price reduction shall be computed by multiplying the percent price reduction in
9 Table 2 by the unit Contract price by the volume of pavement represented by the
10 thickness test lot.
11
12 Additional cores may be taken by the Contractor to determine the limits of an area that
13 has a thickness deficiency greater than 0.04 feet. Cores shall be taken at the
14 approximate center of the panel. Only the panels within the limits of the deficiency area
15 as determined by the cores will be subject to a price reduction or corrective action. The
16 cores shall be taken in the presence of the Engineer and delivered to the Engineer for
17 measurement. All costs for the additional cores including filling the core holes with
18 patching material meeting the requirements of Section 9-20 will be the responsibility of
19 the Contractor.
20
21 5-05.5(1)A Thickness Deficiency of 0.05 Foot or Less
22 This section, including title, is revised to read:
23
24 5-05.5(1)A Vacant
25
26 5-05.5(1)B Thickness Deficiency of More Than 0.05 Foot
27 This section, including title, is revised to read:
28
29 5-05.5(1)6 Vacant
30
31 6-01.AP6
32 Section 6-01, General Requirements for Structures
33 January 7, 2019
34 This section is supplemented with the following new subsections:
35
36 6-01.16 Repair of Defective Work
37 6-01.16(1) General
38 When using repair procedures that are described elsewhere in the Contract
39 Documents, the Working Drawing submittal requirements of this Section shall not
40 apply to those repairs unless noted otherwise.
41
42 Repair procedures for defective Work shall be submitted as Type 2 Working
43 Drawings. Type 2E Working Drawings shall be submitted when required by the
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 Engineer. As an alternative to submitting Type 2 or 2E Working Drawings, defective
9 Work within the limits of applicability of a pre-approved repair procedure may be
3 repaired using that procedure. Repairs using a pre-approved repair procedure shall
4 be submitted as a Type 1 Working Drawing.
5
6 Pre-approved repair procedures shall consist of the following:
7
8 1 he procedures listed in Section 6-01.16(2)
9
10 For precast concrete, repair procedures in the annual plant approval
11 process documents that have been approved for use by the Contracting
12 Agency.
13
14 All Working Drawings for repair procedures shall include:
15
16 A description of the defective Work including location, extent and pictures
17
18 • Materials to be used in the repair. Repairs using manufactured products
19 shall include written manufacturer recommendations for intended uses of
20 the product, surface preparation, mixing, aggregate extension (if
21 applicable), ambient and surface temperature limits, placement methods,
22 finishing and curing.
23
24 Construction procedures
25
26 • Plan details of the area to be repaired
27
28 Calculations for Type 2E Working Drawings
29
30 Material manufacturer's instructions and recommendations shall supersede any
31 conflicting requirements in pre-approved repair procedures.
'i7
33 The Engineer shall be notified prior to performing any repair procedure and shall be
34 given an opportunity to inspect the repair work being performed.
35
36 6-01.16(2) Pre-Approved Repair Procedures
37 6-01.16(2)A Concrete Spalls and Poor Consolidation (Rock Pockets,
38 Honeycombs, Voids, etc.)
39 This repair shall be limited to the following areas:
40
41 Areas that are not on top Roadway surfaces (with or without an
42 overlay) including but not limited to concrete bridge decks, bridge
43 approach slabs or cement concrete pavement
44
45 Areas that are not underwater
"6
47 • Areas that are not on precast barrier, except for the bottom 4 inches
48 (but not to exceed 1 inch above blockouts)
49
50 Areas that do not affect structural adequacy as determined by the
51 Engineer.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
I The repair procedure is as follows:
2
3 1. Remove all loose and unsound concrete. Impact breakers shall not
4 exceed 15 pounds in weight when removing concrete adjacent to
5 reinforcement or other embedments and shall not exceed 30 pounds
6 in weight otherwise. Operate impact breakers at angles less than 45
7 degrees as measured from the surface of the concrete to the tool and
8 moving away from the edge of the defective Work. Concrete shall be
9 completely removed from exposed surfaces of existing steel
10 reinforcing bars. If half or more of the circumference of any steel
11 reinforcing bar is exposed, if the reinforcing bar is loose or if the bond
12 to existing concrete is poor then concrete shall be removed at least 3/
13 inch behind the reinforcing bar. Do not damage any existing
14 reinforcement. Stop work and allow the Engineer to inspect the repair
15 area after removing all loose and unsound concrete. Submit a
16 modified repair procedure when required by the Engineer.
17
18 2. Square the edges of the repair area by cutting an edge perpendicular
19 to the concrete surface around the repair area.The geometry of the
20 repair perimeter shall minimize the edge length and shall be
21 rectangular with perpendicular edges, avoiding reentrant corners. The
22 depth of the cut shall be a minimum of 3/inch, but shall be reduced if
23 necessary to avoid damaging any reinforcement. For repairs on
24 vertical surfaces,the top edge shall slope up toward the front at a 1-
25 vertical-to-3-horizontal slope.
26
27 3. Remove concrete within the repair area to a depth at least matching
28 the cut depth at the edges. Large variations in the depth of removal
29 within short distances shall be avoided. Roughen the concrete
30 surface. The concrete surface should be roughened to at least
31 Concrete Surface Profile (CSP) 5 in accordance with ICRI Guideline
32 No. 310.2R, unless a different CSP is recommended by the patching
33 material manufacturer.
34
35 4. Inspect the concrete repair surface for delaminations, debonding,
36 microcracking and voids using hammer tapping or a chain drag.
37 Remove any additional loose or unsound concrete in accordance with
38 steps 1 through 3.
39
40 5. Select a patching material in accordance with Section 9-20.2 that is
41 appropriate for the repair location and thickness. The concrete
42 patching material shall be pumpable or self-consolidating as required
43 for the type of placement that suits the repair.The patching material
44 shall have a minimum compressive strength at least equal to the
45 specified compressive strength of the concrete.
46
47 6. Prepare the concrete surface and reinforcing steel in accordance with
48 the patching material manufacturer's recommendations. At a
49 minimum, clean the concrete surfaces(including perimeter edges)
50 and reinforcing steel using oil-free abrasive blasting or high-pressure
51 (minimum 5,000 psi)water blasting. All dirt, dust, loose particles, rust,
52 laitance, oil, film, microcracked/bruised concrete or foreign material of
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 any sort shall be removed. Damage to the epoxy coating on steel
2 reinforcing bars shall be repaired in accordance with Section 6-
3 02.3(24)H.
4
5 7. Construct forms if necessary, such as for patching vertical or
6 overhead surfaces or where patching extends to the edge or corner
7 of a placement.
8
9 8. When recommended by the patching material manufacturer, saturate
10 the concrete in the repair area and remove any free water at the
11 concrete surface to obtain a saturated surface dry(SSD)substrate.
12 When recommended by the patching material manufacturer, apply a
13 primer, scrub coat or bonding agent to the existing surfaces. Epoxy
14 bonding agents, if used, shall be Type I I or Type V in accordance with
15 Section 9-26.1.
16
17 9. Place and consolidate the patching material in accordance with the
18 manufacturer's recommendations.Work the material firmly into all
19 surfaces of the repair area with sufficient pressure to achieve proper
20 bond to the concrete.
21
22 1-0. The patching material shall be textured, cured and finished in
23 accordance with the patching material manufacturer's
24 recommendations and/or the requirements for the repaired
25 component. Protect the newly placed patch from vibration in
26 accordance with Section 6-02.3(6)D.
27
28 11. When the completed repair does not match the existing concrete
29 color and will be visible to the public, a sand and cement mixture that
30 is color matched to the existing concrete shall be rubbed, brushed, or
31 applied to the surface of the patching material and the concrete.
32
33 6-01.10 Utilities Supported by or Attached to Bridges
34 In the third paragraph, "Federal Standard 595" is revised to read "SAE AMS Standard 595".
35
36 6-01.12 Final Cleanup
37 The second sentence of the first paragraph is revised to read:
38
39 Structure decks shall be clean.
40
41 The second paragraph is deleted.
42
43 6-02.AP6
44 Section 6-02, Concrete Structures
45 April 1, 2019
46 6-02.1 Description
47 The first sentence is revised to read:
48
49 This Work consists of the construction of all Structures(and their parts) made of
50 portland cement or blended hydraulic cement concrete with or without reinforcement,
51 including bridge approach slabs.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411/19
1
2 6-02.2 Materials
3 In the first paragraph, the references to "Portland Cement"and "Aggregates for Portland
4 Cement Concrete"are revised to read:
5
6 Cement 9-01
7 Aggregates for Concrete 9-03.1
8
9 The reference to metakaolin is deleted.
10
11 6-02.3(2) Proportioning Materials
12 The second paragraph is revised to read:
13
14 Unless otherwise specified, the Contractor shall use Type I or II portland cement or
15 blended hydraulic cement in all concrete as defined in Section 9-01.2(1).
16
17 The last sentence of the fifth paragraph is revised to read:
18
19 With the Engineer's written concurrence, microsilica fume may be used in all
20 classifications of Class 4000, Class 3000, and commercial concrete and is limited to a
21 maximum of 10 percent of the cementitious material.
22
23 6-02.3(2)A Contractor Mix Design
24 The last sentence of the last paragraph is revised to read:
25
26 For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of
27 7.5 percent for all concrete placed above the finished ground line unless noted
28 otherwise.
29
30 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D
31 Item number 5 of the first paragraph is deleted.
32
33 Item number 6 of the first paragraph (after the preceding Amendment is applied) is
34 renumbered to 5.
35
36 6-02.3(2)B Commercial Concrete
37 The second paragraph is revised-to read:
38
39 Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging
40 culverts, concrete pipe collars, pipe anchors, monument cases, Type PPB, PS, I, FB
41 and RM signal standards, pedestals, cabinet bases, guardrail anchors,fence post
42 footings, sidewalks, concrete curbs, curbs and gutters, and gutters, the Contractor may
43 use commercial concrete. If commercial concrete is used for sidewalks, concrete curbs,
44 curbs and gutters, and gutters, it shall have a minimum cementitious material content of
45 564 pounds per cubic yard of concrete, shall be air entrained, and the tolerances of
46 Section 6-02.3(5)C shall apply.
47
48 6-02.3(4) Ready-Mix Concrete
49 The first sentence of the first paragraph is revised to read:
50
51 All doncrete, except lean concrete, shall be batched in a prequalified manual, semi-
52 automatic, or automatic plant as described in Section 6-02.3(4)A.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1
2 6-02.3(4)D Temperature and Time For Placement
3 The following is inserted after the first sentence of the first paragraph:
4
5 The upper temperature limit for placement for Class 4000D concrete may be increased
6 to a maximum of, 80OF if allowed by the Engineer.
7
8 6-02.3(5)C Conformance to Mix Design
9 Item number 1 of the second paragraph is revised to read:
10
11 1. Cement weight plus 5 percent or minus 1 percent of that specified in the
12 mix design.
13
14 6-02.3(6)A1 Hot Weather Protection
15 The first paragraph is revised to read:
15
17 The Contractor shall provide concrete within the specified temperature limits. Cooling of
13 the coarse aggregate piles by sprinkling with water is permitted provided the moisture
19 content is monitored, the mixing water is adjusted for the free water in the aggregate
20 and the coarse aggregate is removed from at least 1 foot above the bottom of the pile.
21 Sprinkling of fine aggregate piles with water is not allowed. Refrigerating mixing water or
22 replacing all or part of the mixing water with crushed ice Is permitted, provided the ice is
23 completely melted by placing time.
24
25 The second sentence of the second paragraph is revised to read:
26
27 These surfaces include forms, reinforcing steel, steel beam flanges, and any others that
28 touch the concrete.
29
30 6-02.3(7) Vacant
31 This section, including title, is revised to read:
32
33 6-02.3(7) Tolerances
34 Unless noted otherwise, concrete construction tolerances shall be in accordance with
35 this section. Tolerances in this section do not apply to cement concrete pavement.
36
37 Horizontal deviation of roadway crown points, cross-slope break points, and curb,
38 barrier or railing edges from alignment or work line: ±1.0 inch
39 r
40 Deviation from plane: ±0.5 inch in 10 feet
41
42 Deviation from plane for roadway surfaces: ±0.25 inch in 10 feet
43
44 Deviation from plumb or specified batter: ±0.5 inch in 10 feet, but not to exceed a total
45 of±1.5 inches
46
47 Vertical deviation from profile grade for roadway surfaces: ±1 inch
48
49 Vertical deviation of top surfaces(except roadway surfaces): ±0.75 inch
50
51 Thickness of bridge decks and other structural slabs not at grade: ±0.25 inch
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 Length,width and thickness of elements such as columns, beams, crossbeams,
2 diaphragms, corbels, piers, abutments and walls, including dimensions to construction
3 joints in initial placements: +0.5 inch, -0.25 inch
4
5 Length,width and thickness of spread footing foundations: +2 inches, -0.5 inch
6
7 Horizontal location of the as-placed edge of spread footing foundations: The greater of
8 ±2% of the horizontal dimension of the foundation perpendicular to the edge and ±0.5
9 inch. However, the tolerance shall not exceed±2 inches.
10
11 Location of opening, insert or embedded item at concrete surface: ±0.5 inch
19
13 Cross-sectional dimensions of opening: ±0.5 inch
14
15 Bridge deck, bridge approach slab, and bridge traffic barrier expansion joint gaps with a
16 specified temperature range, measured at a stable temperature: ±0.25 inch
17
18 Horizontal deviation of centerline of bearing pad, oak block or other bearing assembly:
19 ±0.125 inch
20
21 Horizontal deviation of centerline of supported element from centerline of bearing pad,
22 oak block or other bearing assembly±0.25 inch
23
24 Vertical deviation of top of bearing pad, oak block or other bearing assembly: ±0.125
25 inch
26
27 6-02.3(10)C Finishing Equipment
28 The first paragraph is revised to read:
29
30 The finishing machine shall be self-propelled and be capable of forward and reverse
31 movement under positive control.The finishing machine shall be equipped with augers
32 and a rotating cylindrical single or double drum screed. The finishing machine shall
33 have the necessary adjustments to produce the required cross section, line, and grade.
34 The finishing machine shall be capable of raising the screeds, augers, and any other
35 parts of the finishing mechanical operation to clear the screeded surface, and returning
36 to the specified grade under positive control. Unless otherwise allowed by the Engineer,
37 a finishing machine manufacturer technical representative shall be on site to assist the
38 first use of the machine on the Contract.
39
40 The first sentence of the second paragraph is revised to read:
41
42 For bridge deck widening of 20 feet or less, and for bridge approach slabs, or where
43 jobsite conditions do not allow the use of the conventional configuration finishing
44 machines, or modified conventional machines as described above; the Contractor may
45 submit a Type 2 Working Drawing proposing the use of a hand-operated motorized
46 power screed such as a "Texas"or"Bunyan" screed.
47
48 6-02.3(10)D4 Monitoring Bridge Deck Concrete Temperature After Placement
49 This section, including title, is revised to read:
50
51 6-02.3(10)D4 Vacant
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing
2 In the third subparagraph of the first paragraph, the last sentence is revised to read:
3
4 The Contractor shall texture the bridge deck surface to within 3-inches minimum and
5 24-inches maximum of the edge of concrete at expansion joints, within 1-foot minimum
6 and 2-feet maximum of the curb line, and within 3-inches minimum and 9-inches
7 maximum of the perimeter of bridge drain assemblies.
8
9 6-02.3(10)F Bridge Approach Slab Orientation and Anchors
10 The second to last paragraph is revised to read:
11
12 The compression seal shall be a 2'/2 inch wide gland and shall conform to Section 9-
13 04.1(4).
14
15 The last paragraph is deleted.
16
17 6-02.3(13)A Strip Seal Expansion Joint System
18 In item number 3 of the third paragraph, "Federal Standard 595" is revised to read "SAE
19 AMS Standard 595".
20
21 6-02.3(13)B Compression Seal Expansion Joint System
22 The first paragraph is revised to read:
23
24 Compression seal glands shall conform to Section 9-04.1(4)and be sized as shown in
25 the Pians.
26
27 6-02.3(14)C Pigmented Sealer for Concrete Surfaces
28 This section is supplemented with the following new paragraph:
29
30 Pigmented Sealer Materials shall be a product listed in the current WSDOT Qualified
31 Products List(QPL). If the pigmented sealer material is not listed in the current WSDOT
32 QPL, a sample shall be submitted to the State Materials Laboratory in Tumwater for
33 evaluation and acceptance in accordance with Section 9-08.3.
34
35 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings
36 The second,third and fourth paragraphs are revised to read:
37
38 Grout shall be a workable mix with a viscosity that is suitable for the intended
39 application. Grout shall not be placed outside of the manufacturer recommended range
40 of thickness. The Contractor shall receive concurrence from the Engineer before using
41 the grout.
42
43 Field grout cubes and cylinders shall be fabricated and tested in accordance with
44 Section 9-20.3 when requested by the Engineer, but not less than once per bridge pier
45 or once per day.
46
47 Before placing grout,the substrate on which it is to be placed shall be prepared as
48 recommended by the manufacturer to ensure proper bonding.The grout shall be cured
49 as recommended by the manufacturer. The grout may be loaded when a minimum of
50 4,000 psi compressive strength is attained.
51
52 The fifth paragraph is deleted.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1
2 6-02.3(23) Opening to Traffic
3 This section is supplemented with the following new paragraph:
4
5 After curing bridge approach slabs in accordance with Section 6-02.3(11), the
6 bridge approach slabs may be opened to traffic when a minimum compressive strength
7 of 2,500 psi is achieved.
S
9 6-02.3(24)C Placing and Fastening
10 This section is revised to read:
11
12 The Contractor shall position reinforcing steel as the Plans require and shall ensure that
13 the steel is set within specified tolerances. Adjustments to reinforcing details outside of
14 specified tolerances to avoid interferences and for other purposes are acceptable when
15 approved by the Engineer.
16
17 When spacing between bars is 1 foot or more,they shall be tied at all intersections.
18 -When spacing is less than 1 foot, every other intersection shall be tied. If the Plans
19 require bundled bars, they shall be tied together with wires at least every 6 feet. All
20 epoxy-coated bars in the top mat of the bridge deck shall be tied at all intersections,
21 however they may be tied at alternate intersections when spacing is less than 1 foot in
22 each direction and they are supported by continuous supports meeting all other
23 requirements of supports for epoxy-coated bars. Other epoxy-coated bars shall also be
24 tied at all intersections, but shall be tied at alternate intersections when spacing is less
25 than 1 foot in each direction.Wire used for tying epoxy-coated reinforcing steel shall be
26 plastic coated. Tack welding is not permitted on reinforcing steel.
27
28 Abrupt bends in the steel are permitted only when one steel member bends around
29 another. Vertical stirrups shall pass around main reinforcement or be firmly attached to
30 it.
31
32 For slip-formed concrete,the reinforcing steel bars shall be tied at all intersections and
33 cross braced to keep the cage from moving during concrete placement. Cross bracing
34 shall be with additional reinforcing steel. Cross bracing shall be placed both
35 longitudinally and transversely.
36
37 After reinforcing steel bars are placed in a traffic or pedestrian barrier and prior to slip-
38 form concrete placement, the Contractor shall check clearances and reinforcing steel
39 bar placement. This check shall be accomplished by using a template or by operating
40 the slip-form machine over the entire length of the traffic or pedestrian barrier. All
41 clearance and reinforcing steel bar placement deficiencies shall be corrected by the
42 Contractor before slip-form concrete placement.
43
44 Precast concrete supports (or other accepted devices)shall be used to maintain the
45 concrete coverage required by the Plans. The precast concrete supports shall:
46
47 1. Have a bearing surface measuring not greater than 2 inches in either dimension,
48 and
49
50 2. Have a compressive strength equal to or greater than that of the concrete in which
51 they are embedded.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1119
1 In slabs, each precast concrete support shall have either: (1)a grooved top that will hold
2 the reinforcing bar in place, or(2)an embedded wire that protrudes and is tied to the
3 reinforcing steel. If this wire is used around epoxy-coated bars, it shall be coated with
�4 plastic.
5
6 Precast concrete supports may be accepted based on a Manufacturer's Certificate of
7 Compliance.
8
9 In lieu of precast concrete supports,the Contractor may use metal or all-plastic supports
14 to hold uncoated bars. Any surface of a metal support that will not be covered by at
11 least'/ inch of concrete shall be one of the following:
12
13 1. Hot-dip galvanized after fabrication in keeping with AASHTO M232 Class D;
14
15 2. Coated with plastic firmly bonded to the metal.This plastic shall be at least
16 332 inch thick where it touches the form and shall not react chemically with the
17 concrete when tested in the State Materials Laboratory.The plastic shall not
18 shatter or crack at or above -5°F and shall not deform enough to expose the
19 metal at or below 200°F; or
20
21 3. Stainless steel that meet the requirements of ASTM A493, Type 302. Stainless
22 steelehaiF supports are-not Fequifed to begalvani-zed=oF plastic coated
23
24 In lieu of precast concrete supports, epoxy-coated reinforcing bars may be supported by
25 one of the following:
26
27 1 Metal supports coated entirely with a dielectric material such as epoxy or
28 plastic,
29
30 2. Other epoxy-coated reinforcing bars, or
31
32 3. All-plastic supports.
33
34 Damaged coatings on metal bar supports shall be repaired prior to placing concrete.
35
36 All-plastic supports shall be lightweight, non-porous, and chemically inert in concrete.
37 Ail-plastic supports shall have rounded seatings, shall not deform under load during
38 normal temperatures, and shall not shatter or crack under impact loading in cold
39 weather.All-plastic supports shall be placed at spacings greater than 1 foot along the
40 bar and shall have at least 25 percent of their gross place area perforated to
41 compensate for the difference in the coefficient of thermal expansion between plastic
42 and concrete.The shape and configuration of all-plastic supports shall permit complete
43 concrete consolidation in and around the support.
44
45 A"mat' is two adjacent and perpendicular layers of reinforcing steel. In bridge decks,
46 top and bottom mats shall be supported adequately enough to hold both in their proper
47 positions. If bar supports directly support, or are directly supported on No. 4 bars, they
48 shall be spaced at not more than 3-foot intervals(or not more than 4-foot intervals for
49 bars No. 5 and larger).Wire ties to girder stirrups shall not be considered as supports.
50 To provide a rigid mat,the Contractor shall add other supports and tie wires to the top
51 mat as needed.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
I Unless noted otherwise, the minimum concrete cover for main reinforcing bars shall be:
2
3 3 inches to a concrete surface deposited against earth without intervening forms.
4
5 2'/z inches to the top surface of a concrete bridge deck or bridge approach slab.
6
7 2 inches to a concrete surface when not specified otherwise in this section or in the
8 Contract documents.
9
10 1'/z inches to a concrete barrier or curb surface.
11
12 Except for top cover in bridge decks and bridge approach slabs, minimum concrete
13 cover to ties and stirrups may be reduced by'/z inch but shall not be less than 1 inch,
14 Minimum concrete cover shall also be provided to the outermost part of mechanical
15 splices and headed steel reinforcing bars.
16
17 Reinforcing steel bar location, concrete cover and clearance shall not vary more than
18 the following tolerances from what is specified in the Contract documents:
19
20 Reinforcing bar location for members 12 inches or less in thickness:±0.25 inch
21
22 Reinforcing bar location for members greater than 12 inches in thickness: ±0.375
23 inch
24
25 Reinforcing bar location for bars placed at equal spacing within a plane:the greater
26 of either±1 inch or±1 bar diameter within the plane.The total number of bars shall
27 not be fewer than that specified.
28
29 The clearance between reinforcement shall not be less than the greater of the bar
30 diameter or 1 inch for unbundled bars. For bundled bars, the clearance between
31 bundles shall not be less than the greater of 1 inch or a bar diameter derived from
32 the equivalent total area of all bars in the bundle.
33
34 Longitudinal location of bends and ends of bars:±1 inch
35
36 Embedded length of bars and length of bar lap splices:
37
38 No. 3 through No. 11: -1 inch
39
40 No. 14 through No. 18: -2 inches
41
42 Concrete cover measured perpendicular to concrete surface(except for the top
43 surface of bridge decks, bridge approach slabs and other roadway surfaces): ±0.25
44 inch
45
46 Concrete cover measured perpendicular to concrete surface for the top surface of
47 bridge decks, bridge approach slabs and other roadway surfaces: +0.25 inch, -0
48 inch
49
50 Before placing any concrete, the Contractor shall:
51
52 1. Clean all mortar from reinforcement, and
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
'I
2 2. Obtain the Engineer's permission to place concrete after the Engineer has
3 inspected the placement of the reinforcing steel. (Any concrete placed without
4 the Engineer's permission shall be rejected and removed.)
5
0 6-02.3(25)H Finishing
7 The last paragraph is revised to read:
8
9 The Contractor may repair defects in prestressed concrete girders in accordance with
10 Section 6-01.16.
11
12 6-02.3(25)1 Fabrication Tolerances
13 Item number 12 of the first paragraph is revised to read:
14
15 12. Stirrup Projection from Top of Girder:
16
17 Wide flange thin deck and slab girders: ±'/2 inch
48 14
19 All other girders: ±3/ inch
20
21 6-02.3(27) Concrete for Precast Units
22 The last sentence of the first paragraph is revised to read:
23
24 Type I I I portland cement or blended hydraulic cement is permitted to be used in precast
25 concrete units.
26
27 6-02.3(28)B Casting
28 In the second paragraph,the reference to Section 6-02.3(25)B is revised to read Section 6-
29 02.3(25)C.
30
31 6-02.3(28)D Contractors Control Strength
32 In the first paragraph, "WSDOT FOP for AASHTO T 23" is revised to read "FOP for AASHTO
33 T 23".
34
35 6-02.3(28)E Finishing
36 This section is supplemented with the following:
37
38 The Contractor may repair defects in precast panels in accordance with Section 6-
39 01.16.
40
41 6-03.AP6
42 Section 6-03, Steel Structures
43 January 7, 2019
4-4 6-03.2 Materials
45 In the first paragraph,the material reference for Paints is revised to read:
46
47 Paints and Related Materials 9-08
48
49 6-03.3(25)A3 Ultrasonic Inspection
50 The first paragraph (up until the colon) is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411!19
1
2 Complete penetration groove welds on plates 5/16 inch and thicker in the following
3 welded assemblies or Structures shall be 100 percent ultrasonically inspected:
4
5 6-03.3(33) Bolted Connections
6 The first paragraph is supplemented with the following:
7
8 After final tightening of the fastener components, the threads of the bolts shall at a
9 minimum be flush with the end of the nut.
10
11 The following is inserted after the third sentence of the fourth paragraph:
12
13 When galvanized bolts are specified, tension-control galvanized bolts are not permitted.
14
15 6-05.AP6
16 Section 6-05, Piling
17 January 2, 2018
18 6-05.3(9)A Pile Driving Equipment Approval
19 The fourth sentence of the second paragraph is revised to read:
20
21 For prestressed concrete piles, the allowable driving stress in kips per square inch shall
22 be 0.095- f', plus prestress in tension, and 0.85f c minus prestress in compression,
23 where f, is the concrete compressive strength in kips per square inch.
24
25 6-07.AP6
26 Section 6-07, Painting
27 January 7, 2019
28 6-07.1 Description
29 The first sentence is revised to read:
30
31 This work consists of containment, surface preparation, shielding adjacent areas from
32 work, testing and disposing of debris,furnishing and applying paint, and cleaning up
33 after painting is completed.
34
35 6-07.2 Materials
36 The material reference for Paint is revised to read:
37
38 Paint and Related Materials 9-08
39
40 6-07.3(1)A Work Force Qualifications for Shop Application of Paint
41 This section is supplemented with the following new sentence:
42
43 The work force may be accepted based on the approved facility.
44
45 6-07.3(1)B Work Force Qualifications for Field Application of Paint
46 The first two paragraphs are revised to read:
47
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 The Contractor preparing the surface and applying the paint shall be certified under
2 SSPC-QP 1 or NACE International Institute Contractor Accreditation Program (NIICAP)
3 AS 1.
4
5 The Contractor removing and otherwise disturbing existing paint containing lead and
6 other hazardous materials shall be certified under SSPC-QP,2, Category A or NIICAP
7 AS 2.
8
9 The third paragraph (up until the colon) is revised to read:
10
11 In lieu of the above SSPC or NIICAP certifications, the Contractor performing the
12 specified work shall complete both of the following actions:
13
14 Item number 2 of the third paragraph is revised to read:
15
16 2. The Contractor's quality control inspector(s)for the project shall be NACE-certified
17 CIP Level 3 or SSPC Protective Coating inspector(PCI) Level 3.
18
19 6-07.3(2) Submittals
20 The first paragraph is supplemented with the following:
21
22 Each component of the plan shall identify the specification section it represents.
23
24 6-07.3(2)B Contractor's Quality Control Program Submittal Component
25 The numbered list in the first paragraph is revised to read:
26
27 1. Description of the inspection procedures, tools,techniques and the acceptance
28 criteria for all phases of work.
29
30 2. Procedure for implementation of corrective action for non-conformance work.
31
32 3. The Jail It syste I 1 i i ianufactur ei s recommended i fended i i Teti iods Of, preventing defelct P.
33
34 4. The Contractor's frequency of quality control inspection for each phase of work.
35
36 5. Example of each completed form(s) of the daily quality control report used to
37 document the inspection work and tests performed by the Contractor's quality
38 control personnel.
39
40 6-07.3(2)C Paint System Manufacturer and Paint System Information Submittal
41 Component
42 Item number 1 is revised to read:
44 1. Product data sheets and Safety Data Sheets(SDS) on the paint materials, paint
45 preparation, and paint application, as specified by the paint manufacturer,
46 including:
47
48 a. All application instructions, including the mixing and thinning directions.
49
50 b. Recommended spray nozzles and pressures.
51
52 c. Minimum and maximum drying time between coats.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1
2 d. Restrictions on temperature and humidity.
3
4 e. Repair procedures for shop and field applied coatings.
5
6 f. Maximum dry film thickness for each coat.
7
8 g. Minimum wet film thickness for each coat to achieve the specified minimum
9 dry film thickness.
10
11 6-07.3(2)D Hazardous Waste Containment, Collection, Testing, and Disposal
12 Submittal Component
13 The first paragraph (up until the colon) is revised to read:
14
15 The hazardous waste containment, collection, testing, and disposal shall meet all
16 Federal and State requirements, and the submittal component of the painting plan shall
17 include the following:
18
19 6-07.3(2)E Cleaning and Surface Preparation Submittal Component
20 Item 1(b)of the first paragraph is revised to read::
21
22 b. Type, manufacturer, and brand of abrasive blast material and all associated
23 additives, including Safety Data Sheets(SDS).
24
25 6-07.3(3)6 Quality Control and Quality Assurance for Field Application of Paint
26 The last sentence of the first paragraph (excluding the numbered list) is revised to read:
27
28 The Contractor's quality control operations shall include a minimum monitoring and
29 documenting the following for each working day:
30
31 Item number 1 in the fourth paragraph is revised to read!
32
33 1. Environmental conditions for painting in accordance with ASTM E 337.
34
35 Item number 4 in the fourth paragraph is revised to read
36
37 4. Pictorial of surface preparation guides in accordance with SSPC-VIS 1, 3, 4, and 5.
38
39 Item number 5 in the fourth paragraph is revised to read:
40
41 5. Surface profile by Keanne-Tator comparator in accordance with ASTM D 4417 and
42 SSPC PA17.
43
44 6-07.3(4) Paint System Manufacturer's Technical Representative
45 This section is revised to read:
46
47 The paint system manufacturer's representative shall be present at the jobsite for the
48 pre-painting conference and for the first day of paint application, and shall be available
49 to the Contractor and Contracting Agency for consultation for the full project duration.
50
51 6-07.3(5) Pre-Painting Conference
52 The second paragraph is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4!1119
2 If the Contractor's key personnel change between any work operations, an additional
3 conference shall be held if requested by the Engineer.
4
Y
5 6-07.3(6)A Paint Containers
6 In item number 2 of the first paragraph, "Federal Standard 595" is revised to read "SAE AMS
7 Standard 595".
8
9 6-07.3(6)B Paint Storage
10 Item number 2 of the second paragraph is revised to read:
11
12 2. The Contractor shall monitor and document daily the paint material storage facility
13 with a high-low recording thermometer device.
14
15 6-07.3(7) Paint Sampling and Testing
16 The first two paragraphs are revised to read:
17
18 The Contractor shall provide the Engineer 1 quart of each paint representing each lot.
19 Samples shall be accompanied with a Safety Data Sheet.
20
21 If the quantity of paint required for each component of the paint system for the entire
22 project is 20 gallons or less,then the paint system components will be accepted as
23 specified in Section 9-08.1(7).
24
25 6-07.3(8)A Paint Film Thickness Measurement Gages
26 The first paragraph is revised to read:
27
28 Paint dry film thickness measurements shall be performed with either a Type 1 pull-off
29 gage or a Type 2 electronic gage as specified in SSPC Paint Application Specification
30 No. 2, Procedure for Determining Conformance to Dry Coating Thickness
31 Requirements.
32
33 6-07.3(9) Painting New Steel Structures
34 The last sentence of the second paragraph is revised to read:
n�
vv
36 Welded shear connectors are not required to painted.
37
38 The last paragraph is revised to read:
39
40 Temporary attachments or supports for scaffolding, containment or forms shall not
41 damage the paint system.
42
43 6-07.3(9)A Paint System
44 The first paragraph is revised to read:
45
46 The paint system applied to new steel surfaces shall consist of the following:
47
48 Option 1 (component based paint system):
49
50 Primer Coat—Inorganic Zinc Rich 9-08.1(2)C
51 Intermediate Coat—Moisture Cured Polyurethane 9-08.1(2)G
52 Intermediate Stripe Coat— Moisture Cured Polyurethane 9-08.1(2)G
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
I Top Coat—Moisture Cured Polyurethane 9-08.1(2)H
2
3 Option 2(performance based paint system):
4
5 Primer Coat—Inorganic Zinc Rich 9-08.1(2)M
6 Intermediate Coat— Epoxy 9-08.1(2)M
7 Intermediate Stripe Coat— Epoxy 9-08.1(2)M
8 Top Coat—Polyurethane 9-08.1(2)M
9
10 The following new paragraph is inserted after the first paragraph:
11
12 Paints and related materials shall be products listed in the current WSDOT Qualified
13 Products List(QPL). Component based paint systems shall be listed on the QPL in the
14 applicable sections of Section 9-08. Performance based systems shall be listed on the
15 current Northeast Protective Coatings Committee(NEPCOAT)Qualified Products List
16 "A" as listed on the WSDOT QPL in Section 9-08.1(2)M. If the paint and related
17 materials for the component based system is not listed in the current WSDOT QPL, a
18 sample shall be submitted to the State Materials Laboratory in Tumwater for evaluation
19 and acceptance in accordance with Section 9-08.
20
21 6-07.3(9)C Mixing and Thinning Paint
22 This section is revised to read:
23
24 The Contractor shall thoroughly mix paint in accordance with the manufacturer's written
25 recommendations and by mechanical means to ensure a uniform and lump free
25 composition. Paint shall not be mixed by means of air stream bubbling or boxing. Paint
27 shall be mixed in the original containers and mixing shall continue until all pigment or
28 metallic powder is in suspension. Care shall be taken to ensure that the solid material
29 that has settled to the bottom of the container is thoroughly dispersed. After mixing,the
30 Contractor shall inspect the paint for uniformity and to ensure that no unmixed pigment
31 or lumps are present.
32
33 Catalysts, curing agents, hardeners, initiators, or dry metallic powders that are
34 packaged separately may be added to the base paint in accordance with the paint
35 manufacturer's written recommendations and only after the paint is thoroughly mixed to
36 achieve a uniform mixture with all particles wetted.The Contractor shall then add the
37 proper volume of curing agent to the correct volume of base and mix thoroughly.The
38 mixture shall be used within the pot life specified by the manufacturer. Unused portions
39 shall be discarded at the end of each work day.Accelerants are not permitted except as
40 allowed by the Engineer.
41
42 The Contractor shall not add additional thinner at the application site except as allowed
43 by the Engineer.The amount and type of thinner, if allowed, shall conform to the
44 manufacturer's specifications. If recommended by the manufacturer and allowed by the
45 Engineer, a measuring cup shall be used for the addition of thinner to any paint with
46 graduations in ounces. No un-measured addition of thinner to paint will be allowed. Any
47 paint found to be thinned by unacceptable methods will be rejected.
48
49 When recommended by the manufacturer,the Contractor shall constantly agitate paint
50 during application by use of paint pots equipped with mechanical agitators.
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 The Contractor shall strain all paint after mixing to remove undesirable matter, but
2 without removing the pigment or metallic powder.
3
4 Paint shall be stored and mixed in a secure, contained location to eliminate the potential
5 for spills into State waters and onto the ground and highway surfaces.
6
7 6-07.3(9)D Coating Thickness
8 This section is revised to read:
9
10 Dry film thickness shall be measured in accordance with SSPC Paint Application
11 Specification No. 2, Procedure for Determining Conformance to Dry Coating Thickness
12 Requirements.
13
14 The minimum dry film thickness of the primer coat shall not be less than 2.5 mils.
15
16 The minimum dry film thickness of each coat(combination of intermediate and
17 intermediate stripe, and top)shall be not less than 3.0 mils.
18
19 The dry film thickness of each coat shall not be thicker than the paint manufacturer's
20 recommended maximum thickness.
21
22 The rninimum wet film thickness of each coat shalt be specified by the-paint
23 manufacturer to achieve the minimum dry film thickness.
24
25 Film thickness,wet and dry,will be measured by gages conforming to Section 6-
26 07.3(8)A. .
27
28 Wet measurements will be taken immediately after the paint is applied in accordance
29 with ASTM D4414. Dry measurements will be taken after the coating is dry and hard in
30 accordance with SSPC Paint Application Specification No. 2.
31
32 Each painter shall be equipped with wet film thickness gages and shall be r esponsible
33 for performing frequent checks of the paint film thickness throughout application.
34
35 Coating thickness measurements may be made by the Engineer after the application of
36 each coat and before the application of the succeeding coat. In addition,the Engineer
37 may inspect for uniform and complete coverage and appearance. One hundred percent
38 of all thickness measurements shall meet or exceed the minimum wet film thickness. In
39 areas where wet film thickness measurements are impractical, dry film thickness
40 measurements may be made. If a question arises about an individual coat's thickness
41 or coverage, it may be verified by the use of a Tooke gage in accordance with ASTM
42 D4138.
43
44 If the specified number of coats does not produce a combined dry film thickness of at
45 least the sum of the thicknesses required per coat, if an individual coat does not meet
46 the minimum thickness, or if visual inspection shows incomplete coverage, the coating
47 system will be rejected and the Contractor shall discontinue painting and surface
48 preparation operations and shall submit a Type 2 Working Drawing of the repair
49 proposal.The repair proposal shall include documentation demonstrating the cause of
50 the less-than-minimum thickness, along with physical test results, as necessary, and
51 modifications to Work methods to prevent similar results. The Contractor shall not
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 resume painting or surface preparation operations until receiving the Engineer's
2 acceptance of the completed repair.
3
4 6-07.3(9)E Surface Temperature Requirements Prior to Application of Paint
5 This section, including title, is revised to read:
6
7 6-07.3(9)E Environmental Condition Requirements Prior to Application of Paint
8 Paint shall be applied only during periods when:
9
10 1. Air and steel temperatures are in accordance with the paint manufacturer's
11 recommendations but in no case less than 35°F nor greater than 115°F.
i2
13 2. Steel surface temperature is a minimum of 5°F above the dew point.
14
15 3. Steel surface is not wet.
16
17 4. Relative humidity is within the manufacturer's recommended range.
18
19 5. The anticipated ambient temperature will remain above 35°F or the
20 manufacturer's minimum temperature, whichever is greater, during the paint
21 drying and curing period.
22
23 Application will not be allowed if conditions are not favorable for proper application and
24 performance of the paint.
25
26 Paint shall not be applied when weather conditions are unfavorable to proper curing. If a
27 paint system manufacturer's recommendations allow for application of a paint under
28 environmental conditions other than those specified, the Contractor shall submit a Type
29 2 Working Drawing consisting of a letter from the paint manufacturer specifying the
30 environmental conditions under which the paint can be applied. Application of paint
31 under environmental conditions other than those specified in this section will not be
32 allowed without the Engineer's concurrence.
33
34
35 6-07.3(9)F Shop Surface Cleaning and Preparation
36 The last sentence is revised to read:
37
38 The entire steel surface to be painted, including surfaces specified in Section 6-
39 07.3(9)G to receive a mist coat of primer, shall be cleaned to a near white condition in
40 accordance with SSPC-SP 10, Near-white Metal Blast Cleaning, and shall be in this
41 condition immediately prior to paint application.
42
43 6-07.3(9)G Application of Shop Primer Coat
44 The first paragraph is supplemented with the following:
45
46 Repairs of the shop primer coat shall be prepared in accordance with the painting plan.
47 Shop primer coat repair paint shall be selected from the approved component based or
48 performance based paint system in accordance with Section 6-07.3(10)H.
49
50 6-07.3(9)H Containment for Field Coating
51 This section is revised to read:
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
I The Contractor shall use a containment system in accordance with Section 6-07.3(10)A
2 for surface preparation and prime coating of all uncoated areas remaining, including
bolts, nuts, washers, and splice plates.
4
5 During painting operations of the intermediate, stripe and top coats the Contractor shall
6 furnish, install, and maintain drip tarps below the areas to be painted to contain all
7 spilled paint, buckets, brushes, and other deleterious material, and prevent such
8 materials from reaching the environment below or adjacent to the structure being
9 painted. Drip tarps shall be absorbent material and hung to minimize puddling. The
10 Contractor shall evaluate the project-specific conditions to determine the specific type
11 and extent of containment needed to control the paint emissions and shall submit a
12 containment plan in accordance with Section 6-07.3(2).
13
14 6-07.3(9)1 Application of Field Coatings
15 This section is revised to read:
16
17 An on-site supervisor shall be present for each work shift at the bridge site.
18
19 Upon completion of erection Work, all uncoated or damaged areas remaining, including
20 bolts, nuts, washers, and splice plates, shall be prepared in accordance with Section 6-
21 07.3(9)F,followed by a field primer coat of a zinc-rich primer and final coats of paint
22 selected from the approved component or-performmce-based paint system in
23 accordance with Section 6-07.3(10)H. .The intermediate, intermediate stripe, and top
24 coats shall be applied in accordance with the manufacturer's written recommendations.
25
26 Upon completion of erection Work, welds for steel column jackets may be prepared in
27 accordance with SSPC-SP'15, Commercial Grade Power Tool Cleaning.
28
29 The minimum drying time between coats shall be as shown in the product data sheets,
30 but not less than 12 hours.The Contractor shall determine whether the paint has cured
31 sufficiently for proper application of succeeding coats.
�1)
33 The maximum time between intermediate and top coats shall be in accordance with the
34 manufacturer's written recommendations. If the maximum time between coats is
35 exceeded, all newly coated surfaces shall be prepared to SSPC-SP 7, Brush-off Blast
36 Cleaning, and shall be repainted with the same paint that was cleaned, at no additional
37 cost to the Contracting Agency.
38
39 Each coat shall be applied in a uniform layer, completely covering the preceding coat.
40 The Contractor shall correct runs, sags, skips, or other deficiencies before application of
41 succeeding coats. Such corrective work may require re-cleaning, application of
42 additional paint, or other means as determined by the Engineer, at no additional cost to
43 the Contracting Agency.
44
45 Dry film thickness measurements will be made in accordance with Section 6-07.3(9)D.
46
47 All paint damage that occurs shall be repaired in accordance with the manufacturer's
48 written recommendations. On bare areas or areas of insufficient primer thickness,the
49 repair shall include field-applied zinc-rich primer and the final coats of paint selected
50 from the approved component or performance based paint system in accordance with
51 Section 6-07.3(10)H. On areas where the primer is at least equal to the minimum
52 required dry film thickness, the repair shall include the application of the final two coats
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
of the paint system. All paint repair operations shall be performed by the Contractor at
2 no additional cost or time to the Contracting Agency.
3
4 6-07.3(10)A Containment
5 The first sentence of the third paragraph is revised to read--
6
ead:6
7 Emissions shall be assessed by Visible Emission Observations(Method A) in SSPC
8 Technology Update No. 7, Conducting Ambient Air, Soil, and Water Sampling of
9 Surface Preparation and Paint Disturbance Activities, Section 6.2 and shall be limited to
10 the Level A Acceptance Criteria Option Level 0 Emissions standard.
11
12 6-07.3(10)D Surface Preparation Prior to Overcoat Painting
13 The first paragraph is revised to read:
14
15 The Contractor shall remove any visible oil, grease, and road tar in accordance with
16 SSPC-SP 1, Solvent Cleaning.
17
18 The second paragraph is revised to read:
19
20 Following any preparation by SSPC-SP1, all steel surfaces to be painted shall be
21 prepared in accordance with SSPC-SP 7, Brush-off Blast Cleaning. Surfaces
22 inaccessible to brush-off blast shall be prepared in accordance with SSPC-SP 3, Power
23 Tool Cleaning, as allowed by the Engineer.
24
25 The first sentence of the third paragraph is revised to read:
26
27 Following brush-off blast cleaning, the Contractor shall perform.spot abrasive blast
28 cleaning in accordance with SSPC-SP 6, Commercial Blast Cleaning.
29
30 The second to last sentence of the third paragraph is revised to read:
31
32 For small areas, as allowed by the Engineer, the Contractor may substitute cleaning in
33 accordance with SSPC-SP 15, Commercial Grade Power Tool Cleaning.
34
35 6-07.3(10)G Treatment of Pack and Rust Gaps
36 The second paragraph is revised to read:
37
38 Pack rust forming a gap between steel surfaces Of Y116 to 1/4 inch shall be cleaned to a
39 depth of at least one half of the gap width. The gaps shall be cleaned and prepared in
40 accordance with SSPC-SP6. The cleaned gap shall be treated with rust penetrating
41 sealer, prime coated, and then caulked to form a watertight seal along the top edge and
42 the two sides of the steel pieces involved, using the rust penetrating sealer and caulk as
43 accepted by the Engineer.The bottom edge or lowest edge of the steel pieces involved
44 shall not be caulked.
45
46 The third paragraph is supplemented with the following:
47
48 Caulk shall be a single-component urethane sealant conforming to Section 9-08.7.
49
50 The fifth paragraph is revised to read:
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 At locations where gaps between steel surfaces exceed'/ inch, the Contractor shall
2 clean and prepare the gap in accordance SSPC-SP6, apply the rust penetrating sealer,
3 apply the prime coat, and then fill the gap with foam backer rod material as accepted by
4 the Engineer. The foam backer rod material shall be of sufficient diameter to fill the
5 crevice or gap.The Contractor shall apply caulk over the foam backer rod material to
6 form a watertight seal.
7
8 This section is supplemented with the following new paragraph:
9
10 Caulk and backer rod, if needed, shall be placed prior to applying the top coat. The
11 Contractor,with the concurrence of the Engineer, may apply the rust penetrating sealer
12 after application of the prime coat provided the primer is removed in the areas to be
13 sealed. The areas to be sealed shall be re-cleaned and re-prepared in accordance with
14 SSPC-SP6.
15
16 6-07.3(10)H Paint System
17 The first paragraph is revised to read:
18
19 The paint system applied to existing steel surfaces shall consist of the following five-
20 coat system:
21
22 Option*1 ieornl9onent based-system}:
23
24 Primer Coat—Zinc-filled Moisture Cured Polyurethane 9-08.1(2)F
25 Primer Stripe Coat-Moisture Cured Polyurethane 9-08.1(2)F
26 Intermediate Coat-Moisture Cured Polyurethane 9-08.1(2)G
27 Intermediate Stripe Coat-Moisture Cured Polyurethane 9-08.1(2)G
28 Top Coat- Moisture Cured Polyurethane 9-08.1(2)H
29
30 Option 2(performance based system):
31
32 Primer Coat—Zinc-rich Epoxy 9-08.1(2)N
33 Primer Stripe Coat—Epoxy 9-08.1(2)N
34 Intermediate Coat—Epoxy 9-08.1(2)N
35 Intermediate Stripe Coat—Epoxy 9-08.1(2)N
36 Top Coat—Polyurethane 9-08.1(2)N
37
38 The following new paragraph is inserted after the first paragraph:
39
40 Paints and related materials shall be a product listed in the current WSDOT Qualified
41 Products List(QPL). Component based paint systems shall be listed on the QPL in the
42 applicable sections of Section 9-08. Performance based systems shall be listed on the
43 current Northeast Protective Coatings Committee (NEPCOAT)Qualified Products List
44 "B"as listed on the WSDOT QPL in Section 9-08.1(2)N. If the paint and related material
45 for the component based system is not listed in the current WSDOT QPL, a sample
46 shall be submitted to the State Materials Laboratory in Tumwater for evaluation and
47 acceptance in accordance with Section 9-08.
48
49 6-07.3(10)J Mixing and Thinning Paint
50 This section is revised to read:
51
52 Mixing and thinning paint shall be in accordance with Section 6-07.3(9)C.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1119
1
2 6-07.3(10)K Coating Thickness
3 This section is revised to read:
4
5 Coating thickness shall be in accordance with Section 6-07.3(9)D except the minimum
6 dry film thickness of each coat(combination of primer and primer stripe, combination of
7 intermediate and intermediate stripe, and top) shall not be less than 3.0 mils.
8
9 6-07.3(10)L Environmental Condition Requirements Prior to Application of
10 Paint
11 This section is revised to read:
12
13 Environmental conditions shall be in accordance with Section 6-07.3(9)E.
14
15 6-07.3(10)M Steel Surface Condition Requirements Prior to Application of
16 Paint
17 The third paragraph is revised to read:
18
19 Edges of existing paint shall be feathered in accordance with SSPC-PA 1, Shop, Field,
20 and Maintenance Coating of Metals, Note 15.20.
21
22 6-07.3(10)N Field Coating Application Methods
23 The third sentence is revised to read:
24
25 The Contractor may apply stripe coat paint using spray or brush but shall follow spray
26 application using a brush to ensure complete coverage around structural geometric
27 irregularities and to push the paint into gaps between existing steel surfaces and around
28 rivets and bolts.
29
30 6-07.3(10)0 Applying Field Coatings
31 The second to last paragraph is revised to read:
32
33 Each application of primer, primer stripe, intermediate, intermediate stripe, and top coat
34 shall be considered as separately applied coats. The Contractor shall not use a
35 preceding or subsequent coat to remedy a deficiency in another coat. The Contractor
36 shall apply the top coat to at least the minimum specified top coat thickness,to provide
37 a uniform appearance and consistent finish coverage.
38
39 6-07.3(10)P Field Coating Repair
40 The second sentence is revised to read:
41
42 Repair areas shall be cleaned of all damaged paint and the system reapplied using all
43 coats typical to the paint system and shall meet the minimum coating thickness.
44
45 6-07.3(11)A Painting of Galvanized Surfaces
46 This section is revised to read:
47
48 All galvanized surfaces receiving paint shall be prepared for painting in accordance with
49 the ASTM D 6386. The method of preparation shall be brush-off in accordance with
50 SSPC-SP16 Brush-Off Blast Cleaning of Coated and Uncoated Galvanized Steel,
51 Stainless Steels, and Non-Ferrous Metals or as otherwise allowed by the Engineer. The
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 Contractor shall not begin painting until receiving the Engineer's acceptance of the
2 prepared galvanized surface. For galvanized bolts used for replacement of deteriorated
3 existing rivets,the Contractor, with the concurrence of the Engineer and after successful
4 demonstration testing, may prepare galvanized surfaces in accordance with SSPC-SP1
5 followed by SSPC-SP2, Hand Tool Cleaning or SSPC-SP3, Power Tool Cleaning. The
6 demonstration testing shall include adhesion testing of the first coat of paint over
7 galvanized bolts, nuts, and washers or a representative galvanized surface. Adhesion
8 testing shall be performed in accordance with ASTM D 4541 for 600 psi minimum
9 adhesion. A minimum of 3 successful tests shall be performed on the galvanized
10 surface prepared and painted using the same methods and materials to be used on the
11 galvanized bolts, nuts and washers in the field.
12
13 6-07.3(11)A2 Paint Coat Materials
14 This section is revised to read:
15
16 The Contractor shall paint the dry surface as follows:
17
18 1. The first coat over a galvanized surface shall be an epoxy polyamide
19 conforming to Section 9-08.1(2)E . In the case of galvanized bolts used for
20 replacement of deteriorated existing rivets and for small surface areas less
21 than or equal to one square foot, an intermediate moisture cured polyurethane
22 eonformiflg to Section--9-08A—(2)G rrW ber used as-a€ifst-e©at.- In both eases
23 the first coat shall be compatible with galvanizing and as recommended by the
24 top coat manufacturer.
25
26 2. The second coat shall be a top coat moisture cured aliphatic polyurethane
27 conforming to Section 9-08.1(2)H or a top coat polyurethane conforming to
28 Section 6-07.3(10)H Option 2 NEPCOAT performance based paint
29 specification compatible with the first coat as recommended by the
30 manufacturer.
31
32 Each coat shall be dry before the nem coat is applied. A!! coats applied in the shop shall
33 be dried hard before shipment.
34
35 6-07.3(11)13 Powder Coating of Galvanized Surfaces
36 This section is revised to read:
37
38 Powder coating of galvanized surfaces shall consist of the following coats:
39
40 1. The first coat shall be an epoxy powder primer coat conforming to Section 9-
41 08.2.
42
43 2. The second coat shall be a polyester finish coat conforming to Section 9-08.2.
44
45 6-07.3(11)B3 Galvanized Surface Cleaning and Preparation
46 The first three paragraphs are revised to read:
47
48 Galvanized surfaces receiving the powder coating shall be cleaned and prepared for
49 coating in accordance with ASTM D 7803, and the project-specific powder coating plan.
50
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 Assemblies conforming to the ASTM D 7803 definition for newly galvanized steel shall
2 receive surface smoothing and surface cleaning in accordance with ASTM D 7803,
3 Section 5, and surface preparation in accordance with ASTM D 7803, Section 5.1.3.
4
5 Assemblies conforming to the ASTM D 7803 definition for partially weathered
6 galvanized steel shall be checked and prepared in accordance with ASTM D 7803,
7 Section 6, before then receiving surface smoothing and surface cleaning in accordance
8 with ASTM D 7803, Section 5, and surface preparation in accordance with ASTM D
9 7803, Section 5.1.3.
10
11 The fourth paragraph (up until the colon) is revised to read:
12
13 Assemblies conforming to the ASTM D 7803 definition for weathered galvanized steel
14 shall be prepared in accordance with ASTM D 7803, Section 7 before then receiving
15 surface smoothing and surface cleaning in accordance with ASTM D 7803, Section 5,
16 and surface preparation in accordance with ASTM D 7803, Section 5.3 except as
17 follows:
18
19 6-07.3(11)B5 Testing
20 Item number 4 in the first paragraph is revised to read:
21
22 4. Adhesion testing in accordance with ASTM D 4541 for 600 psi minimum adhesion
23 for the complete two-component system.
24
25 The second sentence of the fourth paragraph is revised to read:
26
27 Rejected assemblies shall be repaired or recoated by the Contractor, at no additional
28 expense to the Contracting Agency, in accordance with the powder coating
29 manufacturer's recommendation as detailed in the project-specific powder coating plan,
30 until the assemblies satisfy the acceptance testing requirements.
31
32 6-07.3(12) Painting Ferry Terminal Structures
33 This section is revised to read:
34
35 Painting of ferry terminal Structures shall be in accordance with Section 6-07.3 as
36 supplemented below.
37
38 This section is supplemented with the following new subsections.
39
40 6-07.3(12)A Painting New Steel Ferry Terminal Structures
41 Painting of new steel Structures shall be in accordance with Section 6-07.3(9)except
42 that all coatings(primer, intermediate, intermediate stripe, and top)shall be applied in
43 the shop with the following exceptions:
44
45 1. Steel surfaces to be field welded.
46
47 2. Steel surfaces to be greased.
48
49 3. The length of piles designated in the Plans not requiring painting.
50
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 The minimum drying time between coats shall be as shown in the product data sheets,
2 but not less than 12 hours. The Contractor shall determine whether the paint has cured
3 sufficiently for proper application of succeeding coats.
4
5 6-07.3(12)A1 Paint Systems
5 Paint systems for Structural Steel, which includes vehicle transfer spans and
7 towers, pedestrian overhead loading structures and towers, upland structural steel
8 and other elements as designated in the Special Provisions shall be as specified in
9 Section 6-07.3(9)A.
10
11 Paint systems for Piling, Landing Aids and Life Ladders shall be as specified in the
12 Special Provisions.
13
14 6-07.3(12)A2 Paint Color
15 Paint colors shall be as specified in the Special Provisions.
16
I7 6-07.3(12)A3 Coating Thickness
18 Coating thicknesses shall be as specified in the Special Provisions.
19
20 6-07.3(12)A4 Application of Field Coatings
21 An on-site supervisor shall be present for each work shift at the project site.
22
23 Upon completion of erection Work, all uncoated or damaged areas remaining,
24 including bolts, nuts, washers, splice plates, and field welds shall be prepared in
25 accordance with SSPC-SP 1, Solvent Cleaning,followed by SSPC-SP 11, Power
26 Tool Cleaning to Bare Metal. Surface preparation shall be measured according to
27 SSPC-VIS 3. SSPC-SP 11 shall be performed for a minimum distance of 1 inch
28 from the uncoated or damaged area. In addition, intact shop-applied coating
29 surrounding the area shall be abraded or sanded for a distance of 6 inches out from
30 the properly prepared clean/bare metal areas to provide adequate roughness for
31 application of field coatings. All sanding dust and contamination shall be removed
32 prior to application of field coatings.
33
34 Field applied paint for Structural Steel shall conform to Section 6-07.3(10)H, as
35 applicable. Field applied paint for Piling, Landing Aids and Life Ladders shall be as
36 specified in the Special Provisions.
37
38 For areas above the tidal zone, the minimum drying time between coats shall be as
39 shown in the product data sheets, but not less than 12 hours. For areas within the
40 tidal zone, the minimum drying time between coats shall be as recommended by
41 the paint system manufacturer.The Contractor shall determine whether the paint
42 has cured sufficiently for proper application of succeeding coats.
43
44 The maximum time between intermediate and top coats shall be in accordance with
45 the manufacturer's written recommendations. If the maximum time between coats
46 is exceeded, all newly coated surfaces shall be prepared to SSPC-SP 3, Power
47 Tool Cleaning, and shall be repainted with the same paint that was cleaned, at no
48 additional cost to the Contracting Agency.
49
50 Each coat shall be applied in a uniform layer, completely covering the preceding
51 coat. The Contractor shall correct runs, sags, skips, or other deficiencies before
52 application of succeeding coats. Such corrective work may require re-cleaning,
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 application of additional paint, or other means as determined by the Engineer, at no
2 additional cost to the Contracting Agency.
3
4 Surface preparation for underwater locations shall consist of removing all dirt, oil,
5 grease, loose paint, loose rust, and marine growth from the area that is to be
6 repaired. The sound paint surrounding the damaged area shall be roughened to
7 meet the requirements of the manufacturer. Paint for underwater applications shall
8 be as specified in the Special Provisions and shall be applied in accordance with
9 the manufacturer's recommendations.
11 6-07.3(12)B Painting Existing Steel Ferry Terminal Structures
12 Painting of existing steel structures shall be in accordance with Section 6-07.3(10) as
13 supplemented by the following.
14
15 6-07.3(12)B1 Containment
16 Containment for full removal shall be in accordance with Section 6-07.3(10)A.
17 Containment for overcoat systems shall be in accordance with all applicable
18 Permits as required in the Special Provisions.
19
20 Prior to cleaning the Contractor shall enclose all exposed electrical and mechanical
21 equipment to seal out dust,water, and paint. Non-metallic surfaces shall not be
22 abrasive blasted or painted. Unless otherwise specified, the following metallic
23 surfaces shall not be painted and shall be protected from abrasive blasting and
24 painting:
25
26 1. Galvanized and stainless steel surfaces not previously painted,
27
28 2. Non-skid surfaces,
29
30 3. Unpainted intentionally greased surfaces,
31
32 4. Equipment labels, identification plates, tags, etc.,
33
34 5. Fire and emergency containers or boxes,
35
36 6. Mechanical hardware such as hoist sheaves, hydraulic cylinders, gear
37 boxes, wire rope, etc.
38
39 The Contractor shall submit a Type 2 Working Drawing consisting of materials and
40 equipment used to shield components specified to not be cleaned and painted.
41 The Contractor shall shut off the power prior to working around electrical
42 equipment. The Contractor shall follow the lock-out/tag-out safety provisions of the
43 WAC 296-803 and all other applicable safety standards.
44
45 6-07.3(12)B2 Surface Preparation
46 For applications above high water and within the tidal zone, surface preparation for
47 overcoat painting shall be in accordance with SSPC-SP 1, Solvent Cleaning,
48 followed by SSPC-SP 3, Power Tool Cleaning. Use of wire brushes is not allowed.
49 After SP 3 cleaning has been completed all surfaces exhibiting coating failure down
50 to the steel substrate, and those exhibiting visible corrosion, shall be prepared
51 down to clean bare steel in accordance with SSPC-SP 15, Commercial Grade
52 Power Tool Cleaning. Surface preparation shall be measured according to SSPC-
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 VIS 3. SSPC-SP 15 shall be performed for a minimum distance of 1 inch from the
2 area exhibiting failure or visible corrosion. In addition, intact shop-applied coating
3 surrounding the repair area shall be abraded or sanded for a distance of 6 inches
4 out from the properly prepared clean/bare metal areas to provide adequate
5 roughness for application of repair coatings. All sanding dust and contamination
6 shall be removed prior to application of repair coatings. Surface preparation for full
7 paint removal shall be in accordance with Section 6-07.3(10)E except SSPC-SP 11
8 will"be permitted as detailed in the Contractor's painting plan and as allowed by the
9 Engineer.
10
11 Surface preparation for underwater locations shall consist of removing all dirt, oil,
12 grease, loose paint, loose rust, and marine growth from the area that is to be
13 repaired.The sound paint surrounding the damaged area shall be roughened as
14 required by the coating manufacturer.
15
16 Removed marine growth may be released to state waters provided the marine
17 growth is not mixed with contaminants(paint, oil, rust, etc.)and it shall not
18 accumulate on the sea bed. All marine growth containing contaminants shall be
19 collected for proper disposal.
20
21 Surface preparation for the underside of bridge decks(consisting of either a steel
22 gild-systefiref+ftaiR baF&or tees,-and-a Wgaage iietal feFm,-in-fled with
23 concrete or a corrugated light gauge metal form, infiiled with concrete)shall be in
24 accordance with SSPC-SP 2, Hand Tool Cleaning or SSPC-SP 3, Power Tool
25 Cleaning with the intent of not causing further damage to the light gauge metal
26 form. Following removal of any pack rust and corroded sections from the underside
27 of the bridge deck, cleaning and flushing to remove salts and prior to applying the
28 primer coat,the Contractor shall seal the entire underside of the deck system with
29 rust-penetrating sealer. Damage'to galvanized metal forms and/or grids shall be
30 repaired in accordance with ASTM A 780,with the preferred method of repair using
31 paints containing zinc dust.
32
33 6-07.3(12)B3 Paint Systems
34 Paints systems for Structural Steel, which includes vehicle transfer spans and
35 towers,, pedestrian overhead loading structures and towers, upland structural steel
36 and other elements as designated in the Special Provisions shall be as specified in
37 Section 6-07.3(10)Fl.
38
39 Paint systems for Piling, Landing Aids, Life Ladders, underside of vehicle transfer
40 span bridge decks, non-skid surface treated areas, and anti-graffiti coatings shall
41 be as specified in the Special Provisions.
42
43 6-07.3(12)B4 Paint Color
44 Paint colors shall be as specified in the Special Provisions.
45
46 6-07.3(12)B5 Coating Thickness
47 Coating thicknesses shall be as specified in the Special Provisions.
48
49 6-07.3(12)B6 Application of Field Coatings
50 Application of field coatings shall be in accordance with Section 6-07.3(10)0 and
51 Section 6-07.3(12)A2 except for the following:
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 1. All coatings applied in the field shall be applied using a brush or roller.
2 Spray application methods may be used if allowed by the Engineer.
3
4 2. Applied coatings shall not be immersed until the coating has been cured
5 as required by the coating manufacturer.
6
7 3. Non-skid surface treatment products shall be applied in accordance with
8 the manufacturer's recommendations.
9
10 4. Anti-graffiti coatings shall be applied in one coat following application of
11 the top coat, where specified in the Plans.
12
13 6-07.3(14)B Reference Standards
14 The second standard reference (to SSPC CS 23.00), and its accompanying title, is revised
15 to read:
16
17 SSPC CS 23.00 Specification for the Application of Thermal Spray Coatings
18 (Metallizing) of Aluminum, Zinc, and Their Alloys and
19 Composites for the Corrosion Protection of Steel
20
21 6-08.AP6
22 Section 6-08, Bituminous Surfacing on Structure Decks
23 January 7, 2019
24 6-08.3(7)A Concrete Deck Preparation
25 The first sentence of the first paragraph is revised to read:
26
27 The Contractor, with the Engineer, shall inspect the exposed concrete deck to establish
28 the extent of bridge deck repair in accordance with Section 6-09.3(6).
29
30 6-08.3(8)A Structure Deck Preparation
31 The second sentence of the last paragraph is revised to read:
32
33 Prior to applying the primer or sheet membrane, all dust and loose material shall be
34 removed from the Structure Deck.
35
36 6-09.AP6
37 Section 6-09, Modified Concrete Overlays
38 January 7, 2019
39 6-09.3 Construction Requirements
40 This section is supplemented with the following new subsection:
41
42 6-09.3(15) Sealing and Texturing Concrete Overlay
43 After the requirements for checking for bond have been met, all joints and visible cracks
44 shall be filled and sealed with a high molecular weight methacrylate resin (HMWM).
45 Cracks 'V16 inch and greater in width shall receive two applications of HMWM.
46 Immediately following the application of HMWM, the wetted surface shall be coated with
47 sand for abrasive finish.
48
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 After all cracks have been filled and sealed and the HMWM resin has cured,the
2 concrete overlay surface shall receive a longitudinally sawn texture in accordance with
3 Section 6-02.3(10)D5.
4
5 Traffic shall not be permitted on the finished concrete until it has reached a minimum
6 compressive strength of 3,000 psi as verified by rebound number determined in
7 accordance with ASTM C805 and the longitudinally sawn texture is completed.
8
9 6-09.3(1)B Rotary Milling Machines
10 This section is revised to read:
11
12 Rotary milling machines used to remove an upper layer of existing concrete overlay,
13 when present, shall have a maximum operating weight of 50,000 pounds and conform
14 to Section 6-08.3(5)B.
15
16 6-09.3(1)C Hydro-Demolition Machines
17 The first sentence of this section is revised to read:
18
19 Hydro-demolition machines shall consist of filtering and pumping units operating in
20 conjunction with a remote-controlled robotic device, using high-velocity water jets to
21 remove sound concrete to the nominal scarification depth shown in the Plans with a
22 single pass of the machine, and with the simultaneous removal of deteriorated concrete.
23
24 _6-09.3(1)D Shot Blasting Machines
25 This section, including title, is revised to read:
26
27 6-09.3(1)D Vacant
28
29 6-09.3(1)E Air Compressor
30 This section is revised to read:
31
32 Air compressors shall be equipped with oil traps to eliminate oil from being blown onto
33 the bridge deck.
34
35 6-09.3(1)J Finishing Machine
36 This section is revised to read:
37
38 The finishing machine shall mget the requirements of Section 6-02.3(10) and the
39 following requirements:
40
41 The finishing machine shall be equipped with augers, followed by an oscillating,
42 vibrating screed,vibrating roller tamper, or a vibrating pan,followed by a rotating
43 cylindrical double drum screed.The vibrating screed, roller tamper or pan shall be
44 of sufficient length and width to properly consolidate the mixture.The vibrating
45 frequency of the vibrating screed, roller tamper or pan shall be variable with
46 positive control.
47
48 6-09.3(2) Submittals
49 Item number 1 and 2 are revised to read:
50
AMENDMENTS To THE 2918 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 1. A Type 1 Working Drawing consisting of catalog cuts and operating parameters of
2 the hydro-demolition machine selected by the Contractor for use in this project to
3 scarify concrete surfaces.
4
5 2. A Type 1 Working Drawing consisting of catalog cuts, operating parameters, axle
6 loads, and axle spacing of the rotary milling machine (if used to remove an upper
7 layer of existing concrete overlay when present).
g
9 The first sentence of item number 3 is revised to read:
10
11 A Type 2 Working Drawing of the Runoff Water Disposal Plan_
12
13 6-09.3(5)A General
14 The first sentence of the fourth paragraph is revised to read:
15
16 All areas of the deck that are inaccessible to the selected scarifying machine shall be
17 scarified to remove the concrete surface matrix to a maximum nominal scarification
18 depth shown in the Plans by a method acceptable to the Engineer.
19
20 This section is supplemented with the following:
21
22 Concrete process water generated by scarifying concrete surface and removing existing
23 concrete overlay operations shall be contained, collected, and disposed of in
24 accordance with Section 5-01.3(11)and Section 6-09.3(5)C, and the Section 6-09.3(2)
25 Runoff Water Disposal Plan.
26
27 6-09.3(5)B Testing of Hydro-Demolition and Shot Blasting Machines
28 This section's title is revised to read:
29
30 Testing of Hydro-Demolition Machines
31
32 The second paragraph is revised to read:
33
34 In the"sound" area of concrete, the equipment shall be programmed to remove
35 concrete to the nominal scarification depth shown in the Plans with a single pass of the
36 machine.
37
38 6-09.3(5)D Shot Blasting
39 This section, including title, is revised to read,-
40
ead;40
41 6-09.3(5)D Vacant
42
43 6-09.3(5)E Rotomilling
44 This section, including title, is revised to read:
45
46 6-09.3(5)E Removing Existing Concrete Overlay Layer by Rotomilling
47 When the Contractor elects to remove the upper layer of existing concrete overlay,
48 when present, by rotomilling prior to final scarifying, the entire concrete surface of the
49 bridge deck shall be milled to remove the surface matrix to the depth specified in the
50 Plans with a tolerance as specified in Section 6-08.3(5)B. The operating parameters of
51 the rotary milling machine shall be monitored in order to prevent the unnecessary
52 removal of concrete below the specified removal depth.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411/19
1
2 6-09.3(6) Further Deck Preparation
3 The first paragraph is revised to read::
4
5 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the
6 Contractor, with the Engineer, shall perforin a visual inspection of the scarified surface.
7 The Contractor shall mark those areas of the existing bridge deck that are authorized by
8 the Engineer for further deck preparation by the Contractor.
9
10 Item number 4 of the second paragraph is deleted.
11
12 The first sentence of the third paragraph is deleted.
13
14 6-09.3(6)A Equipment for Further Deck Preparation
15 This section is revised to read:
16
17 Further deck preparation shall be performed using either power driven hand tools
18 conforming to Section 6-09.3(1)A, or hydro-demolition machines conforming to Section
19 6-09.3(1)C.
20
21 6-09.3(6)B Deck Repair Preparation
22 The second paragraph is deleted.
23
24 The last sentence of the second paragraph (after the preceding Amendment is applied) is
25 revised to read:
26
27 In no case shall the depth of a sawn vertical cut exceed % inch or to the top of the top
28 steel reinforcing bars, whichever is less.
29
30 The first sentence of the third to last paragraph is revised to read:
31
32 Where existing steel reinforcing bars inside deck repair areas show deterioration greater
33 than 20-percent section loss,the Contractor shall furnish and place steel reinforcing
34 bars alongside the deteriorated bars in accordance with the details shown in the
35 Standard Plans.
36
37 The last paragraph is deleted.
38
39 6-09.3(7) Surface Preparation for Concrete Overlay
40 The first seven paragraphs are deleted and replaced with the following:
41
42 Following the completion of any required further deck preparation the entire lane or strip
43 being overlaid shall be cleaned to be free from oil and grease, rust and other foreign
44 material that may still be present. These materials shall be removed by detergent-
45 cleaning or other method accepted by the Engineer followed by sandblasting.
"6 A
47 After detergent cleaning and sandblasting is completed, the entire lane or strip being
48 overlaid shall be cleaned in final preparation for placing concrete.
49
50 Hand tool chipping, sandblasting and cleaning in areas adjacent to a lane or strip being
51 cleaned in final preparation for placing concrete shall be discontinued when final
52 preparation is begun. Scarifying and hand tool chipping shall remain suspended until
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1119
1 the concrete has been placed and the requirement for curing time has been satisfied.
2 Sandblasting and cleaning shall remain suspended for the first 24 hours of curing time
3 after the completion of concrete placing.
4
5 Scarification, and removal of the upper layer of concrete overlay when present, may
6 proceed during the final cleaning and overlay placement phases of the Work on
7 adjacent portions of the Structure so long as the scarification and concrete overlay
8 removal operations are confined to areas which are a minimum of 100 feet away from
9 the defined limits of the final cleaning or overlay placement in progress. If the
10 scarification and concrete overlay removal impedes or interferes in any way with the
11 final cleaning or overlay placement as determined by the Engineer,the scarification and
12 concrete overlay removal Work shall be terminated immediately and the scarification
13 and concrete overlay removal equipment removed sufficiently away from the area being
14 prepared or overlaid to eliminate the conflict. If the grade is such that water and
15 contaminants from the scarification and concrete overlay removal operation will flow into
16 the area being prepared or overlaid, the scarification and concrete overlay removal
17 operation shall be terminated and shall remain suspended for the first 24 hours of curing
18 time after the completion of concrete placement.
19
20 6-09.3(11) Placing Concrete Overlay
21 The first sentence of item number 3 in the fourth paragraph is revised to read:
22
23 Concrete shall not be placed when the temperature of the concrete surface is less than
24 45°F or greater than 75°F, and wind velocity at the construction site is in excess of 10
25 mph.
26
27 6-09.3(12) Finishing Concrete Overlay
28 The third paragraph is deleted.
29
30 The last paragraph is deleted.
31
32 6-09.3(13) Curing Concrete Overlay
33 The first sentence of the first paragraph is revised to read:
34
35 As the finishing operation progresses, the concrete shall be immediately covered with a
36 single layer of clean, new or used, wet burlap.
37
38 The last sentence of the second paragraph is deleted.
39
40 The following two new paragraphs are inserted after the second paragraph:
41
42 As an alternative to the application of burlap and fog spraying described above,the
43 Contractor may propose a curing system using proprietary curing blankets specifically
44 manufactured for bridge deck curing. The Contractor shall submit a Type 2 Working
45 Drawing consisting of details of the proprietary curing blanket system, including product
46 literature and details of how the system is to be installed and maintained.
47
48 The wet curing regimen as described shall remain in place for a minimum of 42-hours.
49
50 The last paragraph is deleted.
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 6-09.3(14) Checking for Bond
2 The first sentence of the first paragraph is revised to read:
3
4 After the requirements for curing have been met, the entire overlaid surface shall be
5 sounded by the Contractor, in a manner accepted by and in the presence of the
6 Engineer, to ensure total bond of the concrete to the bridge deck.
7
8 The last sentence of the first paragraph is deleted.
9
10 The second paragraph is deleted.
11
12 6-10.AP6
13 Section 6-10, Concrete Barrier
14 August 6, 2018
15 6-10.2 Materials
16 In the first paragraph, the reference to"Portland Cement" is revised to read:
17
18 Cement 9-01
19
20 6-10.3(6) Placing Concrete Barrier
21 The first two sentences of the first paragraph are revised to read:
22
23 Precast concrete barriers Type 2, Type 4, Type F, precast single slope barrier, and
24 transitions shall rest on a paved foundation shaped to a uniform grade and section. The
25 foundation surface for precast concrete barriers Type 2, Type 4,Type F, precast single
26 slope barrier, and transitions shall meet this test for uniformity:When a 10-foot
27 straightedge is placed on the surface parallel to the centerline for the barrier, the
28 surface shall not vary more than% inch from the lower edge of the straightedge.
29
30 6-11.AP6
31 Section 6-11, reinforced Concrete Walls
32 April 2, 2018
33 6-11.2 Materials
34 In the first paragraph, the reference to"Aggregates for Portland Cement Concrete" is revised
35 to read:
36
37 Aggregates for Concrete 9-03.1
38
39 6-12.AP6
40 Section 6-12, Noise Barrier Walls
41 August 6, 2018
42 6-12.2 Materials
43 In the first paragraph, the reference to"Aggregates for Portland Cement Concrete" is revised
44 to read:
45
46 Aggregates for Concrete 9-03.1
47
48 The first paragraph is supplemented with the following new material reference:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1
2 Noise Barrier Wall Access Door 9-06.17
3
4 6-12.3(9) Access Doors and Concrete Landing Pads
5 The second paragraph is deleted and replaced with the following:
6
7 All frame and door surfaces, except stainless steel surfaces, shall be painted in
8 accordance with Section 6-07.3(9). Primer shall be applied to all non-stainless steel
9 surfaces. All primer coated exposed metal surfaces shall be field painted with the
10 remaining Section 6-07.3(9)A paint system coats. The top coat, when dry, shall match
11 the color specified in the Plans or Special Provisions.
12
13 This section is supplemented with the following:
14
15 Access door deadbolt locks shall be capable of accepting a Best CX series core. The
16 Contractor shall furnish and install a spring-loaded construction core lock with each
17 lock. The Engineer will furnish the permanent Best CX series core for the Contractor to
18 install at the conclusion of the project.
19
20 6-13.AP6
21 Section 6-13, Structural Earth Walls
22 August 6, 2018
23 6-13.2 Materials
24 In the first paragraph, the reference to"Aggregates for Portland Cement Concrete" is revised
25 to read:
26
27 Aggregates for Concrete 9-03.1
28
29 6-13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication
30 Item number 1 of the sixth paragraph is revised to read:
31
32 1. Vertical dimensions shall be± 1/6 inch of the Plan dimension, and the rear height
33 shall not exceed the front height.
34
35 Item number 3 of the sixth paragraph is revised to read:
36
37 3. All other dimensions shall be±'/4 inch of the Plan dimension.
38
39 6-14.AP6
40 Section 6-14, Geosynthetic Retaining Walls
41 April 2, 2018
42 6-14.2 Materials
43 In the first paragraph, the references to "Portland Cement"and "Aggregates for Portland
44 Cement Concrete"are revised to read:
45
46 Cement 9-01
47 Aggregates for Concrete 9-03.1
48
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 6-15.AP6
2 Section 6-15, Soil Nail Walls
3 January 7, 2019
4 6-15.3(7) Shotcrete Facing
5 The last paragraph is supplemented with the following:
6
7 After final tightening of the nut, the threads of the soil nail shall at a minimum be flush
8 with the end of the nut.
9
10 6-16.AP6
11 Section 6-16, Soldier Pile and Soldier Pile Tieback Walls
12 April 2, 2018
13 6-16.2 Materials
14 In the first paragraph, the reference to "Aggregates for Portland Cement Concrete" is revised
15 to read:
16
17 Aggregates for Concrete 9-03.1
18
19 6-18.AP6
20 Section 6-18, Shotcrete Facing
21 April 1, 2019
22 6-18.2 Materials
23 The reference to metakaoiin is deleted.
24
25 6-18.3(3) Testing
26 In the last sentence of the first paragraph, "AASHTO T 24" is revised to read "ASTM C1604
27
28 6-18.3(3)6 Production Testing
29 In the last sentence, "AASHTO T 24" is revised to read "ASTM C1604
30
31 6-18.3(4) Qualifications of Contractor's Personnel
32 In the last sentence of the second paragraph, "AASHTO T 24" is revised to read "ASTM
33 C 1604".
34
35 6-19.AP6
36 Section 6-19, Shafts
37 January 7, 2019
38 6-19.2 Materials
39 In the first paragraph, the references to"Portland Cement" and "Aggregates for Portland
40 Cement Con trete" are revised to read:
41
42 Cement 9-01
43 Aggregates for Concrete 9-03.1
44
45 6-19.3(1)A Shaft Construction Tolerances
46 The last paragraph is supplemented with the following:
47
AMENDMENTS TO THE 2918 STANDARD SPECIFICATIONS BOOT(
Revised: 411119
1 The elevation of the top of the reinforcing cage for drilled shafts shall be within +6
2 inches and -3 inches from the elevation shown in the Plans.
3
4 6-19.3(2)D Nondestructive QA Testing Organization and Personnel
5 Item number 4 in the first paragraph is revised to read:
6
7 4. Personnel preparing test reports shall be a Professional Engineer, licensed under
8 Title 18 RCW, State of Washington, and shall seal the report in accordance with
9 WAC 196-23-020.
10
11 6-19.3(3)C Conduct of Shaft Casing Installation and Removal and Shaft
12 Excavation Operations
13 The first paragraph is supplemented with the following:
14
15 In no case shall shaft excavation and casing placement extend below the bottom of
16 shaft excavation as shown in the Plans.
17
18 6-19.3(6)E Thermal Wire and Thermal Access Point (TAPS)
19 The third sentence of the third paragraph is revised to read:
20
21 The thermal wire shall extend from the bottom of the reinforcement cage to the top of
22 the shaft, with a minimum of 5-feet of slack wire provided above the top of shaft.
23
24 The following new sentence is inserted after the third sentence of the third paragraph:
25
26 All thermal wires in a shaft shall be equal lengths.
27
28 6-19.3(9)D Nondestructive QA Testing Results Submittal
29 The last sentence of the first paragraph is revised to read:
30
31 Results shall be a Type 2E Working Drawing presented in a written report.
32
33 7-02.AP7
34 Section 7-02, Culverts
35 April 2, 2018
36 7-02.2 Materials
37 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland
38 Cement Concrete"are revised to read:
39
40 Cement 9-01
41 Aggregates for Concrete 9-03.1
42
43 7-02.3(6)A4 Excavation and Bedding Preparation
44 The first sentence of the third paragraph is revised to read:
45
46 The bedding course shall be a 6-inch minimum thickness layer of culvert bedding
47 material, defined as granular material either conforming to Section 9-03.12(3)or to
48 AASHTO Grading No. 57 as specified in Section 9-03.1(4)C.
49
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 7-05.AP7
2 Section 7-05, Manholes, Inlets, Catch Basins, and Drywells
3 August 6, 2013
4 7-05.3 Construction Requirements
5 The fourth sentence of the third paragraph is deleted.
6
7 7-08.AP7
8 Section 7-08, General Pipe Installation Requirements
9 April 2, 2018
10 7-08.3(3) Backfilling
11 The fifth sentence of the fourth paragraph is revised to read
12
13 All compaction shall be in accordance with the Compaction Control Test of Section 2-
14 03.3(14)D except in the case that 100% Recycled Concrete Aggregate is used.
15
16 The following new sentences are inserted after the fifth sentence of the fourth paragraph:
17
18 When 100% Recycled Concrete Aggregate is used, the Contractor may submit a written
19 request to use a test point evaluation for compaction acceptance. Test Point evaluation
20 shall be performed in accordance with SOP 738.
21
22 8-01.AP8
23 Section 8-01, Erosion Control and Water Pollution Control
24 April 1, 2019
25 8-01.1 Description
26 This section is revised to read:
27
28 This Work consists of furnishing, installing, maintaining, removing and disposing of best
29 management practices(BMPs), as defined in the Washington Administrative Code
30 (WAC) 173-201 A,to manage erosion and water quality in accordance with these
31 Specifications and as shown in the Plans or as designated by the Engineer.
32
33 The Contracting Agency may have a National Pollution Discharge Elimination System
34 Construction Stormwater General Permit(CSWGP) as identified in the Contract Special
35 Provisions. The Contracting Agency may or may not transfer coverage of the CSWGP
36 to the Contractor when a CSWGP has been obtained.The Contracting Agency may not
37 have a CSWGP for the project but may have another water quality related permit as
38 identified in the Contract Special Provisions or the Contracting Agency may not have
39 water quality related permits but the project is subject to applicable laws for the Work.
40 Section 8-01 covers all of these conditions.
41
42 This section is supplemented with the following new subsection:
43
44 8-01.1(1) Definitions
45 1. pH Affected Stormwater
46
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOTS
Revised: 411119
1 a. Stormwater contacting green concrete (concrete that has set/stiffen but is still
2 curing), recycled concrete, or engineered soils(as defined in the Construction
3 Stormwater General Permit(CSWGP)) as a natural process
4
5 b. pH monitoring shall be performed in accordance with the CSWGP, or Water
6 Quality Standards(WQS in accordance with WAC 173-201A(surface)or 173-
7 200C (ground))when the CSWGP does not apply
8
9 c. May be neutralized and discharged to surface waters or infiltrated
10
11 2. pH Affected Non-Stormwater
12
13 a. Conditionally authorized in accordance with CSWGP Special Condition S.1.C.,
14 uncontaminated water contacting green concrete, recycled concrete, or
15 engineered soils(as defined in the CSWGP)
16
17 b. Shall not be categorized as cementitious wastewater/concrete wastewater, as
18 defined below
19
20 c. Shall be managed and treated in accordance with the CSWGP, or WQS when
21 the CSWGP does not apply
22
23 d. pH adjustment and dechlorination may be necessary, as specified in the
24 CSWGP or in accordance with WQS when the CSWGP does not apply
25
26 e. May be neutralized, treated, and discharged to surface waters in accordance
27 with the CSWGP, with the exception of water-only shaft drilling slung. Water-
28 only shaft drilling slung may be treated, neutralized, and infiltrated but not
29 discharged to surface waters (Refer to Special Conditions S1.C. Authorized
30 Discharges and S1.d Prohibited Discharges of the CSWGP)
31
32 3. Cementitious Wastewater/Concrete Wastewater
33
34 a. Any water that comes into contact with fine cementitious particles or slurry; any
35 water used in the production, placement and/or clean-up of cementitious
36 products; any water used to cut, grind, wash, or otherwise modify cementitious
37 products
38
39 b. When any water, including stormwater, commingles with cementitious
40 wastewater/concrete wastewater, the resulting water is considered
41 cementitious wastewater/concrete wastewater and shall be managed to
42 prevent discharge to waters of the State, including ground water
43
44 c. CSWGP Examples include: water used for or resulting from concrete
45 truck/mixer/pumper/tool/chute rinsing or washing, concrete saw cutting and
46 surfacing (sawing, coring, grinding, roughening, hydro-demolition, bridge and
47 road surfacing)
48
49 d. Cannot be neutralized and discharged or infiltrated
50
51 8-01.2 Materials
52 The first paragraph is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411/19
1.
2 Materials shall meet the requirements of the following sections:
3
4 Corrugated Polyethylene Drain Pipe 9-05.1(6)
5 Quarry Spalls and Permeable Ballast 9-13
Erosion Control and Roadside Planting 9-14
7 Construction Geotextile 9-33
8
9 The second paragraph is deleted.
10
11 8-01.3(1) General
12 This section is revised to read:
13
14 Adaptive management shall be employed throughout the duration of the project for the
15 implementation of erosion and water pollution control permit requirements for the
16 current condition of the project site. The adaptive management includes the selection
17 and utilization of BMPs, scheduling of activities, prohibiting unacceptable practices,
18 implementing maintenance procedures, and other managerial practices that when used
19 singularly or in combination, prevent or reduce the release of pollutants to waters of the
20 State. The adaptive management shall use the means and methods identified in this
21 section and means and methods identified in the Washington State Department of
22 Transportation's Temporary Erosion and Sediment Control Manual or the Washington
23 State Department of Ecology's Stormwater Management Manuals for construction
24 stormwater.
25
26 The Contractor shall install a high visibility fence along the lines shown in the Plans or
27 as instructed by the Engineer.
28
29 Throughout the life of the project, the Contractor shall preserve and protect the
30 delineated preservation area, acting immediately to repair or restore any high visibility
31 fencing damaged or removed.
`2
33 All discharges to surface waters shall comply with surface water quality standards as
34 defined in Washington Administrative Code (WAC) Chapter 173-201A. All discharges to
35 groundwater shall comply with groundwater quality standards WAC Chapter 173-200.
36 The Contractor shall comply with the CSWGP when the project is covered by the
37 CSWGP.
38
39 Work, at a minimum, shall include the implementation of:
40
41 1. Sediment control measures prior to ground disturbing activities to ensure ail
42 discharges from construction areas receive treatment prior to discharging from
43 the site.
44
45 2. clow control measures to prevent erosive flows from developing.
46
47 3. Water management strategies and pollution prevention measures to prevent
48 contamination of waters that will be discharged to surface waters or the
49 ground.
50
5.1 4. Erosion control measures to stabilize erodible earth not being worked.
52
AMENDMENTS TO THE 2918 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 5. Maintenance of BMPs to ensure continued compliant performance.
2
3 6. Immediate corrective action if evidence suggests construction activity is not in
4 compliance. Evidence includes sampling data, olfactory or visual evidence
5 such as the presence of suspended sediment, turbidity, discoloration, or oil
6 sheen in discharges.
7
8 To the degree possible, the Contractor shall coordinate this Work with permanent
9 drainage and roadside restoration Work the Contract requires.
10
11 Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose
12 more erodible earth than as listed below:
13
Western Washington Eastern Washington
(West of the Cascade (East of the Cascade
Mountain Crest) _ Mountain Crest)
May 1 through April 1 through
17 Acres 17 Acres
September 30 October 31
October 1 November 1
through April 5 Acres through March 5 Acres
30 31
14
15 The Engineer may increase or decrease the limits based on project conditions.
16
17 Erodible earth is defined as any surface where soils, grindings, or other materials may
18 be capable of being displaced and transported by rain, wind, or surface water runoff.
19
20 Erodible earth not being worked, whether at final grade or not, shall be covered within
21 the specified time period (see the table below), using BMPs for erosion control.
22 _
Western Washington Eastern Washington
(West of the Cascade (East of the Cascade
Mountain Crest) Mountain Crest)
October 1 2 days October 1 5 days
through April through June
30 maximum � 30 maximum
May 1 to 7 days November 1 10 days
September 30 maximum throughMarchmaximum
23
24 When applicable, the Contractor shall be responsible for all Work required for
25 compliance with the CSWGP including annual permit fees.
26
27 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall
28 continue to comply with this division during the suspension.
29
30 8-01.3(1)A Submittals
31 This section's content is deleted.
32
33 This section is supplemented with the following new subsection:
34
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1119
1 8-01.3(1)A1 Temporary Erosion and Sediment Control Plan
2 Temporary Erosion and Sediment Control (TESC) Plans consist of a narrative section
3 and plan sheets that meets the Washington State Department of Ecology's Stormwater
4 Pollution Prevention Plan (SWPPP) requirement in the CSWGP. For projects that do not
5 require a CSWGP but have the potential to discharge to surface waters of the state, an
5 abbreviated TESC plan shall be used, which may consist of a narrative and/or plan
7 sheets and shall demonstrate compliance with applicable codes, ordinances and
8 regulations, including the water quality standards for surface waters; Chapter 173-201A
9 of the Washington Administrative Code(WAC)and water quality standards for
10 groundwaters in accordance with Chapter 173-200 WAC.
11
12 The Contractor shall either adopt the TESC Plan in the Contract or develop a new
13 TESC Plan. If the Contractor adopts the TESC Plan in scenarios in which the CSWGP
14 is transferred to the Contractor,the Contractor shall modify the TESC Pian to match the
15 Contractor's schedule, method of construction, and to include all areas that will be used
15 to directly support construction activity such as equipment staging yards, material
17 storage areas, or borrow areas. TESC Plans shall include all high visibility fence shown
18 in the Plans.All TESC Plans shall meet the requirements of the current edition of the
19 WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be adaptively
20 managed throughout construction based on site inspections and required sampling to
21 maintain compliance with the CSWGP, or WQS when no CSWGP applies. The
22 Contractor shall develop a schedule for implementation of the TESC work and
23 incorporate it into the Contractor's progress schedule.
24
25 The Contractor shall submit their TESC Plan (either the adopted plan or new plan) as
20 Type 2 Working Drawings. At the request of the Engineer, updated TESC Plans shall be
27 submitted as Type 1 Working Drawings.
28
29 8-01.3(1)B Erosion and Sediment Control (ESC) Lead
30 This section is revised to read:
31
32 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the
33 TESC Plan.The ESC Lead shall have,for the life of the Contract, a current Certificate
34 of Training in Construction Site Erosion and Sediment Control from a course approved
35 by the Washington State Department of Ecology.The ESC Lead must be onsite or on
30 call at all times throughout construction.The ESC Lead shall be listed on the
37 Emergency Contact List required under Section 1-05.13(1).
38
39 The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not
40 limited to:
41
42 1. Installing, adaptively managing, and maintaining temporary erosion and
43 sediment control BMPs to assure continued performance of their intended
44 function. Damaged or inadequate BMPs shall be corrected immediately.
45,
46 2. Updating the TESC Plan to reflect current field conditions.
47
48 3. Discharge sampling and submitting Discharge Monitoring Reports(DMRs)to
49 the Washington State Department of Ecology in accordance with the CSWGP.
50
51 4 Develop and maintain the Site Log Book as defined in the CSWGP.When the
52 Site Log Book or portion thereof is electronically developed, the electronic
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 documentation must be accessible onsite. As a part of the Site Log Book,the
2 Contractor shall develop and maintain a tracking table to show that identified
3 TESC compliance issues are fully resolved within 10 calendar days.The table
4 shall include the date an issue was identified, a description of how it was
5 resolved, and the date the issue was fully resolved.
6
7 The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site
8 erosion and sediment control BMPs, and all stormwater discharge points at least once
9 every calendar week and within 24-hours of runoff events in which stormwater
10 discharges from the site. Inspections of temporarily stabilized, inactive sites may be
11 reduced to once every calendar month. The Washington State Department of Ecology's
12 Erosion and Sediment Control Site Inspection Form, located at
13 https://ecology.wa.gov/Regulations-Permits/Permits-certifications/Stormwater-general-
14 permits/Construction-stormwater-permit, shall be completed for each inspection and a
15 copy shall be submitted to the Engineer no later than the end of the next working day
16 following the inspection.
17
18 8-01.3(1)C Water Management
19 This section is supplemented with the following new subsections:
20
21 8-01.3(1)C5 Water Management for In-Water Work Below Ordinary High Water
22 Mark(OHWM)
23 Work over surface waters of the state(defined in WAC 173-201A-010)or below the
24 OHWM(defined in RCW 90.58.030) shall comply with water quality standards for
25 surface waters of the State of Washington.
26
27 8-01.3(1)C6 Environmentally Acceptable Hydraulic Fluid
28 All equipment containing hydraulic fluid that extends from a bridge deck over surface
29 waters of the state or below the OHWM, shall be equipped with a biodegradable
30 hydraulic fluid. The fluid shall achieve either a Pwl Environmental Persistence
31 Classification stated in ASTM D6046 (>_60% biodegradation in 28 days) or equivalent
32 standard. Altematively, hydraulic fluid that meets International Organization for
33 Standardization (ISO 15380),the European Union Ecolabel, or equivalent certification
34 will also be accepted.
35
36 The Contractor shall submit a Type 1 Working Drawing consisting of a manufacturer
37 catalog cut of the hydraulic fluid used.
38
39 The designation of biodegradable hydraulic fluid does not mean fluid spills are
40 acceptable. The Contractor shall respond to spills to land or water in accordance with
41 the Contract, the associated SPCC Plan, and all applicable local, state, and federal
42 regulations.
43
44 8-01.3(1)C7 Turbidity Curtain
45 All Work for the turbidity curtain shall be in accordance with the manufacturer's
46 recommendations for the site conditions. Removal procedures shall be developed and
47 used to minimize silt release and disturbance of silt. The Contractor shall submit a Type
48 2 Working Drawing, detailing product information, installation and removal procedures,
49 equipment and workforce needs, maintenance plans, and emergency
50 repair/replacement plans.
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411/19
1 Turbidity curtain materials, installation, and maintenance shall be sufficient to comply
2 with water quality standards.
3
4 The Contractor shall notify the Engineer 10 days in advance of removing the turbidity
5 curtain. All components of the turbidity curtain shall be removed from the project.
6
7 8-01.3(1)C1 Disposal of Dewatering Water
8 This section is revised to read:
9
10 When uncontaminated groundwater is encountered in an excavation on a project it may
11 be infiltrated within vegetated areas of the right of way not designated as Sensitive
12 Areas or incorporated into an existing stormwater conveyance system at a rate that will
13 not cause erosion or flooding in any receiving surface water.
14
15 Alternatively,the Contractor may pursue independent disposal and treatment
16 alternatives that do not use the stormwater conveyance system provided it is in
17 compliance with the applicable WACs and permits.
18
19 8-01.3(1)C2 Process Wastewater
20 This section is revised to read:
21
22 Wastewater generated on-site as a byproduct of a construction process shall not be
23 discharged to surface waters of the State. Some sources of process wastewater may be
24 infiltrated in accordance with the CSWGP. Some sources of process wastewater may
25 be disposed via independent disposal and treatment alternatives in compliance with the
26 applicable WACs and permits.
27
28 8-01.3(1)C3 Shaft Drilling Slurry Wastewater
29 This section is revised to read:
30
31 Wastewater generated -n site during shaft drilling activity shall be managed and
32 disposed of in accordance with the requirements below. No shaft drilling slurry
33 wastewater shall be discharged to surface waters of the State. Neither the sediment nor
34 liquid portions of the shaft drilling slurry wastewater shall be contaminated, as
35 detectable by visible or olfactory indication (e.g., chemical sheen or smell).
36
37 1. Water-only shaft drilling slurry or water slurry with accepted flocculants may be
38 infiltrated on-site. Flocculants used shall meet the requirements of Section 9-
39 14.5(1)or shall be chitosan products listed as General Use Level Designation
40 (GULD)on the Washington State Department of Ecology's stormwater
41 treatment technologies webpage for construction treatment. Infiltration is
42 permitted if the following requirements are met:
43
44 a. Wastewater shall have a pH of 6.5—8.5 prior to discharge.
45
46 b. The amount of flocculant added to the slurry shall be kept to the minimum
47 needed to adequately settle out solids. The flocculant shall be thoroughly
48 mixed into the slurry.
49
50 c. The slurry removed from the shaft shall be contained in a leak proof cell or
51 tank for a minimum of 3 hours.
52
AMENDMENTS TO THE 2015 STANDARD SPECIFICATIONS BOOL(
Revised: 411119
I d. The infiltration rate shall be reduced if needed to prevent wastewater from
2 leaving the infiltration location. The infiltration site shall be monitored
3 regularly during infiltration activity. All wastewater discharged to the
4 ground shall fully infiltrate and discharges shall stop before the end of
5 each work day.
6
7 e. Drilling spoils and settled sediments remaining in the containment cell or
8 tank shall be disposed of in accordance with Section 6-19.3(4)F.
9
10 f. Infiltration locations shall be in upland areas at least 150 feet away from
11 surface waters, wells, on-site sewage systems, aquifer sensitive recharge
12 areas, sole source aquifers,well head protection areas, and shall be
13 marked on the plan sheets before the infiltration activity begins.
14
15 g. Prior to infiltration, the Contractor shall submit a Shaft Drilling Slurry
16 Wastewater Management and Infiltration Plan as a Type 2 Working
17 Drawing. This Plan shall be kept on-site, adapted if needed to meet the
18 construction requirements, and updated to reflect what is being done in
19 the field. The Working Drawing shall include, at a minimum, the following
20 information:
21
22 i, Plan sheet showing the proposed infiltration location and all surface
23 waters, wells, on-site sewage systems, aquifer-sensitive recharge
24 areas, sole source aquifers, and well-head protection areas within
25 150 feet.
26
27 ii. The proposed elevation of soil surface receiving the wastewater for
28 infiltration and the anticipated phreatic surface(i.e., saturated soil).
29
30 iii. The source of the water used to produce the slurry.
31
32 iv. The estimated total volume of wastewater to be infiltrated.
33
34 v. The accepted flocculant to be used (if any).
35
36 vi. The controls or methods used to prevent surface wastewater runoff
37 from leaving the infiltration location.
38
39 vii. The strategy for removing slurry wastewater from the shaft and
40 containing the slurry wastewater once it has been removed from the
41 shaft.
42
43 viii. The strategy for monitoring infiltration activity and adapting methods
44 to ensure compliance.
45
46 ix. A contingency plan that can be implemented immediately if it
47 becomes evident that the controls in place or methods being used are
48 not adequate.
49
50 x. The strategy for cleaning up the infiltration location after the infiltration
51 activity is done. Cleanup shall include stabilizing any loose sediment
52 on the surface within the infiltration area generated as a byproduct of
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 suspended solids in the infiltrated wastewater or soil disturbance
2 associated with BMP placement and removal.
3
4 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives
5 not allowed for infiltration shall be contained and disposed of by the Contractor
6 at an accepted disposal facility in accordance with Section 2-03.3(7)C. Spoils
7 that have come into contact with mineral slurry shall be disposed of in
8 accordance with Section 6-19.3(4)F.
9
10 8-01.3(1)C4 Management of Off-Site Water
11 This section is revised to read:
12
13 Prior to clearing and grubbing,the Contractor shall intercept all sources of off-site
14 surface water and overland flow that will run-on to the project. Off-site surface water
15 run-on shall be diverted through or around the project in a way that does not introduce
16 construction related pollution. It shall be diverted to its preconstruction discharge
17 location in a manner that does not increase preconstruction flow rate and velocity and
18 protects contiguous properties and waterways from erosion.The Contractor shall submit
19 a Type 2 Working Drawing consisting of the method for performing this Work.
20
21 8-01.3(1)E Detention/Retention Pond Construction
22 This section is revised to read:
23
24 Permanent or temporary ponds shall be constructed before beginning other grading and
25 excavation Work in the area that drains into that pond. Detention/retention ponds may
26 be constructed concurrently with grading and excavation when allowed by the Engineer.
27 Temporary conveyances shall be installed concurrently with grading in accordance with
28 the TESC Plan so that newly graded areas drain to the pond as they are exposed.
29
30 8-01.3(2) Seeding, Fertilizing, and Mulching
31 This section's title is revised to read:
32
33 8-01.3(2) Temporary Seeding and Mulching
34
35 8-01.3(2)A Preparation for Application
36 This section is revised to read:
37
38 A cleated roller, crawler tractor, or similar equipment, which forms longitudinal
39 depressions at least 2 inches deep shall be used for compaction and preparation of the
40 surface to be seeded. The entire area shall be uniformly covered with longitudinal
41 depressions formed perpendicular to the natural flow of water on the slope.The soil
42 shall be conditioned with sufficient water so the longitudinal depressions remain in the
43 soil surface until completion of the seeding.
44
45 8-01.3(2)A1 Seeding
46 This section is deleted in its entirety.
47
48 8-01.3(2)A2 Temporary Seeding
49 This section is deleted in its entirety.
50
51 8-01.3(2)6 Seeding and Fertilizing
52 This section, including title, is revised to read:
AMENDMENTS TO THE 2013 STANDARD SPECIFICATIONS SOOTS
Revised. 411119
1
2 8-01.3(2)B Temporary Seeding
3 Temporary grass seed shall be a commercially prepared mix, made up of low growing
4 grass species that will grow without irrigation at the project location, and accepted by
5 the Engineer. The application rate shall be two pounds per 1000 square feet.
6
7 The Contractor shall notify the Engineer not less than 24 hours in advance of any
8 seeding operation and shall not begin the Work until areas prepared or designated for
9 seeding have been accepted. Following the Engineer's acceptance, seeding of the
10 accepted slopes shall begin immediately.
11
12 Temporary seeding may be sown at any time allowed by the Engineer. Temporary
13 seeding shall be sown by one of the following methods:
14
15 1. A hydro seeder that utilizes water as the carrying agent, and maintains
16 continuous agitation through paddle blades. It shall have an operating capacity
17 sufficient to agitate, suspend, and mix into a homogeneous slung the specified
18 amount of seed and water or other material. Distribution and discharge lines
19 shall be large enough to prevent stoppage and shall be equipped with a set of
20 hydraulic discharge spray nozzles that will provide a uniform distribution of the
21 slurry.
22
23 2. Blower equipment with an adjustable disseminating device capable of
24 maintaining a constant, measured rate of material discharge that will ensure an
25 even distribution of seed at the rates specified.
26
27 3. Power-drawn drills or seeders.
28
29 4. Areas in which the above methods are impractical may be seeded by hand
30 methods.
31
32 When seeding by hand, the seed shall be incorporated into the top%inch of soil by
33 hand raking or other method that is allowed by the Engineer.
34
35 Seed applied using a hydroseeder shall have a tracer added to visibly aid uniform
36 application. This tracer shall not be harmful to plant, aquatic, or animal life. If Short-
37 Term Mulch is used as a tracer, the application rate shall not exceed 250 pounds
38 per acre.
39
40 Seed and fertilizer may be applied in one application provided that the fertilizer is placed
41 in the hydroseeder tank no more than 1 hour prior to application.
42
43 8-01.3(2)D Mulching
44 This section, including title, is revised to read:
45
46 8-01.3(2)D Temporary Mulching
47 Temporary mulch shall be straw, wood strand, or HECP mulch and shall be used for the
48 purpose of erosion control by protecting bare soil surface from particle displacement.
49 Mulch shall not be applied below the anticipated water level of ditch slopes, pond
50 bottoms, and stream banks. HECP mulch shall not be used within the Ordinary High
51 Water Mark. Non-HECP mulches applied below the anticipated water level shall be
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 removed or anchored down so that it cannot move or float, at no additional expense to
2 the Contracting Agency.
3
4 Straw or wood strand mulch shall be applied at a rate to achieve at least 95 percent
5 visual blockage of the soil surface.
r
U
7 Short Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and
may be applied in one lift.
9
10 Moderate Term Mulch and Long Term Mulch shall be hydraulically applied at the rate of
11 3500 pounds per acre with no more than 2000 pounds applied in any single lift.
12
13 Mulch sprayed on signs or sign Structures shall be removed the same day.
14
15 Areas not accessible by mulching equipment shall be mulched by accepted
16 hand methods.
17
18 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
19 This section is deleted in its entirety.
20
21 8-01.3(2)G Protection and Care of Seeded Areas
22 This section is deleted in its entirety.
23
24 8-01.3(2)H Inspection
25 This section is deleted in its entirety.
9k
27 8-01.3(2)1 Mowing
28 This section is deleted in its entirety.
29
30 8-01.3(3) Placing Biodegradable Erosion Control Blanket
31 This section's title is revised to read:
32
33 8-01.3(3) Placing Erosion Control Blanket
34
35 The first sentence of the first paragraph is revised to read.
36
37 Erosion Control Blankets are used as an erosion prevention device and to enhance the
38 establishment of vegetation.
39
40 The second paragraph is revised to read:
41
42 When used to enhance the establishment of seeded areas, seeding and fertilizing shall
43 be done prior to blanket installation.
44
45 8-01.3(4) Placing Compost Blanket
46 This section is revised to read:
47
48 Compost blankets are used for erosion control. Compost blanket shall be only be placed
49 on ground surfaces that are steeper than 3-foot horizontal and 1-foot vertical though
50 steeper slopes shall be broken by wattles or compost socks placed according to the
51 Standard Plans. Compost shall be placed to a depth of 3 inches over bare soil. An
52 organic tackifies shall be placed over the entire composted area when dry or windy
AMENDMENTS To THE 2018 STANDARD SPEUMATIONS BOOK
Revised: 411119
I conditions are present or expected. The tackifier shall be applied immediately after the
2 application of compost to prevent compost from leaving the composted area.
3
4 Medium compost shall be used for the compost blanket. Compost may serve the
5 purpose of soil amendment as specified in Section 8-02.3(6).
6
7 8-01.3(5) Plastic Covering
8 The first paragraph is revised to read:
9
10 Erosion Control— Plastic coverings used to temporarily cover stockpiled materials,
11 slopes or bare soils shall be installed and maintained in a way that prevents water from
'12 intruding under the plastic and prevents the plastic cover from being damaged by wind.
13 Plastic coverings shall be placed with at least a 12-inch overlap of all seams and be a
14 minimum of 6 mils thick. Use soil stabilization and energy dissipation BMPs to minimize
15 the erosive energy flows coming off sloped areas of plastic(e.g.,toe of slope). When
16 feasible, prevent the clean runoff from plastic from hitting bare soil. Direct flows from
17 plastic to stabilized outlet areas.
18
19 8-01.3(7) Stabilized Construction Entrance
20 The first paragraph is revised to read:
21
22 Temporary stabilized construction entrance shall be constructed in accordance with the
23 Standard Plans, prior to construction vehicles entering the roadway from locations that
24 generate sediment track out on the roadway. Material used for stabilized construction
25 entrance shall be free of extraneous materials that may cause or contribute to track out.
26
27 8-01.3(8) Street Cleaning
28 This section is revised to read:
29
30 Self-propelled pickup street sweepers shall be used to remove and collect dirt and other
31 debris from the Roadway. The street sweeper shall effectively collect these materials
32 and prevent them from being washed or blown off the Roadway or into waters of the
33 State. Street sweepers shall not generate fugitive dust and shall be designed and
34 operated in compliance with applicable air quality standards. Material collected by the
35 street sweeper shall be disposed of in accordance with Section 2-03.3(7)C.
36
37 When allowed by the Engineer, power broom sweepers may be used in non-sensitive
38 areas. The broom sweeper shall sweep dirt and other debris from the roadway into the
39 work area.The swept material shall be prevented from entering or washing into waters
40 of the State.
41
42 Street washing with water will require the concurrence of the Engineer.
43
44 8-01.3(12) Compost Socks
45 The first two sentences of the first paragraph are revised to read:
46
47 Compost socks are used to disperse flow and sediment. Compost socks shall be
48 installed as soon as construction will allow but before flow conditions create erosive
49 flows or discharges from the site. Compost socks shall be installed prior to any mulching
50 or compost placement.
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 8-01.3(13) Temporary Curb
2 The last two sentences of the second paragraph are revised to read:
3
4 Temporary curbs shall be a minimum of 4 inches in height. Temporary curb shall be
5 installed so that ponding does not occur in the adjacent roadway.
6
7 8-01.3(14) Temporary Pipe Slope Drain
8 The third and fourth paragraphs are revised to read:
9
10 The pipe fittings shall be water tight and the pipe secured to the slope with metal posts,
11 wood stakes, or sand bags.
12
13 The water shall be discharged to a stabilized conveyance, sediment trap, stormwater
14 pond, rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain
15 water quality compliance.
16
17 The last paragraph is deleted.
18
19 8-01.3(15) Maintenance
20 This section is revised to read:
21
22 Erosion and sediment control BMPs shall be maintained or adaptively managed as
23 required by the CSWGP until the Engineer determines they are no longer needed.
24 When deficiencies in functional performance are identified, the deficiencies shall be
25 rectified immediately.
26
27 The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)B for
28 damage and sediment deposits. Damage to or undercutting of BMPs shall be repaired
29 immediately.
30
31 In areas where the Coy tractor's activities have compromised the erosion control
32 functions of the existing grasses, the Contractor snail overseed at no additional cost to
33 the Contracting Agency.
34
35 The quarry spalls of construction entrances shall be refreshed, replaced, or screened to
36 maintain voids between the spalls for collecting mud and dirt.
37
38 Unless otherwise specified, when the depth of accumulated sediment and
39 debris reaches approximately'/the height of the BMP the deposits shall be removed.
40 Debris or contaminated sediment shall be disposed of in accordance with Section 2-
41 03.3(7)C. Clean sediments may be stabilized on-site using BMPs as allowed by the
42 Engineer.
43
44 8-01.3(16) Removal
45 This section is revised to read:
46
47 The Contractor shall remove all temporary BMPs, all associated hardware and
48 associated accumulated sediment deposition from the project limits prior to Physical
49 Completion unless otherwise allowed by the Engineer.When the temporary BMP
50 materials are made of natural plant fibers unaltered by synthetic materials the Engineer
51 may allow leaving the BMP in place.
52
AMENDMENTS To THE 2918 STANDARD SPEr'IMATIOMS BOOK
Revised: 411119
1 The Contractor shall remove BMPs and associated hardware in a way that minimizes
2 soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil
3 after removal of BMPs. If the installation and use of the erosion control BMPs have
4 compacted or otherwise rendered the soil inhospitable to plant growth, such as
5 construction entrances, the Contractor shall take measures to rehabilitate the soil to
6 facilitate plant growth. This may include, but is not limited to, ripping the soil,
7 incorporating soil amendments, or seeding with the specified seed.
8
9 At the request of the Contractor and at the sole discretion of the Engineer the CSWGP
10 may be transferred back to the Contracting Agency. Approval of the Transfer of
11 Coverage request will require the following:
12
13 1. All other Work required for Contract Completion has been completed.
14
15 2. All Work required for compliance with the CSWGP has been completed to the
16 maximum extent possible. This includes removal of BMPs that are no longer
17 needed and the site has undergone all Stabilization identified for meeting the
18 requirements of Final Stabilization in the CSWGP.
19
20 3. An Equitable Adjustment change order for the cost of Work that has not been
21 completed by the Contractor.
22
23 4. Submittal of the Washington State Department of Ecology Transfer of
24 Coverage form (Ecology form ECY 020-87a)'to the Engineer.
25
26 If the Engineer approves the transfer of coverage back to the Contracting Agency, the
27 requirement in Section 1-07.5(3)for the Contractor's submittal of the Notice of
28 Termination form to the Washington State Department of Ecology will not apply.
29
30 8-01.4 Measurement
31 This section's content is deleted and replaced with the following new subsections:
32
33 8-01.4(1) Lump Sum Bid for Project(No Unit Items)
34 When the Bid Proposal contains the item "Erosion Control and Water Pollution
35 Prevention"there will be no measurement of unit or force account items for Work
36 defined in Section 8-01 except as described in Sections 8-01.4(3)and 8-01.4(4). Also,
37 except as described in Section 8-01.4(3), all of Sections 8-01.4(2) and 8-01.5(2)are
38 deleted.
39
40 8-01.4(2) Item Bids
41 When the Proposal does not contain the items"Erosion Control and-Water Pollution
42 Prevention", Section 8-01.4(1)and 8-01.5(1) are deleted and the Bid Proposal will
43 contain some or all of the following items measured as noted.
44
45 ESC lead will be measured per day for each day that an inspection is made and a
46 report is filed.
47
48 Erosion control blanket and plastic covering will be measured by the square yard
49 along the ground slope line of surface area covered and accepted.
50
51 Turbidity curtains will be measured by the linear foot along the ground line of the
52 installed curtain.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411/19
1
2 Check dams will be measured per linear foot one time only along the ground line of
3 the completed check dam. No additional measurement will be made for check
4 dams that are required to be rehabilitated or replaced due to wear.
5
"a Stabilized construction entrances will be measured by the square yard by ground
7 slope measurement for each entrance constructed.
8
9 Tire wash facilities will be measured per each for each tire wash installed.
10
11 Street cleaning will be measured by the hour for the actual time spent cleaning
12 pavement, refilling with water, dumping and transport to and from cleaning
13 locations within the project limits, as authorized by the Engineer.Time to mobilize
14 the equipment to or from the project limits on which street cleaning is required will
15 not be measured.
16
17 inlet protections will be measured per each for each initial installation at a
18 drainage structure.
19
20 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by
21 the linear foot along the ground line of the completed barrier.
22
23 Wattles and compost socks will be measured by the linear foot.
24
25 Temporary curbs will be measured by the linear foot along the ground line of the
25 completed installation.
27
28 Temporary pipe slope drains will be measured by the linear foot along the flow line
29 of the pipe.
30
31 Coir logs will be measured by the linear foot along the ground line of the completed
32 installation.
33
34 Outlet protections will be measured per each initial installation at an outlet location.
35
36 Temporary seeding, temporary mulching, and tackifiers will be measured by the
37 acre by ground slope measurement.
38
3 Compost blanket will be measured by the square yard by ground slope surface
40 area covered and accepted.
41
42 8-01.4(3) Reinstating Unit Items with Lump Sum Erosion Control and Water
43 Pollution Prevention
44 The Contract Provisions may establish the project as lump sum, in accordance with
45 Section 8-01.4(1)and also include one or more of the items included above in Section
45 8-01.4(2). When that occurs,the corresponding measurement provision in Section 8-
46 01.4(2) is not deleted and the Work under that item will be measured as specified.
48
49 8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution
50 Prevention
51 Compost blanket will be measured by the square yard by ground slope surface area
52 covered and accepted.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1
2 Temporary mulch will be measured by the acre by ground slope surface area covered
3 and accepted.
4
5 High visibility fence will be measured by the linear foot along the ground line of the
6 completed fence.
7
8 8-01.5 Payment
9 This section's content is deleted and replaced with the following new subsections:
10
11 8-01.5(1) Lump Sum Bid for Project(No Unit Items)
12 Payment will be made for the following Bid item when it is included in the Proposal:
13
14 "Erosion Control and Water Pollution Prevention", lump sum.
15
16 The lump sum Contract price for"Erosion Control and Water Pollution Prevention"
17 shall be full pay to perform the Work as described in Section 8-01 except for costs
18 compensated by Bid Proposal items inserted through Contract Provisions as
19 described in Section 8-01.4(2). Progress payments for the lump sum item "Erosion
20 Control and Water Pollution Prevention"will be made as follows:
21
22 1. The Contracting Agency will pay 15 percent of the bid amount for the
23 initial set up for the item. Initial set up includes the following:
24
25 a. Acceptance of the TESC Plan provided by the Contracting Agency or
26 submittal of a new TESC Plan,
27
28 b. Submittal of a schedule for the installation of the BMPs, and
29
30 c. Identifying water quality sampling locations.
31
32 2. 70 percent of the bid amount will be paid in accordance with Section 1-
33 09.9.
34
35 3. Once the project is physically complete and copies of the all reports
36 submitted to the Washington State Department of Ecology have been
37 submitted to the Engineer, and, if applicable, transference of the CSWGP
38 back to the Contracting Agency is complete, the remaining 15 percent of
39 the bid amount shall be paid in accordance with Section 1-09.9.
40
41 8-01.5(2) Item Bids
42 "ESC Lead", per day.
43
44 "Turbidity Curtain", per linear foot.
45
46 "Erosion Control Blanket", per square yard.
47
48 "Plastic Covering", per square yard.
49
50 "Check Dam", per linear foot.
51
52 "Inlet Protection", per each.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1
2 "Gravel Filter Berm", per linear foot.
3
4 "Stabilized Construction Entrance", per square yard.
5
6 "Street Cleaning", per hour.
7
8 "Silt Fence", per linear foot.
9
10 "Wood Chip Berm", per linear foot.
11
12 "Compost Berm", per linear foot.
13
14 "Wattle", per linear foot.
15
16 "Compost Sock", per linear foot.
17
18 "Coir Log", per linear foot.
19
20 "Temporary Curb", per linear foot.
21
22 "Temporary Pipe Slope Drain", per linear foot.
23
24 "Temporary Seeding", per acre.
25
26 "Temporary Mulching", per acre.
27
28 "Compost Blanket", per square yard.
29
30 "Outlet Protection", per each.
31
32 "Tackifie!", per acre.
33
34 "Erosion/Water Pollution Control", by force account as provided in Section 1-09.6.
35
36 Maintenance and removal of erosion and water pollution control devices including
37 removal and disposal of sediment, stabilization and rehabilitation of soil disturbed
38 bythese activities, and any additional Work deemed necessary by the Engineer to
39 control erosion and water pollution will be paid by force account in accordance with
40 Section 1-09.6.
41
42 To provide a common Proposal for all Bidders,the Contracting Agency has entered an
43 amount in the Proposal to become a part of the Contractor's total Bid.
44
45 8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water
46 Pollution Prevention
47 The Eontraet-rnay-establish-the-projeet as lump-sufn, in accordance-wit-h- Seetion-8-
48 01.4(1)and also reinstate the measurement of one or more of the items described in
49 Section 8-01.4(2), except for Erosion/Water Pollution Control, by force account. When
50 that occurs,the corresponding payment provision in Section 8-01.5(2)is not deleted
51 and the Work under that item will be paid as specified.
52
AMENDMENTS TO THE 2018 STANDARD SPEC!FICATIONS BOOK
Revised: 411119
1 8-01.5(4) Items not included with Lump Sum Erosion Control and Water Pollution
2 Prevention
3 Payment will be made for the following Bid item when it is included in the Proposal:
4
5 "High Visibility Fence", per linear foot.
6
7 8-02.AP8
8 Section 8-02, Roadside Restoration
9 April 1, 2019
10 This section, including all subsections, is revised to read:
11
12 8-02.1 Description
13 This Work consists of preserving, maintaining, establishing and augmenting vegetation
14 on the roadsides and within mitigation or sundry site areas. It includes vegetation
15 preservation, weed and pest control, furnishing and placing topsoil, compost, and soil
16 amendments, and furnishing and planting seed, sod and plants of all forms and
17 container types. It includes performing plant establishment activities and soil
18 bioengineering.Work shall be performed in accordance with these Specifications and
19 as shown in the Plans or as designated by the Engineer.
20
21 Trees, whips, shrubs, ground covers, cuttings, live stakes, live poles, live branches,
22 rhizomes, tubers, rootstock, and seedlings will hereinafter be referred to collectively as
23 "plants" or"plant material'. Grass, wildflowers, and other plant materials installed in
24 seed form will hereinafter be referred to collectively as"seed".
25
26 8-02.2 Materials
27 Materials shall meet the requirements of the following sections:
28
29 Erosion Control and Roadside Planting 9-14
30 Water 9-25.2
31
32 Botanical identification and nomenclature of plant materials shall be based on
33 descriptions by Hitchcock and Cronquist in "Flora of the Pacific Northwest". Botanical
34 identification and nomenclature of plant material not found in"Flora" shall be based on
35 Bailey in "Hortus Third" or superseding editions and amendments or as referenced in
36 the Plans.
37
38 8-02.3 Construction Requirements
39 8-02.3(1) Responsibility During Construction
40 The Contractor shall prepare, install, and ensure adequate and proper care of all
41 roadside seeded, planted, and lawn areas on the project until all plant
42 establishment periods required by the Contract are complete or until Physical
43 Completion of the project, whichever is last.
44
45 Adequate and proper care shall include, but is not limited to, keeping all plant
46 material in a healthy, growing condition by watering, pruning, and other actions
47 deemed necessary for plant health. This Work shall include keeping the project
48 area free from insect infestation, weeds or unwanted vegetation, litter, and other
49 debris along with retaining the finished grades and mulch in a neat uniform
50 condition.
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 Existing desirable vegetation shall be saved and protected unless removal is
2 required by the Contract or allowed by the Engineer.
3
4 The Contractor shall have sole responsibility for the maintenance and appearance
5 of the roadside restoration.
6
7 8-02.3(2) Work Plans
8 Three Work Plan submittals exist under this Section:
9
10 1. Roadside Work Plan: This plan is required when Work will disturb the
11 roadside beyond 20 feet from the pavement or where trees or native
12 vegetation will be removed,the Contractor shall submit a Type 2 Working
13 Drawing.
i4
15 2. Weed and Pest Control Plan: This plan is required when the proposal
16 contains the item'Weed and Pest Control," and prior to application of any
17 chemicals or weed control activities, the Contractor shall submit a Type 2
18 Working Drawing.
19
20 3. Plant Establishment Plan: This plan is required when the proposal
21 contains the item"PSI PE—", and prior to completion of Initial Planting,the
22 Contractor shall submit a Type 2 Working Drawing.
23
24 8-02.3(2)A Roadside Work Plan
25 The Roadside Work Plan shall define the expected impacts to the roadside
26 and restoration resulting from Work necessary to meet all Contract
27 requirements. The Contractor shall define how the roadside restoration Work
28 included in the Contract will be phased and coordinated with project Work such
29 as earthwork, staging, access, erosion and water pollution control, irrigation,
30 etc. The Roadside Work Plan shall include the following:
31
32 i. Urniting impacts to roadsides:
33
34 a. Limits of Work including locations of staging or parking.
35
36 b. Means and methods for vegetation protection (in accordance
37 with Section 1-07.16(2)).
38
39 c. Locations outside of clearing limits where vegetation shall be
40 removed to provide access routes or other needs to accomplish
41 the Work.
42
43 d. Plans for removal, preservation and stockpile of topsoil or other
44 native materials, if outside of clearing and grubbing limits and.
45 within the project limits.
46
47 -Z --Roadside-Restoration: ---
48
49 a. Plan for propagation and procurement of plants, ground
50 preparation for planting, and installation of plants.
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOT(
Revised: 4/1/19
1 b. Means and methods to limit soil compaction where seeding and
2 planting are to occur, such as steel plates, hog fuel access
3 roads, wood mats for sensitive areas (including removal) and
4 decompaction for unavoidable impacts.
5
6 c. Plan and timing to incorporate or remove erosion control items.
7
8 3. Lawn Installation:
9
10 a. Schedule for lawn installation work.
11
12 b. Establishment and maintenance of lawns.
13
14 8-02.3(2)B Weed and Pest Control Plan
15 The Weed and Pest Control Plan shall describe all weed and pest control
16 needs for the project.
17
18 The plan shall be prepared and signed by a licensed Commercial Pest Control
19 Operator or Consultant.The plan for control of weeds and pests on the
20 Contract in accordance with Section 8-02.3(3)shall include the following:
21
22 1. Names of plan preparer and pesticide operators, including contact
23 information. The Contractor shall furnish the Engineer evidence that
24 all operators are licensed with appropriate endorsements, and that
25 the pesticide used is registered for use by the Washington State
26 Department of Agriculture.
27
28 2. Means and methods of weed control, including mechanical and/or
29 chemical.
30
31 3. Schedule for weed control including re-entry times for pesticide
32 application by pesticide type.
33
34 4. Proposed pesticide use in accordance with Section 8-02.3(3)A:
35 name, application rate, and Safety Data Sheets of all proposed
36 pesticides. Include a copy of the current product label for each
37 pesticide to be used.
38
39 5. Plan to ensure worker safety until pesticide re-entry periods are met.
40
41 8-02.3(2)C Plant Establishment Plan
42 The Plant Establishment Plan shall describe activities necessary to ensure
43 continued health and vigor of planted and seeded areas in accordance with the
44 requirements of Sections 8-02.3(12) and 8-02.3(13). Should the plan become
45 unworkable at any time during the first-year plant establishment, the
46 Contractor shall submit a revised plan prior to proceeding with further Work.
47 The Plant Establishment Plan shall include:
48
49 1. Proposed scheduling of joint inspection meetings, activities,
50 materials, equipment to be utilized for the first-year plant
51 establishment.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 2. Proposed adaptive management activities to ensure successful
2 establishment of seeded, sodded, and planted areas.
3
4 3. A contact person.
5
6 4. Management of the irrigation system, when applicable.
7
8 8-02.3(3) Weed and Pest Control
9 The Contractor shall control weed and pest species within the project limits using
10 integrated pest management principles consisting of mechanical, biological, and
11 chemical controls that are outlined in the Weed and Pest Control Plan or as
12 designated by the Engineer. Controlling weeds consists of killing and removing
13 weeds by chemical, mechanical, and hand methods.
14
15 8=02.3(3)A Chemical Pesticides
16 Chemical pesticides include, but are not restricted to, any substance or mixture
17 of substances intended for preventing, destroying, repelling or mitigating any
18 pest, including but not limited to, insecticides, herbicides, fungicides,
19 adjuvants, and additives, including plant regulators, defoliants and desiccants.
20 The Contractor shall apply chemical pesticides in accordance with the label
21 recommendations, the Washington State Department of Ecology, local
22 sensitive area ordinances, and Washington State Department of Agriculture
23 laws and regulations. Only those pesticides listed in the table Herbicides
24 Approved for Use on WSDOT Rights of Way and accepted as part of the
25 Weed and Pest Control Plan or by written authorization from the Engineer may
26 be used(;,6jww.wsdot.wa.gov/maintenance/roadside/herbicide w.wsdot.wa.gov/maintenance/roadside/herbicide use.htm).
27
28 The applicator shall be licensed by the State of Washington as a Commercial
29 Applicator or Commercial Operator, with additional endorsements as required
30 by the Special Provisions or the proposed weed control plan. All chemical
31 pesticides shall be delivered to the job site in the original containers, or if pre-
32 mixed off-site, a certification of the components and formulation from the
33 supplier is required. The licensed applicator or operator shall complete
34 WSDOT Form 540-509, Commercial Pesticide Application Record, each day
35 the pesticide is applied and furnish a copy to the Engineer by the following
36 business day.
37
38 The Contractor shall ensure confinement of the chemicals within the
39 designated areas. The use of spray chemical pesticides shall require the use
40 of anti-drift and activating agents and a spray pattern indicator unless
41 otherwise allowed by the Engineer.
42
43 The Contractor shall assume all responsibility for rendering any area
44 unsatisfactory for planting by reason of chemical application. Damage to
45 adjacent areas, either on or off the Highway Right of Way, shall be repaired to
46 the satisfaction of the Engineer or the property owner at no additional cost to
47 tate-Contracting-Ageney.
48
49 8-02.3(3)6 Planting and Lawn Area Weed Control
50 Planting and lawn area weed control consists of controlling weeds and pests in
51 planted and lawn areas shown in the Plans. This Work is included in the bid
52 items for planting and lawn installation.
AMENDMENTS TO THE 2.^,18 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1
2 All planting and lawn areas shall be prepared so that they are weed and debris
3 free at the time of planting and until completion of the project. The planting
4 areas shall include the entire ground surface, regardless of cover, areas
5 around plants, and those areas shown in the Plans.
6
7 Within planting or lawn areas, all species that are not shown in the Plans are
8 unwanted and shall be controlled unless specifically allowed by the Engineer
9 to remain.
10
11 Grass growing within the mulch ring of a plant, including grass applied in
12 accordance with Sections 8-01.3(2)A1, 8-02.3(9)or 8-02.3(10), shall be
13 considered a weed and shall be controlled on the project in accordance with
14 the weed and pest control plan.
15
16 All applications of post-emergent herbicides shall be made while green and
17 growing tissue is present. Residual herbicides shall not be used where
18 rhizomatous species or perennial species are indicated.
19
20 Should unwanted vegetation reach the flowering and seed stage in violation of
21 these Specifications, the Contractor shall physically remove and bag the seed
22 heads prior to seed dispersion.All physically removed vegetation and seed
23 heads shall be disposed of off-site at no cost to the Contracting Agency.
24
25 8-02.3(3)C Project Area Weed and Pest Control
26 The Contractor shall control weeds not otherwise covered in accordance with
27 Section 8-02.3(3)B, in all areas within the project limits, including erosion
28 control seeding areas and vegetation preservation areas, as designated by the
29 Engineer.
30
31 When the Bid Item "Project Area Weed and Pest Control' is included in the
32 Contract,the Contractor shall also control all weeds specified as noxious by
33 the Washington State Department of Agriculture, the local Weed District, or the
34 County Noxious Weed Control Board outside of planting areas within the
35 project limits.
36
37 8-02.3(4) Topsoil
38 Topsoil shall not be worked or placed when the ground or topsoil is frozen, or
39 excessively wet.
40
41 The Contractor shall protect topsoil stockpiled for project use to prevent erosion
42 and weed growth.Weed growth on topsoil stockpile sites shall be immediately
43 eliminated in accordance with the accepted Weed and Pest Control Plan and
44 Section 8-02.3(3)C.
45
46 The subsoil where topsoil is to be placed shall be tilled to a depth of 1 foot or as
47 specified in the Special Provisions or the Plans.Topsoil of the type specified shall
48 be evenly spread over the specified areas to the depth shown in the Plans or as
49 otherwise ordered by the Engineer.Topsoil depths greater than 6 inches shall be
50 placed in lifts no more than 6 inches in depth. The first lift of topsoil shall be
51 incorporated with sub-soil to a depth of 8 inches and subsequent lifts placed and
52 lightly tamped between lifts. After the topsoil has been spread, all large clods, hard
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1119
1 lumps, and rocks 2 inches in diameter and larger, and litter shall be raked up,
2 removed, and disposed.
3
4 8-02.3(4)A Topsoil Type A
5 Topsoil Type A shall be as specified in the Special Provisions. The Contractor
6 shall submit a certification by the supplier that the contents of the Topsoil meet
7 the requirements in the Special Provisions.
8
9 8-02.3(4)B Topsoil Type B
10 Topsoil Type B shall be naturally occurring topsoil taken from within the project
11 limits and shall meet the requirements of Section 9-14.1(2). Topsoil Type B
12 shall be taken from areas shown in the Plans to the designated depth and
13 stockpiled at locations that will not interfere with the construction of the project,
14 and outside of sensitive areas, as allowed by the Engineer. A minimum of two
15 weeks prior to excavation of Topsoil Type B,the Contractor shall pre-treat the
16 vegetation on the designated Topsoil Type B areas according to the Weed and
17 Pest Control Plan.Areas beyond the slope stakes shall be disturbed as little as
18 possible in the above operations and under no circumstances shall Topsoil
19 Type B be stockpiled within 10 feet of any existing tree or vegetation area
20 designated to be saved and protected.The Contractor shall protect topsoil
21 stockpile from weed infestation.
22
23 The Contractor shall set aside sufficient material to satisfy the needs of the
24 project.
25
26 Upon completion of topsoil placement,the Contractor shall dispose of
27 remaining stockpiled Topsoil Type B not required for use on the project at no
28 additional expense to the Contracting Agency in accordance with Section 2-
29 03.3(7)C.
30
31 Should a shortage of Topsoil Type B occur, and the Contractor has wasted or
32 otherwise disposed of topsoil material,the Contractor shall furnish Topsoil
33 Type A or C at no additional expense to the Contracting Agency.
34
35 8-02.3(4)C Topsoil Type C
36 Topsoil Type C shall be naturally occurring topsoil obtained from a source
37 provided by the Contractor outside of the Contracting Agency-owned Right of
38 Way.Topsoil Type C shall meet the requirements of Sections 8-02.3(4)B and
39 9-14.1(3). The Contractor shall not begin removal of Topsoil Type C from the
40 proposed source until the material has been allowed for use by the Engineer.
41
42 8-02.3(5) Roadside Seeding, Lawn and Planting Area Preparation
43 This Work includes preparing worked areas for the installation of all types of
44 permanent erosion control planting. Worts shall be conducted so the flow lines in
45 drainage channels are maintained. Material displaced by the Contractor's
46 operations that interferes with drainage shall be removed from the channel and
—47- disposed-o"s-allowed by-the Engineer.
48
49 8-02.3(5)A Seeding Area Preparation
50 The Contractor shall prepare roadside seeding areas as follows:
51
AMENDMENTS To THE 2015 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 1. Remove all excess material, debris, stumps, and rocks greater than 3
2 inches in diameter from areas to be seeded. Dispose of removed
3 materials offsite.
4
5 2. Prepare roadside seeding area to a weed free and bare condition.
6
7 3. Bring area to uniform grade and install topsoil, soil amendments, or
8 compost as specified. Any slopes 3(H)to 1(V)or steeper shall not be
9 tilled unless otherwise specified.
10
11 4. Compact to provide a reasonably firm but friable seedbed;tractor
12 walk to uniformly cover the surface with longitudinal depressions at
13 least 2 inches deep formed perpendicular to the natural flow of water
14 on the slope. Condition the soil with sufficient water so the
15 longitudinal depressions remain in the soil surface until completion of
16 the seeding.
17
18 5. Seed and mulch within 2 days of preparation.
19
20 8-02.3(5)B Lawn Area Preparation
21 The Contractor shall prepare lawn areas as follows:
22
23 1. Prepare lawn area to a weed free and bare condition in accordance
24 with Section 8-02.3(3)6.
25
26 2. Remove excess material, stumps, wood or rocks over 3 inches in
27 diameter and remove from site.
28
29 3. Bring area to uniform grade and install topsoil or soil amendments in
30 accordance with Section 8-02.3(4)and 8-02.3(6).
31
32 4. Till to an 8-inch depth, rake to a smooth even grade without low areas
33 that trap water, and compact with a 50-pound roller. The finished
34 grade of the soil shall be 1 inch below the top of all curbs,junction
35 and valve boxes, walks, driveways, and other Structures.
36
37 5. Seed or sod the area within two days of preparation.
38
39 8-02.3(5)C Planting Area Preparation
40 The Contractor shall prepare planting areas as follows:
41
42 1 Prepare planting area to a weed free and bare condition in
43 accordance with Section 8-02.3(3)B.
44
45 2. Decompact soil to a depth of 18 inches where construction activities
46 have taken place or where native soils are compacted.
47
48 3. Return soil to uniform grade even with surrounding areas, leaving no
49 holes or mounds over 3 inches in depth or height.
50
51 4. Remove excess material, stumps, wood or rocks over 3 inches in
52 diameter and remove from site.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1
2 5. Apply compost or other amendments as indicated in the plans and in
3 accordance with Section 8-02.3(6).
4
5 6. Cultivate amendments to a depth of 12 inches to provide a
6 reasonably firm but friable planting area. Do not till any slopes 3(H)to
7 1(V)or steeper.
8
9 7. Return soil to a uniform finished grade, 1 inch, or the specified depth
10 of mulch plus 1 inch, below walks, curbs,junction and valve boxes,
11 catch basins, and driveways, unless otherwise specified.
12
13 8. Begin planting and mulching the area within two days of final
14 preparation.
15
16 8-02.3(6) Soil Amendments
17 The Contractor shall place soil amendments of the type, quality, and quantities
18 specified where shown in the Plans or as specified in the Special Provisions. Areas
19 receiving soil amendments shall be bare soil or vegetation free prior to application.
20 All soil amendments shall be installed as shown in the Plans within 30 calendar
21 days after delivery to the project site.
22
23 8-02.3(6)A Compost
24 Compost used for soil amendments shall be Fine Compost unless otherwise
25 designated in the Plans.When compost blanket is used for temporary erosion
26 control,the compost blanket may be incorporated into the soil immediately
27 prior to planting when used as compost soil amendment. The area shall be
28 prepared in accordance with Section 8-02.3(5) prior to placing compost.
29
33 8-02.3(6)B Fertilizers
31 The Contractor shall apply fertilizer in the form, mixture, and rate specified in
32 the Special Provisions or as directed by the Engineer. Application procedures
33 shall be in accordance with the manufactureras recommendations unless
34 otherwise specified in the Special Provisions.
35
36 The Contractor shall submit a guaranteed fertilizer analysis label for the
37 selected product a minimum of one week prior to application for acceptance.
38 Following the Engineer's acceptance, fertilizing of the accepted ground or
39 vegetated surfaces shall begin immediately.
40
41 In seeding and lawn areas to be fertilized, the fertilizer shall be applied
42 concurrently with the seed.When fertilizer is hydraulically applied, the fertilizer
43 shall be suitable for application with seeding as specified in Section 8-
44 02.3(9)C. If hydroseeding, the fertilizer shall be placed in the hydroseeder tank
45 no more than 1 hour prior to application.
46
47 Fertilizers for planting areas shall be applied concurrently with compost and
48 applied prior to incorporation, unless tablet form fertilizer is specified.Where
49 tablet form fertilizer is specified,fertilizer shall be applied concurrently with
50 plant installation.
51
52 Fertilizer sprayed on signs or sign structures shall be removed the same day.
AMENDMENTS TO THE 2013 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1
2 Areas not accessible by fertilizing equipment shall be fertilized by allowed
3 hand methods.
4
5 Second Application: A second application of fertilizer shall be applied as
6 specified in the Special Provisions at the locations designated in the Plans.
7 The fertilizer shall be applied during the months of March, April, or May of the
8 following year after the initial seeding, planting, or lawn installation.The
9 fertilizer shall be dry granular pellets or pearls and applied in accordance with
10 the manufacturer's recommendations or as specified in the Special Provisions.
11
12 8-02.3(7) Layout of Planting, Lawn and Seeding Areas
13 The Contractor shall lay out and prepare planting and lawn areas and receive the
14 Engineer's acceptance of layout and preparation prior to any installation activities.
15 The Contractor shall stake the location of all trees larger than 1-inch caliper and the
16 perimeter of all planting areas for acceptance by the Engineer prior to any
17 installation activities.
18
19 The Contractor shall locate all trees to be planted in mowable grass areas a
20 minimum of 10 feet from the edge of planting areas, other trees,fence lines, and
21 bottom of ditches unless otherwise specified.
22
23 Tree locations shown in the Plans shall be considered approximate unless shown
24 with stationing and offset distance. In irrigated areas, trees shall be located so their
25 trunk is a minimum of'/of the spray radius away from the nearest sprinkler head.
26
27 Unless otherwise shown, planting areas located adjacent to Roadways shall begin
28 6 feet from the edge of shoulder on roadway fills and begin 5 feet up on the back
29 slope from the bottom on roadway cut sections. Plants within planting areas shall
30 be located such that mature branching pattern will not block sight distance, signs,
31 or other traffic-related devices. No trees shall be placed where the mature canopy
32 will grow to within 10 feet of existing power lines.Where roadside ditches are
33 present, planting areas shall begin 5 feet from the centerline of the ditch unless
34 shown otherwise in the Plans.
35
36 8-02.3(8) Planting
37 8-02.3(8)A Dates and Conditions for Planting
38 No plant material shall be planted until it has been inspected and accepted for
39 planting by the Engineer. Rejected material shall be removed from the project
40 site immediately. All plants for the project or a sufficient quantity to plant 1-acre
41 of the site,whichever is less, shall be received on site prior to the Engineer
42 beginning inspection of the plants.
43
44 Under no circumstances will planting be permitted during unsuitable soil or
45 weather conditions as determined by the Engineer. Unsuitable conditions may
46 include frozen soil, freezing weather, saturated soil, standing water, high
47 winds, heavy rains, and high water levels. The ground shall be moist at the
48 time of planting. All planting shall be accomplished during the following
49 periods:
50
51 1. Non-Irrigated Plant Material
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 Western Washington (West of the Cascade Mountain Crest)—
2 October 1 to March 1.
3 Eastern Washington (East of the Cascade Mountain Crest)—October
4 1 to November 15.
5
6 2. Irrigated Plant Material
7
8 In irrigated areas, plant material shall not be installed until the irrigation
9 system is fully operational and accepted by the Engineer. Trees and
10 shrubs may be planted in irrigated areas during the non-irrigated planting
11 window before the irrigation system is functional with the written
12 concurrence of the Engineer only if the irrigation system is guaranteed to
13 be operational priorto the end of the non-irrigated planting window.
14
15 8-02.3(8)B Plant Installation
16 The Contractor shall handle plant material in the following manner:
17
18 1. Root systems shall be kept covered and damp at all times. Plant
19 material shall be kept in containers until the time of planting.
20
21 2. Roots shall not be bunched, curled, twisted, or unreasonably bent
22 when placed in the planting hole. Bare root plant material shall be
23 dormant at the time of harvesting and planting.The root systems of
24 all bare root plant material shall be dipped in a slurry immediately
25 prior to planting.
26
27 3. Plant material supplied in wrapped bails shall not be removed from
28 the wrapping until the time of planting at the planting location. The
29 root system of bailed plant material shall be moist at the time of
30 planting. Root balls shall be loosened prior to planting. All burlap,
31 baskets, strina,wire and other such materials shall be removed from
32 the hole when planting balled plants.
33
34 4. Plant cutting material shall be dormant at the time of cutting and
35 planting. All cuttings shall be installed immediately if buds begin to
36 swell.
37
38 5. Plants shall be placed with the crown at the finished grade. In their
39 final position, plants shall have their#op true root(not adventitious
40 root) no more than 1 inch below the soil surface, no matter where that
41 root was located in the original root bail or container. The back i!
42 material, including container and root ball soil, shall be thoroughly
43 watered on the same day that planting occurs regardless of season.
44
45 When installing plants,the Contractor shal! dig planting holes three times the
46 diameter of the container or root ball size. Any glazed surface of the planting
47 hole shalt be roughened prior to-planting.
48
49 8-02.3(8)C Pruning, Staking, Guying, and Wrapping
Sit Plants shall be pruned at the time of planting, only to remove minor broken or
51 damaged twigs, branches or roots. Pruning shall be performed with a sharp
52 tool and shall be done in such a manner as to retain or to encourage natural
AMENDMENTS TO TUE 2018 STANDARD SPECIFICATIONS BOOK.
Revised: 411119
1 growth characteristics of the plants. All other pruning shall be performed only
2 after the plants have been in the ground at least 1 year and when plants are
3 dormant.
4
5 Trees shall only be staked when so noted in the Plans. Each tree shall be
6 staked or guyed before completion of the backfilling in accordance with the
7 details shown in the Plans.
8
9 Trees shall be wrapped when so noted in the Plans.
10
11 8-02.3(9) Seeding, Fertilizing, and Mulching
12 For all seed, the Contractor.shall furnish the following documentation to the
13 Engineer:
14
15 1. The state or provincial seed dealer license and endorsements.
16
17 2. Copies of Washington State Department of Agriculture(WSDA)test
18 results on each lot of seed. Test results shall be within six months prior to
19 the date of application.
20
21 8-02.3(9)A Dates for Application of Seed
22 Unless otherwise allowed by the Engineer, the Contractor shall apply seed for
23 permanent erosion control during the following periods:
24
Western Washington' Eastern Washington
(West of the Cascade Mountain (East of the Cascade Mountain
Crest) Crest_)
March 1 through May 15 October 1 through November 15
September 1 through October 1
'Seeding may be allowed outside these dates when allowed by the
En ineer.
25
26 All roadway excavation and embankment ground surfaces that are completed
27 to final grades shall be prepared and seeded during the first available seeding
28 window. When environmental conditions are not conducive to satisfactory
29 results, the Engineer may suspend the seeding Work until such time that the
30 desired results are likely to be obtained. If seeding is suspended,temporary
31 erosion control methods according to Section 8-01 shall be used to protect the
32 bare soil until seeding conditions improve.
33
34 8-02.3(9)6 Seeding and Fertilizing
35 The Contractor shall prepare the seeding area in accordance with Section 8-
36 02.3(5)A and apply seed at the rate and mix specified in the Special
37 Provisions. The Contractor shall notify the Engineer within 5 days in advance
38 of any seeding operation and shall not begin the Work until areas prepared or
39 designated for seeding have been accepted. Following the Engineer's
40 acceptance, seeding of the accepted ground surfaces shall begin immediately.
41
42 Seeding shall not be done during windy weather or when the ground is frozen,
43 or excessively wet.
44
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 When seeding by hand, the seed shall be incorporated into the top'/ inch of
2 soil by hand raking or other method that is allowed by the Engineer.
3
4 Seed applied as a separate operation using a hydroseeder shall have a tracer
5 added to visibly aid uniform application.The tracer shall be HECP Short-Term
6 Mulch applied at a rate of 200 to 250 pounds per acre and the tracer shall carry
7 the measured specified seeding rate.
8
9 8-02.3(9)C Seeding with Fertilizers and Mulches
10 When the Proposal includes any variation of seeding,fertilizing, and without
11 mulching,the seed and fertilizer shall be applied in one application followed by
12 mulching.West of the Cascade Mountains, seed,fertilizer, and mulch may be
13 completely applied in one application. East of the Cascades, seeding,
14 fertilizing, and mulching shall not be applied as a single application unless
15 allowed by the Engineer in writing prior to application. The fertilizing and
16 mulching shall meet the requirements of Sections 8-02.3(6)and 8-02.3(11).
17
18 8-02.3(9)D Inspection
19 Seeded areas will be inspected upon completion of seeding,fertilizing, and
20 mulching.The Work in any area will not be measured for payment until a
21 uniform distribution of the materials is accomplished at the specified rate.
22 Areas that have not received a uniform application of seed, fertilizer, and
23 mulch at the specified rate, as determined by the Engineer, shall be re-seeded,
24 re-fertilized, or re-mulched prior to payment for seeding within a designated
25 area.
26
27 8-02.3(9)E Protection and Care of Seeded Areas
28 The Contractor shall install and establish a stable and weed free stand of
29 grass as specified within all designated permanent seeding areas. A stable
30 stand of grass shall meet the following requirements:
31
32 1. A dense and uniform canopy cover, 70%for Western Washington
33 and 50%for Eastern Washington, of specified species covers all
34 seeded areas after 3 months of active growth following germination
35 during the growing season. Canopy cover is defined as the cover of
36 living and vigorous grass blades, leaves, and shoots of specified
37 species.Volunteer species, weeds,woody plants, or other
38 undesirable vegetation shall not factor into the canopy cover. Growth
39 and establishment may require supplemental irrigation to meet cover
40 requirements.
41
42 2. Stand health is evident by vigorously growing planted species having
43 a uniform rich-green appearance and with no dead patches or major
44 gaps of growth. A stand of grass that displays rusting, wilting, stunted
45 growth, disease, yellowing or browning of leaves, or bare patches
46 does not meet the stand health requirement.
47
48 3. The Contractor shall establish a stable stand of grass free of all
49 weeds, non-specified grasses, and other undesirable vegetation.
50 Weed control shall be in accordance with the Weed and Pest Control
51 Plan and occur on a monthly basis during the establishment period
52 and through the life of the Contract.
AMENDMENTS To THE 2018 STANDARD SPEGWICATIONS BOOK
Revised: 4/1/19
1
2 4. Remove all trash, rocks, construction debris, and other obstructions
3 that may be detrimental to the continued establishment of future
4 seeding.
5
6 In addition to the requirements of Section 1-07.13(1), restoration of eroded
7 areas including clean up, removal, and proper disposal of eroded material,
8 filling and raking of eroded areas with Topsoil Type A or fine compost, and re-
9 application of the specified seed, fertilizer, and mulch shall occur at no
10 additional cost to the Contracting Agency.
11
12 8-02.3(10) Lawn Installation
13 8-02.3(10)A Dates and Conditions for Lawn Installation
14 In irrigated areas, lawn installation shall not begin until the irrigation system
15 is fully operational.
16
17 Unless otherwise allowed by the Engineer, seeded lawn installation shall be
18 performed during the following time periods at the location shown:
19
Western Washington Eastem Washington
(West of the Cascade Mountain (East of the Cascade Mountain
Crest) Crest)
March 1 through May 15 October 1 through November 15
September 1 through October 1
When irrigation system is operational When irrigation system is operational
March 1 through October 1 March 1 through November 1
20
21 8-02.3(10)B Lawn Seeding and Sodding
22 The Contractor shall prepare the lawn area in accordance with Section 8-
23 02.3(5) and apply seed at the mix and rate of application as specified in the
24 Special Provisions.
25
26 The Contractor shall have the option of sodding in lieu of seeding for lawn
27 installation at no additional expense to the Contracting Agency. Seeding in lieu
28 of sodding will not be allowed.
29
30 Seed placed by hand shall be raked into the soil. Following raking, the seeded
31 soil shall be rolled with a smooth 50-pound roller. Sod strips shall be placed
32 within 48 hours of being cut. Placement shall be without voids and have the
33 end joints staggered. Following placement, the sod shall be rolled with a
34 smooth roller to establish contact with the soil.
35
36 Barriers shall be erected, with warning signs where necessary, to preclude
37 pedestrian traffic access to the newly placed lawn during the establishment
38 period.
39
40 8-02.3(10)C Lawn Establishment
41 Lawn establishment shall consist of caring for all new lawn areas within the
42 limits of the project.
43
44 The lawn establishment period shall begin immediately after the lawn seeding
45 or sodding has been accepted by the Engineer and shall extend to the end of
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 four mowings or 20 working days whichever is longer. The mowings shall be
2 done in accordance with Section 8-02.3(10)D.
3
4 During the lawn establishment period, the Contractor shall ensure the
5 continuing healthy growth of the turf. This care shall include keeping the
6 project in a presentable condition including, but not limited to, removal of litter,
7 mowing, trimming, removal of grass clippings, edging,fertilization, insecticide
8 and fungicide applications, weed control, watering, repairing the irrigation
9 system, and repair and reseeding all damaged areas.
10
11 Temporary barriers shall be removed only when directed by the Engineer.
12
13 All Work performed under lawn establishment shall comply with established
14 turf m-anlagernent practices.
15
16 Acceptance of lawn planting as specified will be based on a uniform stand of
17 grass and a uniform grade at the time of final inspection. The Contractor shall
18 recultivate, re-grade, reseed, and refertilize areas that are bare or have a poor
19 stand of grass or not having a uniform grade through any cause before final
20 inspection at no additional cost to the Contracting Agency.
21
22 8-02.3(10)D Lawn Mowing
23 Lawn mowing shall begin immediately after the lawn establishment period has
24 been accepted by the Engineer and shall extend to the end of the Contract or
25 _ — e irfh sir p andt establishment, whic ever is ast.
26
27 The Contractor shall accomplish the following minimum requirements:
28
29 1. Mow,trim, and edge as often as conditions dictate, at a minimum,
30 once per wear bet:^Teen April and September. Maximum height of
31 lawn shat# not exceed 3 inches. The cutting height shall be 2 inches.
32 Cuttings, trimmings, and edgirgs shall be disposed of off the project
33 site. When the Engineer allows the use of a mulching mower,
34 trimmings may be left in place.
35
36 2. Water as often as conditions dictate depending on weather and soil
37 conditions.
38
39 3. Provide fertilizer, weed control, water, and other^;-asures as
40 necessary to establish and maintain a healthy stand of grass.
41
42 8-02.3(11) Mulch
43 Mulches associated with seeding and planting shall be of the type specified in the
44 Special Provisions or as indicated in the Plans. The Contractor shall evenly apply
45 mulch at the rates indicated in the Plans. Mulches shall not be placed below the
46 anticipated water level of ditch slopes, pond bank slopes, and stream banks, or in
47 areas of standing or flowing water.
48
49 8-02.3(11)A Mulch for Seeding Areas
50 The Contractor shall furnish and evenly apply Hydraulically Applied Erosion
51 Control Product(HECP) Long Term Mulch at the rates indicated and in
52 accordance with the Manufacturer's specifications unless otherwise specified_
AMENDMENTS TO THE 2018 STANDARD SPEWICATIONS SOAK
Revised: 411119
1
2 HECP Long Term Mulch shall be hydraulically applied at the rate of 3500
3 pounds per acre with no more than 2000 pounds applied in any single lift.
4 HECP mulch shall not be used within the Ordinary High Water Mark.
5
6 Mulch sprayed on signs or sign Structures shall be removed the same day.
7
8 Areas not accessible by mulching equipment shall be mulched by accepted
9 hand methods.
10
11 HECP Long Term Mulch may be applied with seed and fertilizer west of the
12 summit of the Cascade Range. East of the summit of the Cascade Range,
13 seed and fertilizer shall be applied in a single application followed by the
14 application of mulch.
15
16 8-02.3(11)B Bark or Woodchip Mulch
17 The Contractor shall apply bark or wood chip mulch of the type and depth
18 specified where shown in the Plans or as specified in the Special Provisions,
19
20 The Contractor shall complete final grading and placement/incorporation of soil
21 amendments within the planting area prior to placement of mulch. Areas
22 receiving bark mulch shall be bare soil or vegetation free before application,
23 except where trees and other plants are specifically identified in the Plans or
24 designated by the Engineer to be saved and protected.
25
26 Bark or wood chip mulch shall be placed to a uniform non-compacted depth of
27 3 inches over all planting areas unless otherwise specified. Mulch shall be
28 feathered to the base of the plant and 1 inch below the top of junction and
29 valve boxes, curbs, and pavement edges.
30
31 Any contamination of the mulch due to the Contractor's operations shall be
32 corrected to its former condition at no additional cost to the Contracting
33 Agency. Mulch placed to a thickness greater than specified shall be at no
34 additional cost to the Contracting Agency.
35
36 The Contractor shall keep plant material crowns, runners, and branches free of
37 mulch at all times.
38
39 8-02.3(11)C Bark or Woodchip Mulch Rings
40 The Contractor shall apply mulch rings around plants installed within existing
41 vegetation areas or within seeded areas as shown in the Plans. Bark or wood
42 chip mulch rings shall be applied to the surface of vegetation free amended
43 soil in the isolated plant locations where shown in the Plans or as specified in
44 the Special Provisions. Bark or wood chip mulch shall be placed to a uniform
45 non-compacted depth of 3 inches to a radius of 2 feet around all plants within
46 interplanted plant locations.
47
48 8-02.3(12) Completion of Initial Planting
49 Upon completion of the initial planting within a designated area,the Engineer will
50 make an inspection of all planting areas. The Engineer will notify the Contractor, in
51 writing, of any replacements or corrective action necessary to meet the plant
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 installation requirements. The Contractor shall replace all plants and associated
2 materials rejected or missing and correct unsatisfactory conditions.
3
4 Completion of the initial planting within a designated area includes the following
5 conditions:
6
7 1. 100 percent of each of the plant material categories are installed as
8 shown in the Plans.
9
10 2. Planting Area is cleaned up.
11
12 3. Repairs are completed, Including but not limited to,full operation of the
13 irrigation system.
14
15 4. Mulch coverage is complete.
16
17 5. All weeds are controlled.
18
19 8-02.3(13) Plant Establishment
20 Plant establishment consists of caring for all plants and planting areas within the
21 project limits. The provisions of Sections 1-07.13(2) and 1-07.13(3) do not apply to
22 this Section.
23
24 When the Proposal includes the bid item PSIPE (Plant Selection Including
25l last td rbTsTzrnenf} at Sic ifem includes one hear of pint esta-blishmenfWork.
26 The first year of plant establishment shall begin immediately upon written
27 notification from the Engineer of the completion of initial planting for the project.
28 The first-year plant establishment period shall be a minimum of one calendar year.
29 The one calendar year shall be extended an amount equal to any periods where
30 the Contractor does not comply with the plant establishment requirements and
31 plan.
32
33 During the first-year plant establishment period, the Contractor shall perform all
34 Work necessary to ensure the resumption and continued growth of the transplanted
35 material. This Work shall include, but is not limited to, applying water, removing
36 foreign, dead, or rejected plant material, maintaining all planting areas in a weed-
37 free condition, and replacing ail unsatisfactory plant material planted under the
38 Contract. If plants are stolen or damaged by the acts of others, the Contracting
39 Agency will pay invoice cost only for the replacement plants with no mark-gun and
40 the Contractor will be responsible for the labor to install the replacement plants.
41 JtI ler weed control within the project limits but outside of plan til ig, lawn, far seeding
42 areas shall be as specified in Section 8-02.3(3)C.
43
44 During the first year of plant establishment, the Contractor shall meet monthly or at
45 an agreed upon schedule with the Engineer for the purpose of joint inspection of
46 the planting material. The Contractor shall correct all unsatisfactory conditions
47 identified by the Engineer within a 10-day period immediately following the
48 inspection. If plant replacement is required, the Contractor shall, within the 10-day
49 period, submit a plan and schedule for the plant procurement and replacement to
50 occur during the planting period as designated in Section 8-02.3(8). At the end of
51 the plant establishment period; plants that do not show normal growth shall be
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1119
1 replaced and all staking and guying that remain on the project shall be removed
2 unless otherwise allowed by the Engineer.
3
4 All automatic irrigation systems shall be operated fully automatic during the plant
5 establishment period and until final acceptance of the Contract. Payment for water
6 used to water in plants, or hand watering of plant material or lawn areas unless
7 otherwise specified, is the responsibility of the Contractor during the first-year plant
8 establishment period.
9
10 Subsequent year plant establishment periods shall begin immediately at the
11 completion of the preceding year's plant establishment period. Each subsequent
12 plant establishment period shall be one full calendar year in duration.
13
14 During the plant establishment period(s)after the first year plant establishment, the
15 Work necessary for the continued healthy and vigorous growth of all plants material
15 shall be performed as directed by the Engineer.
17
18 Payment for water used to water plants during the subsequent year(s)of plant
19 establishment will be paid under the plant establishment item.
20
21 8-02.3(14) Plant Replacement
22 The Contractor shall be responsible for growing or arrange to provide sufficient
23 plants for replacement of all plant material rejected through first-year plant
24 establishment. All replacement plant material shall be inspected and accepted by
25 the Engineer prior to installation. All rejected plant material shall be replaced with
26 acceptable plants meeting the specifications and installed according to the
27 requirements of this Section at dates allowed by the Engineer.
28
29 All replacement-plants shall be of the same species as the plants they replace and
30 meet the requirements of Section 9-14.8 unless otherwise allowed by the Engineer.
31 Plants may vary in size reflecting one season of growth should the Contractor elect
32 to hold plant material under nursery conditions for an additional year to serve as
33 replacement plants. Replacement plant material larger than specified in the Plans
34 shall meet the applicable section requirements of the ASNS for container class, ball
35 size, spread, and branching characteristics.
36
37 8-02.3(15) Bioengineering
38 Bioengineering consists of using plant materials for the purpose of streambank or
39 earthen slope construction and surface stabilization. This Work may include
40 installing woody plant cuttings in various forms as well as part of streambank or
41 earthen slope construction.
42
43 8-02.3(15)A Fascines
44 Live fascines shall be constructed of live and dead cuttings bundled together
45 with a diameter of 8 to 18 inches. Live cuttings shall be the species shown in
46 the Plans. Dead branches may be cuttings from any woody, non-invasive plant
47 native to the project area. Dead branches may be placed within the live fascine
48 and on the side exposed to the air. Live branches shall be placed in contact
49 with the soil along their entire length. Each live fascine must contain a
50 minimum of eight live branches. Dead branches shall constitute no more than
51 40 percent of the total fascine content.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 The total length of each live fascine shall be a minimum of 5 feet. Branches
2 shall be bundled into lag-like forms and bound with biodegradable twine
3 spaced at 1-foot intervals along the entire length of the live fasciae. Live
4 fascines shall be installed horizontally in a trench whose depth shall be 1/2 the
5 diameter of the live fasciae. Secure the live fascine with live stakes 3 feet in
6 length and 3/4 inch in diameter placed at 18-inch intervals. A minimum of three
7 live stakes shall be used per fascine. The live stakes shall be driven through
8 the live fascine vertically into the slope. The ends of live fascines shall be
9 woven together so that no gap remains between the two sections of the
10 live fascine.
11
12 Prior to being covered with soil,the fascine shall be thoroughly watered. Once
13 the fascine is covered with 6 inches of soil, the soil covering the fascine shall
14 be thoroughly watered.
15
16 When used to remedy erosion areas, live fascines shall extend a minimum of
17 two feet beyond the visible area of erosion and soil disturbance. The locations
18 for live fascines and live stake rows shall be identified in the field for review
19 and acceptance by the Engineer.The Engineer may require adjustment of
20 fascine locations prior to installation in order to best accomplish the intended
21 functions.
22
23 Plant replacement during plant establishment for"PSIPE Live Fascine"will be
24 required for any section void of live shoots for a length of 3 feet or more.
25 Repp acement shall consist oTinstaIIifig live stakes, spaced 1 foot—a part above
26 the fascine within the area void of live shoots. Live stakes shall be of the same
27 species as the live fascine and shall have a minimum length of 3 feet and a
28 minimum diameter of 3/inch.The requirements of Section 8-02.3(8)apply to
29 PSIPE Live Fascine.
30
31 8-02.3(15)B Brush Mattress
32 Live brush mattress shall be constructed of live branch cuttings, live poles,jute
33 rope and topsoil. The live cuttings and live poles shall be from the plant
34 species designated in the Plans. Live branch cuttings shall be placed with the
35 cut ends oriented down slope as shown in the Plans. Cuttings shall overlap
36 from side to side and from top to bottom as each layer is constructed. The live
37 branches in each succeeding upper layer shall overlap the adjacent lower
38 layer by a minimum of 6 inches. A maximum of 20 percent of the branches
39 may be dead branches, but the live branches shall be distributed even!,,to
40 provide even rooting and growth over the entire area of the brush mattress.
41
42 The Contractor shall anchor the live brush mattress to the slope using stakes
43 and jute rope as shown'in the Plans. Initially, the stakes shall be installed to
44 protrude above the live brush mattress.The Contractor shall attach the jute
45 rope to the stakes and tighten the rope by tamping the stakes further into the
46 bank, pulling the live brush mattress tight against the sol surface. The
47 Contractor shall cover the live brush mattress with sufficient stockpiled topsoil
48 to ensure good soil contact with the live plant material.
49
50 Plant replacement during plant establishment for"PSIPE Live Brush Mattress"
51 will be required for any section void of live shoots for an area of 25 square feet
52 or more. Replacement shall consist of installing live stakes, spaced 3 feet
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411/19
1 apart in a triangular pattern within the area void of live shoots. Live stakes
2 shall be of the same species as the live brush mattress and shall have a
3 minimum length of 3 feet and a minimum diameter of% inch. The
4 requirements of Section 8-02.3(8)apply to PSIPE Brush Mattress.
5
6 8-02.3(15)C Brush Layer
7 Brush layers shall be constructed of live branch cuttings, randomly mixed, from
8 the plant species listed under the brush layer heading in the Plans. The
9 number of branches required will vary depending on the average branch
10 diameter and layer thickness.
11
12 Brush layers shall be placed in a trench dug at a 45 degree incline into the
13 slope or stream bank.Two-thirds to three-fourths of the length of the live
14 branches shall be buried. Soil shall be firmly tamped in place. Succeeding
15 layers shall be spaced as detailed in the Plans. Brush layer placed in stream
16 banks shall be angled downstream.
17
18 Brush layers may include plant establishment when designated as PSIPE
19 Brush Layer. Plant replacement for PSIPE Brush Layer will be required for
20 each section void of live shoots for a continuous distance of 3 feet or more.
21 The requirements of Section 8-02.3(8)apply to PSIPE Brush Layer.
22
23 8-02.3(16) Roadside Maintenance Under Construction
24 When the Contract includes the item, Roadside Maintenance Under Construction,
25 this Work includes roadside mowing and ditch maintenance, and noxious weed
26 control outside of planting areas according to Section 8-02.3(3)C.
27
28 8-02.3(16)A Roadside Mowing
29 The Contractor shall mow designated roadside grass areas to the limits
30 designated by the Engineer. Roadside mowing is limited to slopes not steeper
31 than 3(H)to 1(V).
32
33 The Contractor shall mow according to the following requirements:
34
35 1. Trim around traffic equipment, structures, planting areas, or other
36 features extending above ground preceding or simultaneously with
37 each mowing.
38
39 2. Maintain grass between 4 and 12 inches in height.
40
41 3. Operate mowing equipment with suitable guards to prevent throwing
42 rocks or debris onto the traveled way or off of the Contracting Agency
43 property. Power driven equipment shall not cause ruts, deformation,
44 and compaction of the vegetated soil.
45
46 4. Removing clippings is required on the traveled way, shoulders,
47 walkways, or Structures.
48
49 5. Restore soil rutting to a smooth and even grade at the direction of the
50 Engineer.
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
I 8-02.3(16)B Ditch Maintenance
2 The Contractor shall maintain drainage for the duration of the Contract
3 according to the following requirements:
4
5 1. Maintain flow lines in drainage channels and roadside ditches.
6
7 2. Cutting or trimming vegetation within drainage channels to maintain
8 positive flow.
9
10 3. Remove dirt and debris from inside of culverts or any drainage area
11 where runoff has allowed accumulations and re-seed for erosion
12 control.
13
14 4. Restore channels to previous operational condition.
15
16 8-02.4 Measurement
17 Topsoil, bark or woodchip mulch and soil amendments will be measured by the acre or
18 the square yard along the grade and slope of the area covered immediately after
19 placement. Weed control pre-treatment of topsoil areas, excavation, and stockpiling are
20 included in the bid item "Topsoil Type—
21
22 Bark or woodchip mulch rings will be measured per each.
23
24 Compost will be measured by the acre or the square yard along the grade and slope of
25 the area covered immediately after application.
26
27 Seeding, fertilizing, and mulching will be measured by the acre or the square yard by
28 ground slope measurement or through the use of design data.
29
30 Seeding and fertilizing by hand will be measured by the square yard. No adjustment in
31 area size will be made for the vegetation free zone around each plant.
32
33 Seeded lawn, sod installation, and lawn mowing will be measured along the ground
34 slope and computed in square yards of actual lawn completed, established, and
35 accepted.
36
37 Plant selection will be measured per each.
38
3; PSI PE_(Plant Selection Including Plan Establishment;will be measured per each.
40
41 Live Pole will be measured per each.
42
43 Live Stake Row will be measured by the linear foot along the ground slope line.
44
45 The pay quantities for plant materials will be determined by count of the number of
46 satisfactory plants in each category accepted by the Engineer.
47
48 Fascine and PSI PE live fascine will be measured by the linear foot along the ground
49 slope line.
50
51 Brush mattress and PSIPE live brush mattress will be measured by the surface square
52 yard along the ground slope line.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1
2 Brush layer and PSI PE brush layer will be measured by the linear foot along the ground
3 slope line.
4
5 Water will be measured in accordance with Section 2-07.4. Measurement will be made
6 of only that water hauled in tank trucks or similar equipment.
7
8 8-02.5 Payment
9 Payment will be made for each of the following listed Bid items that are included in the
10 Proposal:
11
12 "Project Area Weed and Pest Control"will be paid in accordance with Section 1-
13 09.6.
14 For the purpose of providing a common Proposal for all Bidders, the Contracting
15 Agency entered an amount for"Project Area Weed and Pest Control" in the
16 Proposal to become a part of the total Bid by the Contractor. Payment under this
17 item will be made only when the Work is not already covered by other items.
18
19 "Topsoil Type ", per acre.
20 The unit Contract price per acre for"Topsoil Type " shall be full payment for all
21 costs for the specified Work.
22
23 "Fine Compost", per acre or per square yard.
24 "Medium Compost", per acre or per square yard.
25 "Coarse Compost", per acre or per square yard.
26 The unit Contract price per acre for"Fine Compost", "Medium Compost" or"Coarse
27 Compost"shall be full pay for furnishing and spreading the compost onto the
28 existing soil.
29
30 "Soil Amendment", per acre.
31 The unit Contract price per acre for"Soil Amendment" shall be full pay for
32 furnishing and incorporating the soil amendment into the existing soil.
33
34 "Plant Selection_", per each.
35 The unit Contract price for"Plant Selection_", per each shall be full pay for all
36 Work to perform the work as specified within the planting area prior to planting for
37 weed control, planting area preparation and installation of plants with initial
38 watering.
39
40 As the plants that do not include plant establishment are obtained, propagated, and
41 grown, partial payments will be made as follows:
42
43 Payment of 15 percent of the unit Contract price per each when the plant
44 materials have been contracted, propagated, and are growing under nursery
45 conditions. The Contractor shall provide the Engineer with certification that the
46 plant material has been procured or contracted for delivery to the project for
47 planting within the time limits of the project. The certification shall state the
48 location, quantity, and size of all material.
49
50 Payment will be increased to 100 percent of the unit Contract price per each
51 for contracted plant material at the completion of the initial planting.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 All partial payments shall be limited to the actual number of healthy vigorous
2 plants that meet the stage requirements, limited to plan quantity. Previous
3 partial payments made for materials rejected or missing will be deducted from
4 future payments due the Contractor.
5
6 °PSIPE_", per each.
7 The unit Contract price for"PSIPE_", per each, shall be full pay for all Work
8 necessary to perform as specified within the planting area for weed control and
9 planting area preparation, planting, cleanup, and water necessary to complete
10 planting operations as specified to the end of first year plant establishment.
11
12 As the plants that include plant establishment are obtained, propagated, and
13 grown, partial payments will be made as follows after inspection by the Engineer:
14
15 Payment of 5 percent of the unit Contract price, per each, when the plant
16 materials have been contracted, propagated, and are growing under nursery
17 conditions. The Contractor shall provide the Engineer with certification that the
18 plant material has been procured or contracted for delivery to the project for
19 planting within the time limits of the project. The certification shall state the
20 location, quantity, and size of all material.
21
22 Payment will be increased to 15 percent of the unit Contract price, per each,
23 upon completion of the initial weed control and planting area preparation Work.
24
25 Payment will be increased to 60 percent of the unit Contract price per each for
26 the contracted plant material in a designated unit area when planted.
27
28 Payment will be increased to 70 percent of the unit Contract price per each for
29 contracted plant material at the completion of the initial planting.
30
31 Payment will be increased to the appropriate percentage upon reaching the
32 following plant establishment milestones:
33
34 June 30th 80 percent
35
36 September 30th 90 percent
37
38 Completion of first-year plant establishment or after all 100 percent
39 replacement plants have been Installed, whichever Is
40 later.
41
42 Plant establishment milestones are achieved when planting areas meet
43 conditions described in Section 8-02.3(13).
44
45 "Seeding, Fertilizing and Mulching", per acre.
46
47 "Seeding and Fertilizing", per acre or per square yard.
48
49 "Seeding and Fertilizing by Hand", per square yard.
50
51 "Second Application of Fertilizer", per acre.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 "Seeding and Mulching", per acre.
2
3 "Seeded Lawn Installation", per square yard.
4 "Sod Installation", per square yard.
5 "Lawn Mowing", per square yard.
6 The unit Contract price per square yard for"Seeded Lawn Installation"or"Sod
7 Installation"shall be full pay for all costs necessary to prepare the area, plant or
8 sod the lawn, erect barriers, control weeds, and establish lawn areas and for
9 furnishing all labor,tools, equipment, and materials necessary to complete the
10 Work as specified and shall be paid in the following sequence for healthy, vigorous
11 lawn:
12
13 Completion of Lawn Planting 60 percent of individual areas
14
15 Mid Lawn Establishment(after two mowings) 85 percent of individual areas
16
17 Completion of Lawn Establishment 100 percent of individual areas
18 (after four mowings)
19
20 "Plant Establishment Year "will be paid in accordance with Section 1-09.6.
21 For the purpose of providing a common Proposal for all Bidders, the Contracting
22 Agency entered an amount for"Plant Establishment -_Year" in the Proposal to
23 become a part of the total Bid by the Contractor.
24
25 "Live Pole", per each.
26
27 "Live Stake Row", per linear foot.
28
29 "Bark or Wood Chip Mulch", per acre.
30
31 "Bark or Wood Chip Mulch Rings", per each.
32 The unit Contract price per acre for"Bark or Wood Chip Mulch" shall be full pay for
33 furnishing and spreading the mulch onto the existing soil.
34
35 "Fascine" and "PSIPE Live Fascine", per linear foot.
36 "Brush Mattress" and "PSIPE Live Brush Mattress", per square yard.
37 "Brush Layer" and "PSIPE Brush Layer", per linear foot.
38 When PSIPE is included with Fascine, Brush Mattress, or Brush Layer, the
39 payment schedule for PSIPE will apply.
40
41 "Roadside Maintenance under Construction"will be paid in accordance with
42 Section 1-09.6.
43 For the purpose of providing a common Proposal for all Bidders, the Contracting
44 Agency has entered an amount for"Roadside Maintenance Under Construction" in
45 the Proposal to become a part of the total Bid by the Contractor.
46
47 "Water", per M Gal,
48
49
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 8-04.AP8
2 Section 8-04, Curbs, Gutters, and Spillways
3 April 2, 2018
4 8-04.2 Materials
5 In the first paragraph, the reference to "Portland Cement" is revised to read:
6
7 Cement 9-01
0
9 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways
10 The first paragraph is supplemented with the following:
11
12 Roundabout truck apron cement concrete curb and gutter shall be constructed with air
13 entrained concrete Class 4000 conforming to the requirements of Section 6-02.
14
15 8-06.AP8
16 Section 8-06, Cement Concrete Driveway Entrances
17 April 2, 2018
18 8-06.2 Materials
19 In the first paragraph,the reference to"Portland Cement" is revised to read:
20
21 Cement 9-01
22
23 8-06.3 Construction Requirements
24 The first paragraph is revised to read:
25
26 Cement concrete driveway approaches shall be constructed with air entrained concrete
27 Class 4000 conforming to the requirements of Section 6-02 or Portland Cement or
28 Blended Hydraulic Cement Concrete Pavement conforming to the requirements of
29 Section 5-05.
30
31 8-07.AP8
32 Section 8-07, Precast Traffic Curb
33 April 2, 2018
34 8-07.3(1) Installing Curbs
35 The first sentence of the first paragraph is revised to read:
36
37 The curb shall be firmly bedded for its entire length and breadth on a mortar bed
38 conforming to Section 9-20.4(3)composed of one part Portland cement or blended
39 hydraulic cement and two parts sand.
40
41 The fourth paragraph is revised to read:
42
43 All joints between adjacent pieces of curb cxcopt joints for expansion and/or drainage
44 as designated by the Engineer shall be filled with mortar composed of one part Portland
45 cement or blended hydraulic cement and two parts sand. '
46
AMENDMENTS To THE 2018 STANDARD SPEDiFiDATioNS BOOK
Revised: 411119
1 8-09.AP8
2 Section 8-09, Raised Pavement Markers
3 April 1, 2019
4 8-09.5 Payment
5 The last paragraph is revised to read;
6
7 The unit Contract price per hundred for"Raised Pavement Marker Type 1", "Raised
8 Pavement Marker Type 2", "Raised Pavement Marker Type 3 In.", and
9 "Recessed Pavement Markel" shall be full pay for furnishing and installing the markers
10 in accordance with these Specifications.
11
12 8-11.AP8
13 Section 8-11, Guardrail
14 April 1, 2019
15 8-11.3(1)A Erection of Posts
16 The first sentence of the first paragraph is revised to read:
17
18 Posts shall be set to the true line and grade of the Highway after the grade is in place
19 and compaction is completed.
20
21 8-11.3(1)C Terminal and Anchor Installation
22 The first paragraph is revised to read:
23
24 All excavation and backfilling required for installation of anchors shall be performed in
25 accordance with Section 2-09, except that the costs thereof shall be included in the unit
26 Contract price for the anchor installed.
27
28 The first sentence of the second to last paragraph is revised to read:
29
30 Assembly and installation of Beam Guardrail Non-flared Terminals for Type 31 guardrail
31 shall be supervised at all times by a manufacturer's representative, or an installer who
32 has been trained and certified by the manufacturer.
33
34 The last paragraph is revised to read:
35
36 Beam Guardrail Non-flared Terminals for Type 31 guardrail shall meet the crash test
37 and evaluation criteria in the Manual for Assessing Safety Hardware(MASH).
38
39 8-11.4 Measurement
40 The third paragraph is revised to read:
41
42 Measurement of beam guardrail terminal will be per each for the
43 completed terminal.
44
45 The fourth paragraph is revised to read:
46
47 Measurement of beam guardrail Type 31 buried terminal Type 2 will be per linear foot
48 for the completed terminal.
49
50 The sixth paragraph is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1
2 Measurement of beam guardrail anchor Type 10 will be per each for the completed
3 anchor, including the attachment of the anchor to the guardrail.
4
5 8-11.5 Payment
6 The Bid item "Beam Guardraii Anchor Type_", per each is revised to read "Beam
7 Guardrail Anchor Type 10"- per each.
8
9 The Bid Item "Beam Guardrail Buried Terminal Type 1", per each is deleted from this
10 section.
11
12 The Bid item "Beam Guardrail Buried Terminal Type 2", per linear foot and the following
13 paragraph are revised to read:
14
15 "Beam Guardrail Type 31 Buried Terminal Type 2", per linear foot.
16
17 The unit Contract price per linear foot for"Beam Guardrail Type 31 Buried Terminal
18 Type 2"shall be full payment for all costs to obtain and provide materials and perform
19 the Work as described in Section 8-11.3(1)C.
20
21 8-14.AP8
22 Section 8-14, Cement Concrete Sidewalks
23 April 2, 2018
24 8-14.2 Materials
25 In the first paragraph, the reference to"Portland Cement" is revised to read:
26
27 Cement 9-01
28
29 in the second paragraph, each reference to "Federal Standard 595" is revised to read "SAE
30 AMS Standard 595".
31
32 8-16.AP8
33 Section 8-16, Concrete Slope Protection
34 April 2, 2018
35 8-16.2 Materials
36 In the first paragraph, the last two material references are revised to read.
37
38 Poured Portland Cement or Blended Hydraulic Cement
39 Concrete Slope Protection 9-13.5(2)
40 Pneumatically Placed Portland Cement or Blended
41 Hydraulic Cement Concrete Slope Protection 9-13.5(3)
42
43 8-17.AP8
44 Section 8-17, Impact Attenuator Systems
45 January 7, 2019
46 8-17.3 Construction Requirements
47 This section is supplemented with the following:
48
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 Permanent impact attenuators shall meet the crash test and evaluation criteria of the
2 Manual for Assessing Safety Hardware (MASH), except as otherwise noted in the Plans
3 or Special Provisions.
4
5 8-20.AP8
6 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation
7 Systems, and Electrical
8 August 6, 2018
9 8-20.1(1) Regulations and Code
10 The last paragraph is revised to read:
11
12 Persons performing electrical Work shall be certified in accordance with and supervised
13 as required by RCW 19.28.161. Proof of certification shall be worn at all times in
14 accordance with WAC 296-4613-942. Persons failing to meet these certification
15 requirements may not perform any electrical work, and shall stop any active electrical
16 work, until their certification is provided and worn in accordance with this Section.
17
18 8-20.2(2) Equipment List and Drawings
19 This section is renumbered:
20
21 8-20.2(1) Equipment List and Drawings
22
23 8-20.3(4) Foundations
24 The second sentence of the first paragraph is revised to read:
25
26 Concrete for Type II, III, IV, V, and CCTV signal standards and light standard
27 foundations shall be Class 4000P and does not require air entrainment.
28
29 8-20.3(5)A General
30 The last two sentences of the last paragraph is deleted.
31
32 This section is supplemented with the following:
33
34 All conduits shall include a pull tape with the equipment grounding conductor. The pull
35 tape shall be attached to the conduit near the end bell or grounded end bushing, or to
36 duct plugs or caps if present, at both ends of the conduit.
37
38 8-20.3(8) Wiring
39 The seventeenth paragraph is supplemented with the following:
40
41 Pulling tape shall meet the requirements of Section 9-29.1(10). Pull string may not be
42 used.
43
44 8-20.3(14)C Induction Loop Vehicle Detectors
45 Item number 2 is deleted.
46
47 Item numbers 3 through 12 are renumbered to 2 through 11, respectively.
48
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 8-21.AP8
2 Section 8-21, Permanent Signing
3 January 7 2019
4 8-21.3(5) Sign Relocation
5 The second sentence of the first paragraph is revised to read:
6
7 Where the existing sign Structure is mounted on concrete pedestals, the Contractor
8 shall remove the pedestal to a minimum of 2 feet below finished grade and backfill!the
9 remaining hole with material similar to that surrounding the hole.
10
11 8-21.3(9)F Foundations
12 Item number 3 of the twelfth paragraph is supplemented with the following new sentence:
13
14 Class 4000P concrete for roadside sign structures does not require air entrainment.
15
16 8-22.AP8
17 Section 8-22, Pavement Marking
18 January 7, 2019
19 8-22.3(2) Preparation of Roadway Surfaces
20 The second paragraph is revised to read:
21
22 Remove all other contaminants from pavement surfaces that may adversely affect the
23 installation of new pavement marking.
24
25 8-22.3(3)F Application Thickness
26 The second to last sentence of the last paragraph is revised to read:
27
28 After grinding, clean the groove.
29
30 9-OO.AP9
31 Section 9-00, Definitions and Tests
32 January 7, 2019
33 9-00.4 Sieves for Testing Purposes
34 This section is revised to read:
35
36 Test sieves shall be made of either: (1)woven wire cloth conforming to ASTM E11, or
37 (2)square-hole, perforated plates conforming to ASTIVI E323.
38
39 9-00.7 Galvanized Hardware, AASHTO M 232
40 The first sentence is revised to read:
41
42 An acceptable alternate to hot-dip galvanizing in accordance with AASHTO M 232 will
43 be zinc coatings mechanically-deposited in accordance-with ASTM-6695; providing-the
44 minimum thickness of zinc coating is not less than that specified in AASHTO M 232,
45 and the process will not produce hydrogen embrittlement in the base metal.
46
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK,
Revised: 411119
1 9-02.AP9
2 Section 9-02, Bituminous Materials
3 January 7, 2019
4 9-02.1 Asphalt Material, General
5 The second paragraph is revised to read:
6
7 The Asphalt Supplier of Performance Graded (PG) asphalt binder and emulsified
8 asphalt shall have a Quality Control Plan (QCP) in accordance with'WSDOT QC 2
9 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and
10 Emulsified Asphalts". The Asphalt Supplier's QCP shall be submitted and receive the
11 acceptance of the WSDOT State Materials Laboratory. Once accepted, any change to
12 the QCP will require a new QCP to be submitted for acceptance.The Asphalt Supplier
13 of PG asphalt binder and emulsified asphalt shall certify through the Bill of Lading that
14 the PG asphalt binder or emulsified asphalt meets the Specification requirements of the
15 Contract.
16
17 9-02.1(4) Performance Graded Asphalt Binder (PGAB)
18 This section's title is revised to read:
19
20 Performance Graded (PG)Asphalt Binder
21
22 The first paragraph is revised to read:
23
24 PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades
25 specified in the Contract shall be used in the production of HMA. For HMA with greater
26 than 20 percent FLOP by total weight of HMA, or any amount of RAS, the new asphalt
27 binder, recycling agent and recovered asphalt(RAP and/or RAS)when blended in the
28 proportions of the mix design shall meet the PG asphalt binder requirements of
29 AASHTO M 332 Table 1 for the grade of asphalt binder specified by the Contract.
30
31 The second paragraph, including the table, is revised to read:
32
33 In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders
34 shall meet the following requirements:
35
Additional Requirements by
Performance Grade PG)As halt Binders
Test �PG58S- PG58H- PG58V PG64H- PG64V
Property ` Method 22 22 22 PG64S-28 28 28
RTFO I
Residue
Average
Percent '3501 30% Min. 20% Min. 25% Min. 30% Min.
Recovery
@ 3.2
kPa
'Specimen conditioned in accordance with AASHTO T 240-RTFO.
36
37 The third paragraph is revised to read:
38
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 The RTFO J,rolff and the PAV direct tension specifications of AASHTO M 332 are not
2 required.
3
4
5 9-02.1(6) Cationic Emulsified Asphalt
6 This section is revised to read:
7
8 Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the
9 grades specified in the Contract shall be used.
10
11 9-02.5 Warm Mix Asphalt (WMA) Additive
12 This section, including title, is revised to read:
13
14 9-02.5 HMA Additive
15 Additives for HMA shall be accepted by the Engineer.
16
17 9-03.AP9
18 Section 9-03, Aggregates
19 January 7, 2019
20 9-03.1 Aggregates for Portland Cement Concrete
21 This section's title is revised to read:
22
23 Aggregates for Concrete
24
25 9-03.1(1) General Requirements
26 The first two sentences of the first paragraph are revised to read:
27
28 Concrete aggregates shall be manufactured from ledge rock,talus, or sand and gravel
29 in accordance with the provisions of Section 3-01. Reclaimed aggregate may be used if
30 it complies with the specifications for concrete.
31
32 The second paragraph (up until the colon) is revised to read:
33
34 Aggregates for concrete shall << eet the following test requirements:
35
36 The second sentence of the second to last paragraph is revised to read:
37
38 The Contractor shall submit test results according to ASTM C1567 through the Engineer
39 to the State Materials Laboratory that demonstrate that the proposed fly ash when used
40 with the proposed aggregates and cement will control the potential expansion to 0.20
41 percent or less before the fly ash and aggregate sources may be used in concrete.
42
43 9-03.1(2) Fine Aggregate for Portland Cement Concrete
44 This section's title is revised to read:
45
46 Fine Aggregate for Concrete
47
48 9-03.1(4) Coarse Aggregate for Portland Cement Concrete
49 This section's title is revised to read:
50
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 Coarse Aggregate for Concrete
2
3 9-03.1(4)C Grading
4 The first paragraph (up until the colon) is revised to read:
5
6 Coarse aggregate for concrete when separated by means of laboratory sieves shall
7 conform to one or more of the following gradings as called for elsewhere in these
8 Specifications, Special Provisions, or in the Plans:
9
10 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete
11 This section's title is revised to read:
12
13 Combined Aggregate Gradation for Concrete
14
15 9-03.1(5)B Grading
16 In the last paragraph, "WSDOT FOP for WAQTC/AASHTO T 27/T 11" is revised to read
17 "FOP for WAQTC/AASHTO T 27/T 11".
18
19 9-03.2 Aggregate for Job-Mixed Portland Cement Mortar
20 This section's title is revised to read:
21
22 Aggregate for Job-Mixed Portland Cement or Blended Hydraulic Cement Mortar
23
24 The first sentence of the first paragraph is revised to read:
25
26 Fine aggregate for portland cement or blended hydraulic cement mortar shall consist of
27 sand or other inert materials, or combinations thereof, accepted by the Engineer, having
28 hard, strong, durable particles free from adherent coating.
29
30 9-03.4(1) General Requirements
31 The first paragraph (up until the colon) is revised to read:
32
33 Aggregate for bituminous surface treatment shall be manufactured from ledge rock,
34 talus, or gravel, in accordance with Section 3-01. Aggregates for Bituminous Surface
35 Treatment shall meet the following test requirements:
36
37 9-03.8(1) General Requirements
38 The first paragraph (up until the colon) is revised to read
39
40 Aggregates for Hot Mix Asphalt shall meet the following test requirements:
41
42 9-03.8(2) HMA Test Requirements
43 The two tables in the second paragraph are replaced with the following three tables:
44
� HMA Class
Mix Criteria %inch %inch I
%inch 1 inch
Min. Max. Min. Max. Min. Max. Min. Max.
Voids in Mineral 15.0 14.0 13.0 12.0
Aggregate VMA,%
Voids Filled With Asphalt(VFA),%
ESAI_'s(millions) I VFA
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
<0.3 70 80 70 80 70 80 67 80
0.3 to<3 65 78 65 78 65 78 65 78
>_3 73 76 65 75 65 75 65 75
Dust/AsDhalt Ratio 0.6 1.6 0.6 1.6 0.6 1.6 0.6 1.6
1
Test Method ESAL's millions Number of Passes
Hamhurg Wheel-Track Testing,FOP for <0.3 10,000
AASHTO T 324 Minimum Number of
Passes with no Stripping Inflection Point 0.3 to<3 12,500
and Maximum Rut Depth of 10mm >3 15,000
2 Indirect Tensile IDT Strength 0 of Bituminous Materials FOP for ASTM D6931 175 Maximum
ESAL's millions N initial N design N maximum
<0.3 -591.5 96.0 <_98.0
%Gmm 0.3 to<3 -590.5 96.0 -598.0
z 3 s 89.0 96.0 <_98.0
Gyratory Compaction <0.3 6 50 750.3 to<3 7 75 115
(number of gyrations) >3 8 100 160
3
4 9-03.8(7) HMA Tolerances and Adjustments
5 In the table in item number 1,the fifth row is revised to read:
6
Asphalt binder -0.4%to 00.5/° 1 ±0.7
7
8 In the table in item number 1, the following new row is inserted before the last row:
9
Voids in Mineral -1.0%
Aggregate, VMA
10 -.
11 9-03.9(1) Ballast
12 The second paragraph (up until the colon) is revised to read:
13
14 Aggregates for ballast shall meet the following test requirements:
15
16 9-03.14(4) Gravel Borrow for Structural Earth Wall
17 The second sentence of the first paragraph is revised to read:
18
19 The material shall be substantially free of shale or other soft, poor durability particles,
20 and shall not contain recycled materials, such as glass, shredded tires, concrete rubble,
21 or asphaltic concrete rubble.
22
23 9-03.21(1)B Recycled Concrete Aggregate Approval and Acceptance
24 The first sentence of the second paragraph is revised to read:
25
26 Recycled concrete aggregate may be used as coarse aggregate or blended with coarse
27 aggregate for Commercial Concrete, Class 3000 concrete, or Cement Concrete
28 Pavement.
29
30 Item number 4 of the second paragraph is revised to read:
AMENDMENTS TO THE 201S STANDARD SPECIFICATIONS BOOK
Revised: 411119
1
2 4. For Cement Concrete Pavement mix designs using recycled concrete aggregates,
3 the Contractor shall submit evidence that ASR mitigating measures control
4 expansion in accordance with Section 9-03.1(1).
5
6 This section is supplemented with the following new subsection:
7
8 9-03.21(1)B1 Recycled Concrete Aggregate Approval and Acceptance
9 Recycled concrete aggregate may be approved through a three tiered system that
10 consists of the following:
11
Tier 1
Approval Requirements Approval of the Reclamation Facility is not required.
Acceptance Requirements Certification of toxicity characteristics in accordance with
Section 9-03.21(1).
Field acceptance testing in accordance with Section 3-
04.
Approved to provide the following Aggregate Materials:
9-03.10 Aggregate for Gravel Base
9-03.12(1)B Gravel Backfill for Foundations Class B
9-03.12(2) Gravel Backfill for Walls
9-03.12(3) Gravel Backfill for Pipe Zone Bedding
9-03.14(1) Gravel Borrow
9-03.14(2) Select Borrow
9-03.14(2) Select Borrow(greater than 3 feet below subgrade and side slope)
9-03.14(3) Common Borrow
9-03.14(3) Common Borrow(greater than 3 feet below subgrade and side slope)
9-03.17 Foundation Material Class A and Class B
9-03.18 Foundation Material Class C
9-03.19 Bank Run Gravel for Trench Backfill
12
Tier 2
Approval Requirements The Reclamation Facility shall have a Quality Control
Plan (QCP)in accordance with WSDOT QC 9"Standard
Practice for Approval of Reclamation Facilities of
WSDOT Recycled Concrete and Returned Concrete".
The Reclamation Facility's QCP shall be submitted and
approved by the WSDOT State Materials Laboratory.
Once accepted,any changes to the QCP will require a
new QCP to be submitted for acceptance.
Evaluation of aggregate source properties(LA Wear and
Degradation)for the recycled concrete aggregate is not
required.
Acceptance Requirements Certification of toxicity characteristics in accordance with
Section 9-03.21(1), required if requested.
Field acceptance testing in accordance with Section 3-04
is required.
Provide certification in accordance with WSDOT QC 9 for
every lot. A lot shall be no larger than 10,000 tons.
Approved to provide the following Aggregate Materials:
Tier 1 aggregate materials
9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411/19
9-03.9(1) Ballast
9-03.9(2) Permeable Ballast
9-03.9(3) Crushed Surfacing
9-03.12('!)A Gravel Backfill for Foundations Class-A
1
Tier 3
Approval Requirements The Reclamation Facility shall have a Quality Control
Plan (QCP)in accordance with WSDOT QC 10
"Standard Practice for Approval of Reclamation Facilities
of Recycled Concrete Aggregates from Stockpiles of
Unknown Sources". The Reclamation Facility's QCP
shall be submitted and approved by the WSDOT State
Materials Laboratory. Once accepted,any changes to
the QCP will require a new QCP to be submitted for
acceptance.
Evaluation of aggregate source properties(LA Wear and
Degradation)for the recycled concrete aggregate is
required.
Acceptance Requirements Certification of toxicity characteristics in accordance with
Section 9-03.21(1)is required.
Field acceptance testing in accordance with Section 3-04
is required.
Provide certification in accordance with WSDOT QC 10
for every lot. A lot shall be no larger than 10,000 tons
Approved to provide the follovAn A re ate Materials:
Tier 1 aggregate materials
9-03.1 Coarse Aggregate for Commercial Concrete or Concrete class 3000
9-03.9(1) Ballast
9-03.9(2) Permeable Ballast
9-03.9(3) Crushed Surfacing
9-03.12(1)A Gravel Backfill for Foundations Class A
2
3 For Reclamation Facilities that do not participate in Tier 2 and Tier 3, approval of
4 recycled concrete aggregate will be in accordance with Section 9-03.21(1), and
5 acceptance will be in accordance with Section 3-04.
6
7 9-03.21(1)E Table on Maximum Allowable percent(By Weight) of Recycled
8 Material
9 "Portland Cement" is deleted from the first two rows in the table.
10
11 The following new row is inserted after the second row:
12
13 Coarse Aggregate for Concrete Pavement 9-03.1(4) _j_ 0 1 100-1 0 1 0
14 The first column of the fourth row(after the preceding Amendment is applied) is revised to
15 read:
16
17 Coarse Aggregate for Commercial Concrete and Class 3000 Concrete
18
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOCK
Revised: 411/19
1 9-04.AP9
2 Section 9-04, Joint and Crack Sealing Materials
3 January 7, 2019
4 This section's title is revised to read.
5
6 Joint Sealing Materials
7
8 9-04.1(2) Premolded Joint Filler for Expansion Joints
9 In this section, each reference to"AASHTO T 42" is revised to read "ASTM D 545".
10
11 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement
12 This section is supplemented with the following:
13
14 Hot poured sealant for cement concrete pavement is acceptable for installations in joints
15 where cement concrete pavement abuts a bituminous pavement.
16
17 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement
18 This section is supplemented with the following:
19
20 Hot poured sealant for bituminous pavement is acceptable for installations in joints
21 where cement concrete pavement abuts a bituminous pavement.
22
23 9-04.2(1)B Sand Slurry for Bituminous Pavement
24 Item number 2 of the first paragraph is revised to read:
25
26 2. Two percent portland cement or blended hydraulic cement, and
27
28 9-04.3 Joint Mortar
29 The first paragraph is revised to read:
30
31 Mortar for hand mortared joints shall conform to Section 9-20.4(3) and consist of one
32 part portland cement or blended hydraulic cement,three parts fine sand, and sufficient
33 water to allow proper workability.
34
35 9-04.5 Flexible Plastic Gaskets
36 In the table, the Test Method value for Specific Gravity at 77°F is revised to read "ASTM
37 D71".
38
39 In the table, the Test Method value for Flash Point COC, F is revised to read "ASTM D93
40 REV A".
41
42 In the table, the Test Method value for Volatile Matter is revised to read "ASTM D6"-
43
44 9-05.AP9
45 Section 9-05, Drainage Structures and Culverts
46 January 7, 2019
47 9-05.3(1)A End Design and Joints
48 The second sentence of the first paragraph is revised to read:
49
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411/19
1 The joints and gasket material shall meet the requirements of ASTM C990.
2
3 9-05.3(1)C Age at Shipment
4 The last sentence of the first paragraph is revised to read:
5
6 Unless it is tested and accepted at an earlier age, it shall not be considered ready for
7 shipment sooner than 28 days after manufacture when made with Type II portland
8 cement or blended hydraulic cement, nor sooner than 7 days when made with Type III
9 portland cement.
10
11 9-05.7(3) Concrete Storm Sewer Pipe Joints
12 The second sentence is revised to read:
13
14 The joints and gasket material shall meet the requirements of ASTM C990.
15
16 9-05.7(4)A Hydrostatic Pressure on Pipes in Straight Alignment
17 The first sentence is revised to read:
18
19 Hydrostatic pressure tests on pipes in straight alignment shall be made in accordance
20 with the procedure outlined in Section 10 of ASTM C990, except that they shall be
21 performed on an assembly consisting of not less than three nor more than five pipe
22 sections selected from stock by the Engineer and assembled in accordance with
23 standard installation instructions issued by the manufacturer.
24
25 9-05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe
26 This section is revised to read:
27
28 Polypropylene culvert and storm sewer pipe shall conform to the following requirements:
29
30 1. For dual wall pipe sizes up to 60 inches: ASTM F2881 or AASHTO M 330,
31 Type S or Type D.
32
33 2. For double or triple wall pipe sizes up to 60 inches: ASTM F2764.
34
35 3. Fittings shall be factory,melded, injection molded, or PVC.
36
37 9-05.24(2) Polypropylene Sanitary Sewer Pipe
38 This section is revised to read:
39
40 Polypropylene sanitary sewer pipe shall conform to the following requirements:
41
42 1. For pipe sizes up to 60 inches:ASTM F2764.
43
44 2. Fittings shall be factory welded, injection molded, or PVC.
45
46 9-06.AP9
47 Section 9-06, Structural Steel and Related Materials
48 January 7, 2019
49 9-06.5 Bolts
50 This section's title is revised to read:
AMENDMENTS TO THE 2918 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1
2 Bolts and Rods
3
4 9-06.5(4) Anchor Bolts
5 This section, including title, is revised to read:
6
7 9-06.5(4) Anchor Bolts and Anchor Rods
8 Anchor bolts and anchor rods shall meet the requirements of ASTM F1554 and, unless
9 otherwise specified, shall be Grade 105 and shall conform to Supplemental
10 Requirements S2, S3, and S4.
11
12 Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods shall conform to
13 ASTM A563, Grade D or DH. Nuts for ASTM F1554 Grade 105 galvanized anchor bolts
14 and anchor rods shall conform to either ASTM A563, Grade DH, or AASHTO M292,
15 Grade 2H, and shall conform to the overlapping, lubrication, and rotational testing
16 requirements in Section 9-06.5(3). Nuts for ASTM F1554 Grade 36 or 55 black or
17 galvanized anchor bolts and-anchor rods shall conform to ASTM A563, Grade A or DH.
18 Washers shall conform to ASTM F436.
19
20 The bolts and rods shall be tested by the manufacturer in accordance with the
21 requirements of the pertinent Specification and as specified in these Specifications.
22 Anchor bolts, anchor rods, nuts, and washers shall be inspected prior to shipping to the
23 project site. The Contractor shall submit to the Engineer for acceptance a
24 Manufacturer's Certificate of Compliance for the anchor bolts, anchor rods, nuts, and
25 washers, as defined in Section 1-06.3. If the Engineer deems it appropriate, the
26 Contractor shall provide a sample of the anchor bolt, anchor rod, nut, and washer for
27 testing.
28
29 All bolts, rods, nuts, and washers shall be marked and identified as required in the
30 pertinent Specification.
31
32 9-06.15 Welded Shear Connectors
33 The third paragraph is revised to read:
34
35 Mechanical properties shall be determined in accordance with AASHTO T 244.
36
37 9-06.17 Vacant
38 This section, including title, is revised to read:
39
40 9-06.17 Noise Barrier Wall Access Door
41 Access door frames shall be formed of 14-gauge steel to the size and dimensions
42 shown in the Plans.The access door frame head and jamb members shall be mitered,
43 securely welded, and ground smooth. Each head shall have two anchors and each jamb
44 shall have three anchors.The hinges shall be reinforced with'/4-inch by 12-inch plate,
45 width equal to the full inside width of the frame.
46
47 Access doors shall be full flush 1 3/-inch thick seamless doors with a polystyrene core.
48 Door faces shall be constructed with smooth seamless 14-gauge roller-levered, cold-
49 rolled steel sheet conforming to ASTM A 792 Type SS, Grade 33 minimum, Coating
50 Designation AZ55 minimum.The vertical edges shall be neat interlocked hemmed edge
51 seam. The top and bottom of the door shall be enclosed with 14-gauge channels.
52 Mortise and reinforcement for locks and hinges shall be 10-gauge steel. Welded top cap
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 shall be ground and filled for exterior applications. The bottom channel shall have weep
2 holes.
3
4 Each access door shall have three hinges. Access door hinges shall be ASTM A 276
5 Type 316 stainless steel, 4-'/2-inches square, with stainless steel ball bearing and non-
6 removable pins.
7
8 Each access door shall have two pull plates. The pull plates shall be ASTM A 240 Type
9 316 stainless steel, with a grip handle of one-inch diameter and 8 to 10-inches in length.
10
11 The door assembly shall be fabricated and assembled as a complete unit including all
12 hardware specified prior to shipment.
13
14 9-06.18 Metal Bridge Railing
15 The second sentence of the first paragraph is revised to read:
16
17 Steel used for metal railings, when galvanized after fabrication in accordance with
18 AASHTO M111, shall have a controlled silicon content of either 0.00 to 0.06 percent or
19 0.15 to 0.25 percent.
20
21 9-07.AP9
22 Section 9-07, Reinforcing Steel
23 January 7, 2019
24 9-07.5(1) Epoxy-Coated Dowel Bars (for Cement Concrete Rehabilitation)
25 This section (including title) is revised to read:
26
27 9-07.5(1) Dowel Bars for Cement Concrete Pavement Rehabilitation
28 Dowel bars for Cement Concrete Pavement Rehabilitation shall be 1'/2 inch outside
29 diameter plain round steel bars or tubular bars 18 inches in length and meet the
30 requirements of one of the following dowel bar types:
31
32 1. Epoxy-coated dowel bars shall be round plain steel bars of the dimensions
33 shown in the Standard Plans. They shall conform to AASHTO M31, Grade 60
34 or ASTM A615, Grade 60 and shall be coated in accordance with ASTM
35 A1078 Type 2 coating, except that the bars may be cut to length after being
36 coated. Cut ends shall be coated in accordance with ASTM A1078 with a
37 patching material that is compatible with the coating, inert in concrete and
38 recommended by the coating manufacturer. The thickness of the epoxy
39 coating shall be 10 mils plus or minus 2 rmis. The Contractor shall furnish a
40 written certification that properly identifies the coating material, the number of
41 each batch of coating material used, quantity represented, date of
42 manufacture, name and address of manufacturer, and a statement that the
43 supplied coating material meets the requirements of ASTM A1078 Type 2
44 coating, matching materiai, compatible with the coating material and inert in
45 concrete and recommended by the manufacturer shall be supplied with each
46 - shipment for field repairs by the Contractor.
47
48 2. ASTM A513 steel tubes made from Grade 60 Carbon Steel Tube with a 1.625
49 inch outside diameter and a 0.120 inch wall thickness. Both the inside and
50 outside of the tube shall be zinc coated with G40 galvanizing in accordance
51 with ASTM A653. Following zinc coating the tubes shall be coated in
AMENDMENTS To THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 accordance with Section 9-07.5(1) item 1. The ends of the tube shall be
2 capped to prevent intrusion of concrete or other materials.
3
4 9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement and
5 Cement Concrete Pavement Rehabilitation)
6 The first paragraph (up until the colon) is revised to read:
7
8 Corrosion resistant dowel bars shall be 1'h inch outside diameter plain round steel bars
9 or tubular bars 18 inches in length and meet the requirements of one of the following:
10
11 Item number 4 and 5 of the first paragraph are revised to read:
12
13 4. Corrosion-resistant, low-carbon, chromium plain steel bars for concrete
14 reinforcement meeting all the requirements of ASTM A 1035 Alloy Type CS Grade
15 100 or Alloy Type CS Grade 120.
16
17 5. Zinc Clad dowel bars shall be 1'/z inch solid bars or 1.625 inch outside diameter by
18 0.120 inch wall tubular bars meeting the chemical and physical properties of
19 AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60.The bars shall have a
20 minimum of 0.035 inches A710 Zinc alloy clad to the plain steel inner bar or tube.
21 A710 Zinc shall be composed of: zinc: 99.5 percent, by weight, minimum;copper:
22 0.1-0.25 percent, by weight; and iron: 0.0020 percent, by weight, maximum. Each
23 end of tubular bars shall be plugged using a snug-fitting insert to prohibit any
24 intrusion of concrete or other materials.
25
26 The numbered list in the first paragraph is supplemented with the following:
27
28 6. Multicoated fusion bonded epoxy bars shall consist of an ASTM A615 bar with
29 alternating layers of ASTM A934 coating and an abrasion resistant overcoat(ARO).
30 The ASTM A934 coating shall form the base and there shall be two layers of each
31 coating material. The minimum thickness of the combined layers of the ASTM A934
32 coating and ARO coating shall be 20 mils. The ARO shall meet the following
33 requirements:
34
Test Method Specification
Gouge Resistance NACE TM0215,30 kg wt., LS-1 bit @ 25°C <0.22 mm-�
Gouge Resistance NACE TM0215,50 kg M., LS-1 bit 25°C <0.44 mm
35
36 7. ASTM A513 steel tubes made from Grade 60 Carbon Steel Tube with a 1.625 inch
37 outside diameter and a 0.120 inch wall thickness. Both the inside and outside of the
38 tube shall be zinc coated with G90 galvanizing in accordance with ASTM A653.
39 Following zinc coating the tubes shall be coated in accordance with Section 9-
401 07.5(1) item 1. The ends of the tube shall be capped to prevent intrusion of
41 concrete or other materials.
42
43 The last paragraph is revised to read:
44
45 Stainless Steel Clad and Stainless Steel Tube Dowel bar ends shall be sealed with a
46 patching material (primer and finish coat) used for patching epoxy-coated reinforcing
47 steel as required in Section 9-07.3, item 6.
48
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 9-07.7 Wire Mesh
2 This section is supplemented with the following:
3
4 Welded wire manufacturers shall participate in the NTPEP Audit Program for
5 Reinforcing Steel (rebar) Manufacturers and shall be listed on the NTPEP audit program
6 website displaying that they are NTPEP compliant.
7
8 9-08.AP9
9 Section 9-08, Paints and Related Materials
10 January 7, 2019
11 9-08.1(1) Description
12 The first sentence is revised to read:
13
14 Paint used for highway and bridge structure applications shall be made from materials
15 meeting the requirements of the applicable Federal and State Paint Specifications,
16 Department of Defense (DOD), American Society of.Testing 6f Materials (ASTM), and
17 The Society for Protective Coatings (SSPC)specifications in effect at time of
18 manufacture.
19
20 9-08.1(2) Paint Types
21 This section is supplemented with the following new subsections:
22
23 9-08.1(2)M NEPCOAT Qualified Products List A
24 Qualified products used shall be part of a NEPCOAT system supplied by the same
25 manufacturer.
26
27 9-08.1(2)N NEPCOAT Qualified Products List B
28 Qualified products used shall be part of a NEPCOAT system supplied by the same
29 manufacturer.
30
31 9-08.1(2)D Organic Zinc-Rich Primer
32 This section, including title, is revised to read:
33
34 Vacant
35
36 9-08.1(2)E Epoxy Polyamide
37 This section is revised to read:
38
39 Epoxy polyamide shall be a two-component system conforming to MIL-DTL-24441 or
40 SSPC Coating Standard No. 42.
41
42 9-08.1(2)H Top Coat, Single-Component, Moisture-Cured Polyurethane
43 This section is revised to read:
44
45 Vehicle Type: Moisture-cured aliphatic_polyurethane.
46
47 Color and Gloss: Meet the SAE AMS Standard 595 Color as specified in the table
48 below.
49
50 The Top Coat shall meet the following requirements:
AMENDMENTS To THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1119
1
2 The resin shall be an aliphatic urethane.
3
4 Minimum-volume solids 50 percent.
5
6 The top coat shall be semi-gloss.
7
Color Semi-Gloss
Washington Gray 26357
Mt.Baker Gray 26134
Mt. St.Helens Grav 26306
Cascade Green 24158
8
9 9-08.1(2)1 Rust-Penetrating Sealer
10 This section is revised to read:
11
12 Rust-penetrating sealer shall be a two-component, chemically-cured, 100 percent solids
13 epoxy.
14
15 9-08.1(2)J Black Enamel
16 This section is revised to read:
17
18 The enamel shall conform to Federal Specification MIL PRF 24635E Type II Class 2.
19
20 9-08.1(2)K Orange Equipment Enamel
21 The first paragraph is revised to read:
22
23 The enamel shall be an alkyd gloss enamel conforming to Federal Specification MIL-
24 PRF-24635E Type II Class 1.The color, when dry, shall match that of SAE AMS
25 Standard 595, color number 12246.
26
27 9-08.1(2)L Exterior Acrylic Latex Paint-White
28 The first paragraph is revised to read:
29
30 This paint shall conform to Federal Specification MIL-PRF-24635E Type II Class 1, 2 or
31 3.
32
33 9-08.1(7) Acceptance
34 This section is revised to read:
35
36 For projects with moisture-cured polyurethane quantities less than 20 gallons,
37 acceptance will be by the Manufacturer's Certificate of Compliance.
38
39 For projects with moisture-cured polyurethane quantities greater than 20 gallons, the
40 product shall be listed in the current WSDOT Qualified Products List(QPL). If the lot
41 number is listed on the QPL, it may be accepted without additional testing. If the lot
42 number is not listed on the QPL, a 1 quart sample shall be submitted to the State
43 Materials Laboratory for testing and acceptance.
44
45 For all other paint types, acceptance will be based on visual inspection.
46
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 9-08.1(8) Standard Colors
2 In the first paragraph, the reference to "Federal Standard 595" is revised to read "SAE AMS
3 Standard 595".
4
5 The second paragraph is revised to read-
6
7 Unless otherwise specified, all top or finish coats shall be semi-gloss, with the paint
8 failing within the range of 35 to 70 on the 60-degree gloss meter.
9
10 9-08.2 Powder Coating Materials for Coating Galvanized Surfaces
11 The last paragraph is revised to read:
12
13 Repair materials shall be as recommended by the powder coating manufacturer and as
14 specified in the Contractor's powder coating plan as accepted by the Engineer.
15
16 9-08.3 Pigmented Sealer Materials for Coating of Concrete Surfaces
17 This section, including title, is revised to read:
18
19 9-08.3 Concrete Surface Treatments
20 9-08.3(1) Pigmented Sealer Materials
21 The pigmented sealer shall be a semi-opaque, colored toner containing only methyl
22 methacrylate-ethyl acrylate copolymer resins, toning pigments suspended in
23 solution at all times by a chemical suspension agent, and solvent. Toning pigments
24 shall be laminar silicates, titanium dioxide, and inorganic oxides only. There shall
25 be no settling or color variation. Tinting shall occur at the factory at the time of
26 manufacture and placement in containers, prior to initial shipment. Use of vegetable
27 or marine oils, paraffin materials, stearates, or organic pigments in any part of
28 coating formulation will not be permitted. The color of pigmented sealer shall be as
29 specified by the Contracting Agency. The Contractor shall submit a 1-quart wet
30 sample, a drawdown color sample, and spectrophotometer or colorimeter readings
31 taken in accordance with ASTM D2244, for each batch and corresponding
32 standard color card. The calculated Delta E shall not exceed 1.5 from the
33 Commission Internationale de I'Eclairage (CIELAB) when measured at 10 degrees
34 Standard Observer and Illuminant D 65.
35
36 The 1-quart wet sample shall be submitted in the manufacturer's labeled container
37 with product number, batch number, and size of batch. The companion drawdown
38 color sample shall be labeled with the product number, batch number, and size of
39 batch.The Contractor shall submit the specified samples and readings to the
40 Engineer at least 14 calendar days prior to the scheduled application of the sealer.
41 The Contractor shall not begin applying pigmented sealer until receiving the
42 Engineer's written approval of the pigmented sealer color samples.
43
44 9-08.3(2) Exposed Aggregate Concrete Coatings and Sealers
45 9-08.3(2)A Retardant Coating
46 Retardant coating shall exhibit the following properties:
47
48 1. Retards the set of the surface mortar of the concrete without
49 preventing the concrete to reach the specified 28 day compressive
50 strength.
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised 411119
1 2. Leaves the aggregate with its original color and luster, and firmly
2 embedded in the concrete matrix.
3
4 3. Allows the removal of the surface mortar in accordance with the
5 methods specified in Section 6-02.3(14)E without the use of acidic
6 washing compounds.
7
8 4. Allows for uniform removal of the surface mortar.
9
10 If the Contractor proposes use of a retardant coating that is not listed in the
11 current WSDOT QPL, the Contractor shall submit a Type 2 Working Drawing
12 consisting of a one quart product sample from a current lot along with
13 supporting product information, Safety Data Sheet, and a Manufacturer's
14 Certificate of Compliance stating that the product conforms to the above
15 performance requirements.
16
17 9-08.3(2)B Clear Sealer
18 The sealer for concrete surfaces with exposed aggregate finish shall be a
19 clear, non-gloss, penetrating sealer of either a silane, siloxane, or silicone
20 based formulation.
21
22 9-08.3(3) Permeon Treatment
23 Permeon treatment shall be a product of known consistent performance in
24 producing the SAE AMS Standard 595 Color No. 30219 target color hue
25 established by WSDOT, either selected from the WSDOT Qualified Products List
26 (QPL), or an equivalent product accepted by the Engineer. For acceptance of
27 products not listed in the current WSDOT QPL, the Contractor shall submit Type 3
28 Working Drawings consisting of a one quart product sample from a current lot,
29 supporting product information and a Safety Data Sheet.
30
31 9-13.AP9
32 Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion
33 and Scour Protection and Rock Walls
34 April 2, 2018
35 9-13.1(1) General
36 The last paragraph is revised to read:
37
38 Riprap and quarry spalls shall be free from segregation, seams, cracks, and other
39 defects tending to destroy its resistance to weather and shall meet the following test
40 requirements:
41
42 9-13.5 Concrete Slope Protection
43 This section is revised to read:
44
45 Concrete slope protection shall consist of reinforced portland cement or blended
46 hydraulic cement concrete poured or pneumatically placed upon the slope with a
47 rustication joint pattern or semi-open concrete masonry units placed upon the slope
48 closely adjoining each other.
49
50 9-13.5(2) Poured Portland Cement Concrete Slope Protection
51 This section's title is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1
2 Poured Portland Cement or Blended Hydraulic Cement Concrete Slope Protection
3
4 9-13.5(3) Pneumatically Placed Portland Cement Concrete Slope Protection
5 This section's title is revised to read:
6
7 Pneumatically Placed Portland Cement or Blended Hydraulic Cement Concrete
8 Slope Protection
9
10 The first paragraph is revised to read:
11
12 Cement—This material shall be portland cement or blended hydraulic cement as
13 specified in Section 9-01.
14
15 9-13.7(1) Rock for Rock Walls and Chinking Material
16 The first paragraph(up until the colon) is revised to read:
17
18 Rock for rock walls and chinking material shall be hard, sound and durable material,
19 free from seams, cracks, and other defects tending to destroy its resistance to weather,
20 and shall meet the following test requirements:
21
22 9-14.AP9
23 Section 9-14, Erosion Control and Roadside Planting
24 August 6, 2018
25 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs)
26 In Table 1, the last four rows are deleted.
27
28 9-14.4(2)A Long-Term Mulch
29 The first paragraph is supplemented with the following:
30
31 Products containing cellulose fiber produced from paper or paper components will not
32 be accepted.
33
34 Table 2 is supplemented with the following new rows:
35
Water Holding Capacity ASTM D 7367 800 percent minimum
Organic Matter Content _ AASHTO T 267 90 percent minimum
Seed Germination ASTM D 7322 Long Term
Enhancement 420 percent minimum
36
37
38 9-14.4(2)B Moderate-Term Mulch
39 This section is revised to read:
40
41 Within 48 hours of application.,the Moderate-Term Mulch shall bond with the soil
42 surface to create a continuous, absorbent,flexible, erosion-resistant blanket. Moderate-
43 Term Mulch shall effectively perform the intended erosion control function in accordance
44 with Section 8-01.3(1)for a minimum of 3 months, or until temporary vegetation has
45 been established,whichever comes first.
46
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 Moderate-Term Mulch shall not be used in conjunction with permanent seeding.
2
3 9-14.4(2)C Short-Term Mulch
4 This section is revised to read:
5
6 Short-Term Mulch shall effectively perform the intended erosion control function in
7 accordance with Section 8-01.3(1)for a minimum of 2 months, or until temporary
8 vegetation has been established, whichever comes first. Short-Term Mulch shall not be
9 used in conjunction with permanent seeding.
10
11 9-16.AP9
12 Section 9-16, Fence and Guardrail
13 August 6, 2018
14 9-16.3(1) Rail Element
15 The last sentence of the first paragraph is revised to read:
16
17 All rail elements shall be formed from 12-gage steel except for thrie beam reducer
18 sections, reduced length thrie beam rail elements,thrie beams used for bridge rail
19 retrofits, and Design F end sections, which shall be formed from 10-gage steel.
20
21 9-16.3(5) Anchors
22 The last paragraph is revised to read
23
24 Cement grout shall conform to Section 9-20.3(4) and consist of one part portland
25 cement or blended hydraulic cement and two parts sand.
26
27 9-18.AP9
28 Section 9-18, Precast Traffic Curb
29 April 2, 2018
30 9-18.1(1) Aggregates and Proportioning
31 Item number 1 of the first paragraph is revised to read:
32
33 1. Portland cement or blended hydraulic cement shall conform to the requirements of
34 Section 9-01 except that it may be Type I portland cement conforming to AASHTO
35 M 85.
36
37 9-20.AP9
38 Section 9-20, Concrete Patching Material, Grout, and Mortar
39 April 1, 2019
40 9-20.1 Patching Material
41 This section, including title, is revised to read:
42
43 9-20.1 Patching Material for Cement Concrete Pavement
44 Concrete patching material shall be prepackaged mortar extended with aggregate.The
45 amount of aggregate for extension shall conform to the manufacturer's
46 recommendation.
47
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 Patching mortar and patching mortar extended with aggregate shall contain
2 cementitious material and conform to Sections 9-20.1(1)and 9-20.1(2). The
3 Manufacturer shall use the services of a laboratory that has an equipment calibration
4 verification system and a technician training and evaluation process in accordance with
5 AASHTO R 18 to perform all tests specified in Section 9-20.1.
6
7 9-20.1(1) Patching Mortar
8 Patching mortar shall conform to the following requirements:
9
Compressive Strength ` ASTM Test Method Specification
at 3 hours C 39 Minimum 3,000 psi
at 24 hours C 39 Minimum 5,000 psi
Len th Change
at 28 days C 157 0.15 percent maximum
Total Chloride Ion Content C 1218 1 lb/ d3 maximum
Bond Strength
at 24 hours C 882(As modified by C Minimum 1,000 psi
928, Section 9.5
Scaling Resistance(at 25 C 672(As modified by C 1 Iblft2 maximum
cycles of freezing and 928,Section 9.4)
thawing_)_..
10
11 9-20.1(2) Patching Mortar Extended with Aggregate
12 Patching mortar extended with aggregate shall meet the fallowing requirements_
13
Compressive Stren h ASTM Test Method Specification
at 3 hours C 39 Minimum 3,000 psi
at 24 hours C 39 Minimum 5,000 Dsi
Length Change
at 28 days C 157 0.15 percent maximum
Bond Strength
at 24 hours C 882(As modified by Minimum 1,000 psi
ASTM C928, Section 9.51
Scaling Resistance(at 25 C 672 2 Maximum Visual Rating
cycles of freezing and j
thawing) i
Freeze thaw C 666 Maximum expansion 0.10%
Minimum durability 90.0%
14
15 9-20.1(3) Aggregate
16 Aggregate used to extend the patching mortar shall conform to Section 9-03.1(4)
17 and be AASHTO Grading No. 8. A Manufacturer's Certificate of Compliance shall
18 be submitted showing the aggregate source and the gradation. Mitigation for Alkali
19 Silica Reaction (ASR)will not be required for the extender aggregate used for
20 concrete patching material.
21
22 9-20.1(4) Water
23 Water shall meet the requirements of Section 9-25.1. The quantity of water shall be
24 within the limits recommended by the repair material manufacturer.
25
AMENDMENTS TO THE 2318 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 9-20.2 Specifications
2 This section, including title, is revised to read:
3
4 9-20.2 Patching Material for Concrete Structure Repair
5 Concrete patching material shall be a prepackaged mixture of portland or blended
6 hydraulic cement, aggregate, and admixtures. Fly ash, ground granulated blast furnace
7 slag and microsilica fume may be used. The concrete patching material may be
8 shrinkage compensated. The concrete patching material shall also meet the following
9 requirements:
10
11 Compressive strength of 6000 psi or higher at 28 days in accordance with
12 AASHTO T 22 (ASTM C 39), unless noted otherwise
13
14 Bond strength of 250 psi or higher at 28 days or less in accordance with ASTM
15 C 1583 or ICRI 210.3R
16
17 Shrinkage shall be 0.05 percent(500 microstrain) or lower at 28 days in
18 accordance with AASHTO T 160(ASTM C 157) as modified by ICRI 320.3R
19
20 - Permeability shall be 2,000 coulombs or lower at 28 days in accordance with
21 AASHTO T 277 (ASTM C 1202)
22
23 Freeze-thaw resistance shall have a durability factor of 90 percent or higher
2.4 after a minimum of 300 cycles in accordance with AASHTO T 161 Procedure A
25 (ASTM C 666)
26
27 • Soluble chloride ion limits in Section 6-02.3(2) shall be satisfied
28
29 9-20.2(1) Patching Mortar
30 This section, including title, is deleted in its entirety.
31
32 9-20.2(2) Patching Mortar Extended with Aggregate
33 This section, including title, is deleted in its entirety.
34
35 9-20.3(3) Grout Type 3 for Unconfined Bearing Pad Applications
36 This section's title is revised to read:
37
38 Grout Type 3 for Unconfined Applications
39
40 This section is revised to read:
41
42 Grout Type 3 shall be a prepackaged material that does not include expansive
43 admixtures meeting the following requirements:
44
45 • Compressive strength shall be 4000 psi or higher at 28 days in accordance
46 with AASHTO T 22 (ASTM C 39)for grout extended with coarse aggregate or
47 AASHTO T 106 (ASTM C109) otherwise.
48
49 • Bond strength shall meet one of the following:
50
51 0 250 psi or higher at 28 days or less in accordance with ASTM C1583.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 2000 psi or higher at 28 days or less in accordance with ASTM C882. The
2 following modification to ASTM C882 is acceptable: use Type 3 Grout in
3 lieu of epoxy resin base bonding system and freshly mixed portland-
4 cement mortar in the procedure for testing Type II and V systems.
5
6 Drying shrinkage shall be 0.08 percent(800 microstrain)or lower at 28 days in
7 accordance with AASHTO T 160(ASTM C157). The following modification to
8 AASHTO T 160 is acceptable: use a standard specimen size of 3 x 3 x 11'/4
9 inches.
10
11 9-20.5 Bridge Deck Repair Material
12 Item number 3 of the first paragraph is revised to read:
13
14 3. Permeability of less than 2,000 coulombs at 28-days or more in accordance with
15 AASHTO T 277.
16
17 9-21.AP9
18 Section 9-21, Raised Pavement Markers (RPM)
19 January 2, 2018
20 9-21.2 Raised Pavement Markers Type 2
21 This section's content is deleted.
22
23 9-21.2(1) Physical Properties
24 This section, including title, is revised to read:
25
26 9-21.2(1) Standard Raised Pavement Markers Type 2
27 The marker housing shall contain reflective faces as shown in the Plans to reflect
28 incident light from either a single or opposite directions and meet the requirements of
29 ASTM D 4280 including Flexural strength requirements.
30
31 9-21.2(2) Optical Requirements
32 This section, including title, is revised to read:
33
34 9-21.2(2) Abrasion Resistant Raised Markers Type 2
35 Abrasion Resistant Raised Markers Type 2 shall comply with Section 9-21.2(1) and
36 meet the requirements of ASTM D 4280 with the following additional requirement: The
37 coefficient of luminous intensity of the markers shall be measured after subjecting the
38 entire lens surface to the test described in ASTM D 4280 Section 9.5 using a sand drop
39 apparatus. After the exposure described above, retroreflected values shall not be less
40 than 0.5 times a nominal unblemished sample.
41
42 9-21.2(3) Strength Requirements
43 This section is deleted in its entirety.
44
45 9-23.AP9
46 Section 9-23, Concrete Curing Materials and Admixtures
47 April 1, 2019
48 9-23.12 Natural Pozzolan
49 This section is revised to read:
AMENDMENTS To THE 2918 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1
2 Natural Pozzolans shall be ground Pumice and shall conform to the requirements of
3 AASHTO M295 Class N, including supplementary optional chemical requirements as
4 set forth in Table 2.
5
6 9-23.13 Blended Supplementary Cementitious Material
7 The second sentence is revised to read:
8
9 Blended SCMs shall be limited to binary or ternary blends of fly ash, ground granulated
10 blast furnace slag and microsilica fume.
11
12 The second to last sentence is deleted.
13
14 9-26.AP9
15 Section 9-26, Epoxy Resins
16 January 7, 2019
17 9-26.1(1) General
18 The following new sentence is inserted after the first sentence of the first paragraph:
19
20 For pre-packaged cartridge kits, the epoxy bonding agent shall meet the requirements
21 of ASTM C881 when mixed according to manufacturer instructions, utilizing the
22 manufacturer's mixing nozzle.
23
24 9-26.1(2) Packaging and Marking
25 The first sentence of the first paragraph is revised to read:
26
27 The components of the epoxy,system furnished under these Specifications shall be
28 supplied in separate containers or pre-packaged cartridge kits that are non-reactive with
29 the materials contained.
30
31 The second paragraph is revised to read:
32
33 Separate containers shall be marked by permanent marking that identify the formulator,
34 "Component A" (contains the Epoxy Resin) and "Component B" (Contains the Curing
35 Agent), type, grade, class, lot or batch number, mixing instructions and the quantity
36 contained in pounds or gallons as defined by these Specifications.
37
38 The following new paragraph is inserted after the second paragraph:
39
40 Pre-packaged cartridge kits shall be marked by permanent marking that identify the
41 formulator, type, grade, class, lot or batch number, mixing instructions and the quantity
42 contained in ounces or milliliters as defined by these Specifications.
43
44 9-28.AP9
45 Section 9-28, Signing Materials and Fabrication
46 April 1, 2019
47 9-28.2 Manufacturer's Identification and Date
48 The second sentence is revised to read:
49
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 In addition, the width and height dimension, in inches,the Contract number, and the
2 number of the sign as it appears in the Plans shall be placed using 3-inch series C black
3 letters on the back of destination, distance, and large special signs.
4
5 9-28.10 Vacant
6 This section, including title, is revised to read:
7
8 9-28.10 Digital Printing
9 Transparent and opaque durable inks used in digital printed sign messages shall be as
10 recommended by the manufacturer.When properly applied, digital printed colors shall
11 have a warranty life of the base retroreflective sign sheeting. Digital applied colors shall
12 present a smooth surface, free from foreign material, and all messages and borders
13 shall be clear and sharp. Digital printed signs shall conform to 70%of the retroreflective
14 minimum values established for its type and color. Digitally printed signs shall meet the
15 daytime color and luminance, and nighttime color requirements of ASTM D 4956. No
16 variations in color or overlapping of colors will be permitted. Digital printed permanent
17 traffic signs shall have an integrated engineered match component clear protective
18 overlay recommended by the sheeting manufacturer applied to the entire face of the
19 sign. On Temporary construction/maintenance signs printed with black ink only, the
20 protective overlay film is optional, as long as the finished sign has a warranty of a
21 minimum of three years from sign sheeting manufacturer.
22
23 All digfiai printed traffic control signs shall be an integrated engineered match
24 component system. The integrated engineered match component system shall consist
25 of retroreflective sheeting, durable ink(s), and clear overlay film all from the same
26 manufacturer applied to aluminum substrate conforming to Section 9-28.8.
27
28 The sign fabricator shall use an approved integrated engineered match component
29 system as listed on the Qualified Products List(QPL). Each approved digital printer
30 shall only use the compatible retroreflective sign sheeting manufacturers engineered
31 match component system products.
32
33 Each retroreflective sign sheeting manufacturer/integrated engineered match
34 component system listed on the QPL shall certify a department approved sign fabricator
35 is approved to operate their compatible digital printer. The sign fabricator shall re-certify
36 annually with the retroreflective sign manufacturer to ensure their digital printer is still
37 meeting manufacturer's specifications for traffic control signs. Documentation of each
38 re-certification shall be submitted to the QPL Engineer annually.
39
40 9-28.11 Hardware
41 The last paragraph is revised to read:
42
43 All steel parts shall be galvanized in accordance with AASHTO M111. Steel bolts and
44 related connecting hardware shall be galvanized in accordance with ASTM F 2329.
45
46 9-28.14(2) Steel Structures and Posts
47 The first sentence of the third paragraph is revised to read:
48
49 Anchor rods for sign bridge and cantilever sign structure foundations shall conform to
50 Section 9-06.5(4), including Supplemental Requirement S4 tested at-20°F.
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4/1/19
1 In the second sentence of the fourth paragraph, "AASHTO M232" is revised to read "ASTM
2 F 2329".
3
4 The first sentence of the fifth paragraph is revised to read:
5
6 Except as otherwise noted, steel used for sign structures and posts shall have a
7 controlled silicon content of either 0.00 to 0.06 percent or 0.15 to 0.25 percent.
8
9 The last sentence of the last paragraph is revised to read:
10
11 If such modifications are contemplated,the Contractor shall submit a Type 2 Working
12 Drawing of the proposed modifications.
13
14 9-29.AP9
15 Section 9-29, Illumination, Signal, Electrical
16 April 1, 2019
17 9-29.1 Conduit, Innerduct, and Outerduct
18 This section is supplemented with the following new subsections:
19
20 9-29.1(10) Pull Tape
21 Pull tape shall be pre-lubricated polyester pulling tape. The pull tape shall have a
22 minimum width of 1/2-inch and a minimum tensile strength of 500 pounds. Pull tape may
23 have measurement marks.
24
25 9-29.1(11) Foam Conduit Sealant
26 Foam conduit sealant shall be self-expanding waterproof foam designed to prevent both
27 water and pest intrusion. The foam shall be designed for use in and around electrical
28 equipment, including both insulated and bare conductors.
29
30 9-29.2(1) Junction Boxes
31 The first paragraph is revised to read:
32
33 For the purposes of this Specification concrete is defined as portland cement or blended
34 hydraulic cement concrete and non-concrete is all others.
35
36 9-29.2(1)A2 Non-Concrete Junction Boxes
37 The first paragraph is revised to read:
38
39 Material for the non-concrete junction boxes shall be of a quality that will provide for a
40 similar life expectancy as portland cement or blended hydraulic cement concrete in a
41 direct burial application.
42
43 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes
44 In the table in the last paragraph, the fourth, fifth and sixth rows are revised to read:
45
Slip Resistant Lid ASTM A36 steel
Frame ASTM A36 steel
Slip Resistant Frame ASTM A36 steel
46
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 4Hl19
1 9-29.3(2)A1 Single Conductor Current Carrying
2 This second sentence is revised to read:
3
4 Insulation shall be XLP(Grass-linked polyethylene-) or EPR(Ethylene Propylene
5 Rubber), Type USE (Underground Service Entrance) or USE-2, and rated for 600-volts
6 or higher.
7
8 9-29.6 Light and Signal Standards
9 In the first sentence of the third paragraph, "AASHTO M232" is revised to read "ASTM F
10 2329".
11
12 Item number 2 of the last paragraph is revised to read:
13
14 2. The steel light and signal standard fabricator's shop drawing submittal, including
15 supporting design calculations, submitted as a Type 2E Working Drawing in
16 accordance with Section 8-20.2(1)and the Special Provisions.
17
18 9-29.6(1) Steel Light and Signal Standards
19 In the second paragraph, "AASHTO M232" is revised to read "ASTM F 2329"-
20
21 The first sentence of the last paragraph is revised to read:
22
23 Steel used for light and signal standards shall have a controlled silicon content of either
24 0.00 to 0.06 percent or 0.15 to 0.25 percent.
25
26 9-29.6(5) Foundation Hardware
27 In the last-paragraph, "AASHTO M232" is revised to read "ASTM F 2329".
28
29 9-29.10(1) Conventional Roadway Luminaires
30 This section is revised to read:
32 All conventional roadway luminaires shall meet 3G vibration requirements as described
33 in ANSI C136.31.
34
35 All luminaires shall have housings fabricated from aluminum. The housing shall be
36 painted flat gray, SAE AMS Standard 595 color chip No. 26280, unless otherwise
37 specified in the Contract. Painted housings shall withstand a 1,000 hour salt spray test
38 as specified in ASTM B117.
39
40 Each housing shall include a four bolt slip-fitter mount capable of accepting a nominal 2"
41 tenon and adjustable within +/-5 degrees of the axis of the tenon.The clamping
42 bracket(s)and the cap screws shall not bottom out on the housing bosses when
43 adjusted within the+/- 5 degree range. No part of the slipfitter mounting brackets on the
44 luminaires shall develop a permanent set in excess of 0.2 inch when the cap screws
45 used for mounting are tightened to a torque of 32 foot-pounds. Each luminaire shall
46 include leveling reference points for both transverse and longitudinal adjustment.
47
48 All luminaires shall include shorting caps when shipped.The caps shall be removed and
49 provided to the Contracting Agency when an alternate control device is required to be
50 installed in the photocell socket. House side shields shall be included when required by
51 the Contract. Order codes shall be modified to the minimum extent necessary to include
52 the option for house side shields.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1
2 This section is supplemented with the following new subsections..
3
4 9-29.10(1)A High Pressure Sodium (HPS) Conventional Roadway Luminaires
5 HPS conventional roadway luminaires shall meet the following requirements:
6
7 1. General shape shall be"cobrahead" style, with flat glass lens and full cutoff
8 optics.
9
10 2. Light pattern distribution shall be IES Type III.
11
12 3. The reflector of all luminaires shall be of a snap-in design or secured with
13 screws. The reflector shall be polished aluminum or prismatic borosilicate
14 glass.
15
16 4. Flat lenses shall be formed from heat resistant, high-impact, molded
17 borosilicate or tempered glass.
18
19 5. The lens shall be mounted in a doorframe assembly, which shall be hinged to
20 the luminaire and secured in the closed position to the luminaire by means of
21 an automatic latch.The lens and doorframe assembly, when closed, shall
22 exert pressure against a gasket seat. The lens shall not allow any light output
23 above 90 degrees nadir. Gaskets shall be composed of material capable of
24 withstanding the temperatures involved and shall be securely held in place.
25
26 6. The ballast shall be mounted on a separate exterior door, which shall be
27 hinged to the luminaire and secured in the closed position to the luminaire
28 housing by means of an automatic type of latch (a combination hextslot
29 stainless steel screw fastener may supplement the automatic-type latch).
30
31 7. Each luminaire shall be capable of accepting a 150, 200, 250, 310, or 400 watt
32 lamp complete and associated ballast. Lamps shall mount horizontally.
33
34 9-29.10(1)B Light Emitting Diode (LED) Conventional Roadway Luminaires
35 LED Conventional Roadway Luminaires are divided into classes based on their
36 equivalent High Pressure Sodium(HPS) luminaires. Current classes are 200W, 250W,
37 310W, and 400W. LED luminaires are required to be pre-approved in order to verify
38 their photometric output.To be considered for pre-approval, LED luminaires must meet
39 the requirements of this section.
40
41 LED luminaires shall include a removable access door, with tool-less entry,for access
42 to electronic components and the terminal block. The access door shall be removable,
43 but include positive retention such that it can hang freely without disconnecting from the
44 luminaire housing. LED drivers may be mounted either to the interior of the luminaire
45 housing or to the removable door itself.
46
47 LED drivers shall be removable for user replacement.All internal modular components
48 shall be connected by means of mechanical plug and socket type quick disconnects.
49 Wire nuts may not be used for any purpose. All external electrical connections to the
50 luminaire shall be made through the terminal block.
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 LED luminaires shall include a 7-pin NEMA photocell receptacle. The LED driver(s)
2 shall be dimmable from ten volts to zero volts. LED output shall have a Correlated Color
3 Temperature(CCT)of 4000K nominal (4000-4300K) and a Color Rendering Index(CRI)
4 of 70 or greater. LED output shall be a minimum of 85% at 75,000 hours at 25 degrees
5 Celsius.
6
7 LED luminaires shall be available for 120V, 240V, and 480V supply voltages. Voltages
8 refer to the supply voltages to the luminaires present in the field. LED power usage shall
9 not exceed the following maximum values for the applicable wattage class:
10
Class Max.Wattage
20OW I 110W
250W 165W
31 OW 21 OW
40OW 275W
11
12 Only one brand of LED conventional roadway luminaire may be used on a Contract.
13 They do not necessarily have to be the same brand as any high-mast, underdeck, or
14 wall-mount luminaires when those types of luminaires are specified in the Contract.
15 LED luminaires shall include a standard 10 year manufacturer warranty.
16
17 The list of pre-approved LED Conventional Roadway Luminaires is available at
18 http://www.wsdot.wa.gov/Design/Traffic/ledluminaires.htm.
19
20 9-29.10(2) Decorative Luminaires
21 This section, including title, is revised to read:
22
23 9-29.10(2) Vacant
24
25 9-29.12 Electrical Splice Materials
26 This section is supplemented with the following new subsections:
27
28 9-29.12(3) Splice Enclosures
29 9-29.12(3)A Heat Shrink Splice Enclosure
30 Heat shrink splice enclosures shall be medium or heavy wall cross-linked
31 polyolefin, meeting the requirements of AMS-DTL-23053/15, with thermoplastic
32 adhesive sealant. Heat shrink splices used for"wye" connections require rubber
33 electrical mastic tape.
34
35 9-29.12(3)B Molded Splice Enclosure
36 Molded splice enclosures shall use epoxy resin in a clear rigid plastic mold. The
37 material used shall be compatible with the insulation material of the insulated
38 conductor or cable.The component materials of the resin insulation shall be
39 packaged ready for convenient mixing without removing from the package.
40
41 9-29.12(4) Re-Enterable Splice Enclosure
42 Re-enterable splice enclosures shall use either dielectric grease or a flexible resin
43 contained in a two-piece plastic mold. The mold shall either snap together or use
44 stainless steel hose clamps.
45
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 9-29.12(5) Vinyl Electrical Tape for Splices
2 Vinyl electrical tape in splicing applications shall meet the requirements of MIL-1-
3 24391 C.
4
5 9-29.12(1) Illumination Circuit Splices
6 This section is revised to read:
7
8 Underground illumination circuit splices shall be solderless crimped connections
9 capable of securely joining the wires, both mechanically and electrically, as defined in
10 Section 8-20.3(8). Aerial illumination splices shall be solderless crimp connectors or
11 split bolt vice-type connectors.
12
13 9-29.12(1)A Heat Shrink Splice Enclosure
14 This section is deleted in its entirety.
15
16 9-29.12(1)6 Molded Splice Enclosure
17 This section is deleted in its entirety.
18
19 9-29.12(2) Traffic Signal Splice Material
20 This section is revised to read:
21
22 Induction loop splices and magnetometer splices shall use an uninsulated barrel-type
23 crimped connector capable of being soldered.
24
25 9-29.13(10)D Cabinets for Type 170E and 2070 Controllers
26 The first sentence of item number 4 is revised to read:
27
28 A disposable paper filter element with dimensions of 12" x 16" X 1" shall be provided in
29 lieu of a metal filter.
30
31 Item number 6 is revised to read:
32
33 6. LED light strips shall be provided for cabinet lighting, powered from the Equipment
34 breaker on the Power Distribution Assembly. Each LED light strip shall be
35 approximately 12 inches long, have a minimum output of 320 lumens, and have a
36 color temperature of 4100K(cool white) or higher. There shall be three light strips
37 for each rack within the cabinet. Lighting shall be ceiling mounted—rack mounted
38 lighting is not permitted. Light strips shall be installed in the locations shown in the
39 Standard Plans. Lighting shall not interfere with the proper operation of any other
40 ceiling mounted equipment. All lighting fixtures above a rack shall energize
41 automatically when either door to that respective rack is opened. Each door switch
42 shall be labeled "Light".
43
44 Item number 7 is revised to read:
45
46 7. Rack mounted equipment shall be as shown in the Standard Plans. The cabinet
47 shall use PDA#2LX and Output File#1 LX. Where an Auxiliary Output File is
48 required, Output File#2LX shall also be included.
49
50 This section is supplemented with the following new item:
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 9. The PCB connectors for Field Terminal Blocks FT1 through FT6 on Output Files
2 #1 LX and#2LX shall be capable of accepting minimum 14 AWG field wiring, have
3 a pitch of 5.08 mm, and use screw flange type locking to secure the plug and
4 socket connection. The sockets on the Field Terminal Panel shall be secured to the
5 panel such that unplugging a connector will not result in the socket moving or
6 separating from the panel.
7
8 9-29.13(11) Traffic Data Accumulator and Ramp Meters
9 item number 2 is revised to read:
10
11 2. Rack mounted equipment shall be as shown in the Standard Plans.
12
13 Item number 3 is revised to read:
14
15 3. PDA#3LX shall be furnished with three Model 200 Load Switches installed. PDA
16 #3LX shall be modified to include a second Model 430 transfer relay, mounted on
17 the rear of the PDA and wired as shown in the Standard Plans.
18
19 9-29.13(12) ITS Cabinet
20 This section's title is revised to read:
21
22 Type 331 L ITS Cabinet
23
24 The first paragraph (excluding the numbered list) is revised to read:
25
26 Basic ITS cabinets shall be Model 331 L Cabinets, unless otherwise specified in the
27 Contract. Type 331 L Cabinets shall be constructed in accordance with the TEES, with
28 the following modifications:
29
30 item number 6 of the first paragraph is revised to read:
31
32 6. LED light strips shall be provided for cabinet lighting, powered from the Equipment
33 breaker on the Power Distribution Assembly. Each LED light strip shall be
34 approximately 12 inches long, have a minimum output of 320 lumens, and have a
35 color temperature of 4100K(cool white)or higher.There shall be three light strips
36 for each rack within the cabinet. Lighting shall be ceiling mounted—rack mounted
37 lighting is not permitted. Light strips shall be installed in the locations shown in the
38 Standard Plans. Lighting shall not interfere with the proper operation of any other
39 ceiling mounted equipment. All lighting fixtures above a rack shall energize
40 automatically when either door to that respective rack is opened. Each door switch
41 shall be labeled "Light'.
42
43 9-29.16(2)E Painting Signal Heads
44 In the first sentence, "Federal Standard 595" is revised to read "SAE AMS Standard 595".
45
46 9-29.17 Signal Head Mounting Brackets and Fittings
47 In the first paragraph, item number 2 under Stainless Steel is revised to read:
48
49 2. Bands or cables for Type N mount.
50
AMENDMENTS To THE 2918 STANDARD SPECIFICATIONS BOOK
Revised: 4/1119
.1 9-29.20 Pedestrian Signals
2 In item 2C of the second paragraph, "Federal Standard 595" is revised to read "SAE AMS
3 Standard 595'.
4
5 9-29.24 Service Cabinets
6 The third sentence of item number 6 is revised to read:
7
8 The dead front cover shall have cutouts for the entire breaker array, with blank covers
9 where no circuit breakers are installed.
10
11 Item number 8 is revised to read:
12
13 8. Lighting contactors shall meet the requirements of Section 9-29.24(2).
14
15 The last sentence of item number 10 is revised to read:
16
17 Dead front panels shall prevent access to any exposed, live components, and shall
18 cover all equipment except for circuit breakers(including blank covers),the photocell
19 test/bypass switch, and the GFCI receptacle.
20
21 9-29.24(2) Electrical Circuit Breakers and Contactors
22 This section is revised to read:
23
24 All circuit breakers shall be bolt-on type, with the RMS-symmetrical interrupting capacity
25 described in this Section. Circuit breakers for 120/240/277 volt circuits shall be rated at
26 240 or 277 volts, as applicable, with an interrupting capacity of not less than 10,000
27 amperes. Circuit breakers for 480 volt circuits shall be rated at 480 volts, and shall have
28 an interrupting capacity of not less than 14,000 amperes.
29
30 Lighting contactors shall be rated for tungsten or ballasted (such as sodium vapor,
31 mercury vapor, metal halide, and fluorescent)lamp loads. Contactors for 120/240/277
32 volt circuits shall be rated at 240 volts maximum line to line voltage, or 277 volts
33 maximum line to neutral voltage, as applicable. Contactors for 480 volt circuits shall be
34 rated at 480 volt maximum line to line voltage.
35
36 9-33.AP9
37 Section 9-33, Construction Geosynthetic
38 August 6, 2018
39 9-33.4(1) Geosynthetic Material Approval
40 The second sentence of the first paragraph is revised to read:
41
42 If the geosynthetics material is not listed in the current WSDOT QPL, a Manufacturer's
43 Certificate of Compliance including Certified Test Reports of each proposed
44 geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for
45 evaluation.
46
47 The last paragraph is revised to read:
48
49 Geosynthetics used as reinforcement in permanent geosynthetic retaining walls,
50 reinforced slopes, reinforced embankments, and other geosynthetic reinforcement
51 applications require proof of compliance with the National Transportation Product
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 Evaluation Program (NTPEP)in accordance with AASHTO Standard Practice R 69,
2 Standard Practice for Determination of Long-Term Strength for Geosynthetic
3 Reinforcement.
4
5 9-34.AP9
6 Section 9-34, Pavement Marking Material
7 January 7, 2019
8 9-34.2(2) Color
9 The first sentence Is,revised to read:
10
11 Paint draw-downs shall be prepared according to ASTM D823.
12
13 Each reference to "Federal Standard 595" is revised to read "SAE AMS Standard 595".
14
15 9-34.2(3) Prohibited Materials
16 This section is revised to read:
17
18 Traffic paint shall not contain mercury, lead, chromium, diarylide pigments,toluene,
19 chlorinated solvents, hydrolysable chlorine derivatives, ethylene-based glycol ethers
20 and their acetates, nor any other EPA hazardous waste material over the regulatory
21 levels in accordance with CFR 40 Part 261.24.
22
23 9-34.2(5) Low VOC Waterborne Paint
24 The heading "Standard Waterborne Paint" is supplemented with "Type 1 and 2".
25
26 The heading "High-Build Waterbome Paint" is supplemented with "Type 4".
27
28 The heading "Cold Weather Waterborne Paint" is supplemented with "Type 5".
29
30 In the row beginning with "O @900F", each minimum value is revised to read "60"
31
32 In the row beginning with "Fineness of Grind, (Hegman Scale)", each minimum value is
33 revised to read "3".
'24
35 The last four rows are replaced with the following:
36
Vehicle Composition ASTM D 100%acrylic emulsion 100%cross-linking 100%acrylic emulsion
2621 acrylic4
Freeze-Thaw ASTM D @ 5 cycles show no @ 5 cycles show no @ 3 cycles show no
Stability,KU 2243 and D coagulation or change coagulation or change coagulation or change
562 in viscosity greater in viscosity greater in viscosity greater
than±10 KU than±10 KU than±10 KU
Heat Stability ASTM D 5622 ±10 KU from the initial ±10 KU from the initial ±10 KU from the initial
viscosity viscosity Viscosity
Low Temperature ASTM D No Cracks" No Cracks
Film Formation 28053
Cold Flexibility5 ASTM D522 Pass at 0.5 in mandrel'
Test Deck Durability6 ASTM D913 2:70%paint retention in
wheel track"
Mud Cracking (See note 7) No Cracks I No Cracks
37
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 After the preceding Amendments are applied, the following new column is inserted after the
2 "Standard Waterborne Paint Type 1 and 2" column:
3
Semi-Durable Waterborne Paint Type 3
i White Yellow
Min. I Max. Min. Max.
Within±0.3 of qualification sample
80 95 80 95
60 60
77 77
65 65
43 J
743::j
1.25 1.25
3 3
0.98 0.96
88 50
100° ; 100°
9.5 J 9.5
10 10
100%ac lic emulsion
@ 5 cycles show no coagulation or
change in viscosity greater than±10 KU
±10 KU from the inifial viscosif
No Cracks
Pass at 0.25 in mandrel
>_70%paint retention in wheel track
No Cracks
4
5 The footnotes are supplemented with the following.-
6
ollowing:6
7 4Cross-linking acrylic shall meet the requirements of federal specification TT-P-1 952F
8 Section 3.1.1.
9
10 5Cold Flexibility: The paint shall be applied to an aluminum panel at a wet film thickness
11 of 15 mils and allowed to dry under ambient conditions (50±10% RH and 72±5 °F)for 24
12 hours. A cylindrical mandrel apparatus(in accordance with ASTM D522 method B)shall
13 be put in a 40°F refrigerator when the paint is drawn down. After 24 hours, the
14 aluminum panel with dry paint shall be put in the 40°F refrigerator with the mandrel
15 apparatus for 2 hours. After 2 hours, the panel and test apparatus shall be removed and
16 immediately tested to according to ASTM D522 to evaluate cold flexibility. Paint must
17 show no evidence of cracking, chipping or flaking when bent 180 degrees over a
18 mandrel bar of specified diameter.
19
20 6NTPEP test deck, or a test deck conforming to ASTM D713, shall be conducted for a
21 minimum of six months with the following additional requirements: it shall be applied at
22 15 wet mils to a test deck that is located at 40N latitude or higher with at least 10,000
23 ADT and which was applied during the months of September through November.
24
25 7Paint is applied to an approximately 4"x12"aluminum panel using a drawdown bar with
26 a 50 mil gap. The coated panel is allowed to dry under ambient conditions(50±10% RH
27 and 72±5 °F)for 24 hours. Visual evaluation of the dry film shall reveal no cracks.
28
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411/19
1 9-34.3 Plastic
2 In the first sentence of the last paragraph, "Federal Standard 595" is revised to read "SAE
3 AMS Standard 595".
4
5 9-34.3(2) Type B— Pre-Formed Fused Thermoplastic
6 In the last two paragraphs, each reference to "Federal Standard 595" is revised to read "SAE
7 AMS Standard 595".
8
9 9-34.3(4) Type D— Liquid Cold Applied Methyl Methacrylate
10 The Test Method value for Adhesion to PCC or HMA, psi is revised to read "ASTM
11 D4541'".
12
13 9-34.4 Glass Beads for Pavement Marking Materials
14 In the Test Method column of the table titled Metal Concentration Limits, "EPA 3052 SW-846
15 6010C" is revised to read "EPA 3052 SW-846 601 OD".
16
17 9-34.5(1) Temporary Pavement Marking Tape —Short Duration
18 This section, including title, is revised to read:
19
20 9-34.5(1) Temporary Pavement Marking Tape—Short Duration (Removable)
21 Temporary pavement marking tape for short duration (usage is for up to two months)
22 shall conform to ASTM D4592 Type I except that black tape, black mask tape and the
23 black portion of the contrast removable tape, shall be non-reflective.
24
25 9-34.5(2) Temporary Pavement Marking Tape— Long Duration
26 This section's title is revised to read:
27
28 Temporary Pavement Marking Tape—Long Duration (Non-Removable)
29
30 The first sentence is revised to read:
31
32 Temporary pavement marking tape for long duration (usage is for greater than two
33 months and less than one year) shall conform to ASTM D4592 Type 11.
34
35 ASTM E2176 is deleted from the second sentence.
36
37 9-34.7(1) Requirements
38 The first paragraph is revised to read:
39
40 Field performance evaluation is .required for low VOC solvent-based paint per Section 9-
41 34.2(4), Type A—liquid hot applied thermoplastic per Section 9-34.3(1), Type B—
42 preformed fused thermoplastic per Section 9-34.3(2), Type C—cold applied preformed
43 tape per Section 9-34.3(3), and Type D—liquid applied methyl methacrylate per Section
44 9-34.3(4).
45
46 The last paragraph is deleted.
47
48 9-34.7(1)C Auto No-Track Time
49 The first paragraph is revised to read:
50
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 411119
1 Auto No-Track Time will only be required for low VOC solvent-based paint in
2 accordance with Section 9-34.2(4).
3
4 The second and third sentences of the second paragraph are deleted.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: Q1119
SPECIAL PROVISIONS
INTRODUCTION TO THE SPECIAL PROVISIONS
(August 14, 2013 APWA GSP)
The work on this project shall be accomplished in accordance with the Standard Specifications
for Road, Bridge and Municipal Construction, 2018 edition, as issued by the Washington State
Department of Transportation (WSDOT) and the American Public Works Association (APWA),
Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications,
as modified or supplemented by the Amendments to the Standard Specifications and these
Special Provisions, all of which are made a part of the Contract Documents, shall govern all of
the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) from various
sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each
Provision either supplements, modifies, or replaces the comparable Standard Specification, or is
a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion
of the Standard Specifications is meant to pertain only to that particular portion of the section,
and in no way should it be interpreted that the balance of the section does not apply.
The project-specific Special Provisions are not labeled as such. The GSPs are labeled under
the headers of each GSP,with the effective date of the GSP and its source. For example:
(March 8, 2013 APWA GSP)
(April 1, 2013 WSDOT GSP)
(April 12, 2018 CFW GSP)
(***PROJECT-SPECIFIC SPECIAL PROVISION***)
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
• WSDOT Standard Plans
■ City of Federal Way Public Works Development Standards
• National Electric Code, current edition
Contractor shall obtain copies of these publications, at Contractor's own expense.
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-1 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.B
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995 WSDOT GSP)
This Contract provides for the improvement of the 2019 Storm Pipe Repair (Phase
I)Improvements and other work, all in accordance with the attached Contract Plans, these
Contract Provisions, and the Standard Specifications.
1-01.3 Definitions
(January 4, 2016 APWA GSP)
Delete the heading Completion Dates and the three paragraphs that follow it, and replace them
with the following:
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the Bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the Work.
Contract Execution Date
The date the Contracting Agency officially binds the Agency to the Contract.
l kW.-.e is Proceed Date
The date stated in the Notice to Proceed on which the Contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use
and benefit of the facilities, both from the operational and safety standpoint, any
remaining traffic disruptions will be rare and brief, and only minor incidental work,
replacement of temporary substitute facilities, plant establishment periods, or correction
or repair remains for the Physical Completion of the total Contract.
Physical Completion Date
The day all of the Work is physically completed on the project. All documentation
required by the Contract and required by law does not necessarily need to be furnished
by the Contractor by this date.
Completion Date
The day all the Work specified in the Contract is completed and all the obligations of the
Contractor under the contract are fulfilled by the Contractor. All documentation required
by the Contract and required by law must be furnished by the Contractor before
establishment of this date.
Final Acceptance Date
The date on which the Contracting Agency accepts the Work as complete.
Supplement this Section with the following:
All references in the Standard Specifications, Amendments, or WSDOT General Special
Provisions, to the terms "Department of Transportation", "Washington State
Transportation Commission", "Commission", "Secretary of Transportation", "Secretary",
"Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency."
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-2 May 2019
CFW SPECIAL PROVISIONS VER.2019.01.8
All references to the terms "State" or "state" shall be revised to read "Contracting
Agency" unless the reference is to an administrative agency of the State of Washington,
a State statute or regulation, or the context reasonably indicates otherwise.
All references to "State Materials Laboratory"shall be revised to read "Contracting
Agency designated location."
All references to "final contract voucher certification" shall be interpreted to mean the
Contracting Agency form(s) by which final payment is authorized, and final completion
and acceptance granted.
Additive
A supplemental unit of work or group of bid items, identified separately in the Bid
Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition
to the base bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the Bid
Proposal, from which the Contracting Agency may make a choice between different
methods or material of construction for performing the same work.
Business Day
A business day is any day from Monday through Friday except holidays as listed in
Section 1-08.5.
Contract Bond
The definition in the Standard Specifications for "Contract Bond" applies to whatever
bond form(s) are required by the Contract Documents, which may be a combination of a
Payment Bond and a Performance Bond.
Contract Documents
See definition for"Contract."
Contract Time
The period of time established by the terms and conditions of the Contract within which
the Work must be physically completed.
Notice of Award
The written notice from the Contracting Agency to the successful Bidder signifying the
Contracting Agency's acceptance of the Bid Proposal.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing
and directing the Contractor to proceed with the Work and establishing the date on
which the Contract time begins.
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs,
and equestrian traffic.
142 BID PROCEDURgS AND CONDITIONS
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-3 May 2019
CFW SPECIAL PROVISIONS VER.2019.01.8
1 Preglialification of Bidders
Delete this Section and replace it with the following.
1-02.1 QUA WfUcations 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 Pians and §12,e6fcations
r*****)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can be found in the
Call for Bids (Advertisement for Bids)for the work.
After award of the Contract, Pians and specifications will be issued to the Contractor at
no cost as detailed below:
To Prime Contractor No. of Basis of Distribution
Sets
Reduced Plans (11"x 17") 1 Furnished automatically upon award.
Contract Provisions 1 Furnished automatically upon award.
Large Plans (e.g., 22"x 34") 1 Furnished only upon request.
Electronic Plans and Contract 1 Furnished automatically upon award.
Provisions
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»fl2.4 Examination of Plans. Specifications, andSi Site Work
(June 27, 2011 APWA GSP)
1-02.411 General
(August 15, 2016 APWA GSP, Option B)
The first sentence of the last paragraph is revised to read:
Any prospective Bidder desiring an explanation or interpretation of the Bid
Documents, shall request the explanation or interpretation in writing by close of
business three (3) business days preceding the bid opening to allow a written
reply to reach all prospective Bidders before the submission of their Bids.
4 rfInfora3ltion
(March 8, 2013 APWA GSP)
The second sentence in the first paragraph is revised to read:
The Summary of Geotechnical Conditions and the boring Ings, if and when
included as an appendix to the Special Provisions, shall be considered as part of
the Contract.
1-02.5 Proposal Forms
(July 31, 2017 APWA GSP)
City of Federal Play RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-4 May 2019
CFW SPECIAL PROVISIONS VER.2019.01.8
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
UBDE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's
Registration Number; and a Business License Number, if applicable. Bids shall be
completed by typing or shall be printed in ink by hand, preferably in black ink. The required
certifications are included as part of the Proposal Form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates
and additives, if such be to the advantage of the Contracting Agency. The bidder shall
bid on all alternates and additives set forth in the Proposal Form unless otherwise
specified.
1-02.6 PreparationQf Pr pal
(July 11, 2018 APWA GSP)
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item, the unit or lump sum
price must equal or exceed the minimum amount stated.
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be
initialed by the signer of the bid.
Delete the last two paragraphs, and replace them with the following:
If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any
Subcontractor to perform those items of work.
The Bidder shall submit with their Bid a completed Contractor Certification Wage Law
Compliance form, provided by the Contracting Agency. Failure to return this certification
as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for
Award. A Contractor Certification of Wage Law Compliance form is included in the
Proposal Forms.
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a
vice president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a
partner. A copy of the partnership agreement shall be submitted with the Bid Form if any
UDBE requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a
member of the joint venture. A copy of the joint venture agreement shall be submitted
with the Bid Form if any UDBE requirements are to be satisfied through such an
agreement.
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-5 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.8
Add tl le f311flvlil lg new section:
1_02.6(() Recycled Materials ProDosal
(January 4, 2016 APWA GSP)
The Bidder shall submit with the Bid, its proposal for incorporating recycled materials
into the project, using the form provided in the Contract Provisions.
1-02.7 Bid Degosit
(March 8, 2013 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency-assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage
which represents five percent of the maximum bid amount that could be
awarded;
5. Signature of the bidder's officer empowered to sign official statements. The
signature of the person authorized to submit the bid should agree with the
signature on the bond, and the title of the person must accompany the said
signature;
6. The signature of the surety's officer empowered to sign the bond and the power
of attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
1-02.9 Delivery of PrQnosal
y
17 2018 APWA GSP OPTION A)
Delete this section and replace it with the following:
Each Proposal shall be submitted in a sealed envelope, with the Project Name and
Project Number as stated in the Call for Bids clearly marked on the outside of the
envelope, or as otherwise required in the Bid Documents, to ensure proper handling and
U eliver' be consideled responsive on a Fu ivv�A-funded Io ect the Bidder Bila' be
Y p,.. ,.... p-UJ Y
required to submit the following items, as required by Section 1-02.6:
• UDBE Written Confirmation Document from each UDBE firm listed on the
Bidder's completed UDBE Utilization Certification (WSDOT 272-056U)
• Good Faith Effort (GFE) Documentation
These documents, if applicable, shall be received either with the Bid Proposal or as a
supplement to the Bid. These documents shall be received no later than 24 hours (not
including Saturdays, Sundays and Holidays) after the time for delivery of the Bid
Proposal.
If submitted after the Bid Proposal is due, the document(s) must be submitted in a
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase i SP-6 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.8
sealed envelope labeled the same as for the Proposal, with "Supplemental Information"
added. All other information required to be submitted with the Bid Proposal must be
submitted with the Bid Proposal itself, at the time stated in the Call for Bids.
The Contracting Agency will not open or consider any Bid Proposal that is received after
the time specified in the Call for Bids for receipt of Bid Proposals, or received in a
location other than that specified in the Call for Bids. The Contracting Agency will not
open or consider any "Supplemental Information" (UDBE confirmations, or GFE
documentation) that is received after the time specified above, or received in a location
other than that specified in the Call for Bids.
1-02.10 Withdrawing.Revising. or_SuDgIlErt n ing Prol2osal
(July 23, 2015 APWA GSP)
Delete this section, and replace it with the following:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may
withdraw, revise, or supplement it if:
1. The Bidder submits a written request signed by an authorized person and
physically delivers it to the place designated for receipt of Bid Proposals,
and
2. The Contracting Agency receives the request before the time set for
receipt of Bid Proposals, and
3. The revised or supplemented Bid Proposal (if any) is received by the
Contracting Agency before the time set for receipt of Bid Proposals.
If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received
before the time set for receipt of Bid Proposals, the Contracting Agency will return the
unopened Proposal package to the Bidder. The Bidder must then submit the revised or
supplemented package in its entirety. If the Bidder does not submit a revised or
supplemented package, then its bid shall be considered withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be date
recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed
requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.
1-02.13 Irregular Proposals
(June 20, 2017 APWA GSP)
Delete this section and replace it with the following:
1. A Proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized Proposal form furnished by the Contracting Agency is not used or
is altered;
C. The completed Proposal form contains any unauthorized additions,deletions,
alternate Bids, or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the award, or
enter into the Contract;
e. A price per unit cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-7 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.E
g. The Bidder fails to submit or properly complete a Subcontractor list, if
applicable, as required in Section 1-02.6;
h. The Bidder fails to submit or properly complete an Underutilized Disadvantaged
Business Enterprise Certification, if applicable, as required in Section 1-02.6;
i. The Bidder fails to submit written confirmation from each UDBE firm listed on the
Bidder's completed UDBE Utilization Certification that they are in agreement with
the bidder's UDBE participation commitment, if applicable, as required in Section
1-02.6, or if the written confirmation that is submitted fails to meet the
requirements of the Special Provisions;
j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable,
as required in Section 1-02.6, or if the documentation that is submitted fails to
demonstrate that a Good Faith Effort to meet the Condition of Award was made;
k. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation; or
I. More than one Proposal is submitted for the same project from a Bidder under
L
he same or different names.
2. A Proposal may be considered irregular and may be rejected if:
a. The Proposal does not include a unit price for every Bid item;
b. Any of the unit prices are excessively unbalanced (either above or below the
amount of a reasonable Bid)to the potential detriment of the Contracting Agency;
C. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or partnership
submit Proposals for the same project(in such an instance, both Bids may be
rejected); or
e. If Proposal form entries are not made in ink.
1--Q?.14 Disgualification of Bidders
(May 17, 2018 APWA GSP, OPTION B)
Delete this section and replace it with the following:
/� Du'.�d 11 h .+ ,J + hl f +h D;AA .J + meet +h rr, nr7_ + r�i
Bidder win be ueemed not responsible it the L.Jluder docs not meet he r��a, Bator y
bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet
Supplemental Criteria 1-7 listed in this Section.
Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility
criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder
meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this
Section.
1. u lin u n' tate Taxes
A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State
Department of Revenue without a payment plan approved by the Department
of Revenue.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder does not owe delinquent taxes to the Washington State
Department of Revenue, or if delinquent taxes are owed to the Washington
State Department of Revenue, the Bidder must submit a written payment plan
approved by the Department of Revenue, to the Contracting Agency by the
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-8 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.8
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 Resp2nai ili v
A. Criterion: The Bidder's standard subcontract form shall include the
subcontractor responsibility language required by RCW 39.06.020, and the
Bidder shall have an established procedure which it utilizes to validate the
responsibility of each of its subcontractors. The Bidder's subcontract form
shall also include a requirement that each of its subcontractors shall have
and document a similar procedure to determine whether the sub-tier
subcontractors with whom it contracts are also "responsible" subcontractors
as defined by RCW 39.06.020.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a copy of its standard subcontract form for review by the Contracting
Agency, and a written. description of its procedure for validating the
responsibility of subcontractors with which it contracts.
4. Claims AcAginst 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.
5. Public Bi iing 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.
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-9 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.8
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency)
that the Bidder and/or its owners have not been convicted of a crime
involving bidding on a public works contract.
6. Termination for Cjj!jar,LT_%rrninationfrDf
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 -submitral date; or if Binder was terminated, describe the circumstances. .
7. Lawsuits
A. Criterion: The Bidder shall not have lawsuits with judgments entered against
the Bidder in the five years prior to the bid submittal date that demonstrate a
pattern of failing to meet the terms of contracts, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the
Contracting Agency
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder has not had any lawsuits with judgments entered against the
Bidder in the five years prior to the bid submittal date that demonstrate a
pattern of failing to meet the terms of contracts, or shall submit a list of all
lawsuits with judgments entered against the Bidder in the five years prior to
the bid submittal- d-ate, along with a written explanation of the circumstances
surrounding each such lawsuit. The Contracting Agency shall evaluate these
explanations to determine whether the lawsuits demonstrate a pattern of
failing to meet of terms of construction related contracts
As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent
low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second
business day following the bid submittal deadline, a written statement verifying that the
Bidder meets the supplemental criteria together with supporting documentation
(sufficient in the sole judgment of the Contracting Agency) demonstrating compliance
with the Supplemental Criteria. The Contracting Agency reserves the right to request
further documentation as needed from the low Bidder and documentation from other
Bidders as well to assess Bidder responsibility and compliance with all bidder
responsibility criteria. The Contracting Agency also reserves the right to obtain
information from third-parties and independent sources of information concerning a
Bidder's compliance with the mandatory and supplemental criteria, and to use that
information in their evaluation. The Contracting Agency may consider mitigating factors
in determining whether the Bidder complies with the requirements of the supplemental
criteria.
The basis for evaluation of Bidder compliance with these mandatory and supplemental
criteria shall include any documents or facts obtained by Contracting Agency (whether
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase l SP-10 May 2019
CFW SPECIAL PROVISIONS VER.2019.01.B
from the Bidder or third parties) including but not limited to: (i) financial, historical, or
operational data from the Bidder; (ii) information obtained directly by the Contracting
Agency from others for whom the Bidder has worked, or other public agencies or private
enterprises; and (iii) any additional information obtained by the Contracting Agency
which is believed to be relevant to the matter.
If the Contracting Agency determines the Bidder does not meet the bidder responsibility
criteria above and is therefore not a responsible Bidder, the Contracting Agency shall
notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees
with this determination, it may appeal the determination within two (2) business days of
the Contracting Agency's determination by presenting its appeal and any additional
information to the Contracting Agency. The Contracting Agency will consider the appeal
and any additional information before issuing its final determination. If the final
determination affirms that the Bidder is not responsible, the Contracting Agency will not
execute a contract with any other Bidder until at least two business days after the Bidder
determined to be not responsible has received the Contracting Agency's final
determination.
Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders
with concerns about the relevancy or restrictiveness of the Supplemental Bidder
Responsibility Criteria may make or submit requests to the Contracting Agency to modify
the criteria. Such requests shall be in writing, describe the nature of the concerns, and
propose specific modifications to the criteria. Bidders shall submit such requests to the
Contracting Agency no later than five (5) business days prior to the bid submittal
deadline and address the request to the Project Engineer or such other person
designated by the Contracting Agency in the Bid Documents.
1-02.15 Pre-Award ItIfvrmiatiign
(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 AWARE) ANd EXECUTi ION OF CONTRACT
1-02.1 Consideration of Bids
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-11 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.8
(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
u lit or Pump Burn; r ice is less than the minimum s ecified amount, the Contracting
Agency will unilaterafly 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 1 i l Bid Tota12
(January 4, 2016 APWA GSP)
Revise this section to read:
After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then
the tie-breaker will be the Bidder with an equal lowest bid, that Proposed to use the
highest percentage of recycled materials in the Project. per the farm submitted with the
Bid Proposal. If those percentages are also exactly a ual then the tie-breaker will be
determined by drawing as follows: Two or more slips of paper will be marked as follows:
one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to
make the marking unseen. The slips will be placed inside a box. One authorized
representative of each Bidder shall draw a slip from the box. Bidders shall draw in
alphabetic order by the name of the firm as registered with the Washington State
Department of Licensing. The slips shall be unfolded and the firm with the slip marked
"Winner" will be determined to be the successful Bidder and eligible for Award of the
Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest
responsive Bid, and with a proposed recycled materials percentage that is exactly a ual
to the highest proposed recycled materials amount ars eligible to draw.
11=02,j Execyl ion 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 ofj ies to be executed by the Contractor will be determined by the
Contracting Agency.
Within 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 i 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.
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-12 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.6
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 5 additional calendar days for return
of the documents, provided the Contracting Agency deems the circumstances warrant it.
1-03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it with the following:
The successful bidder shall provide executed payment and performance bond(s) for the
full contract amount. The bond may be a combined payment and performance bond; or
be separate payment and performance bonds. In the case of separate payment and
performance bonds, each shall be for the full contract amount. The bond(s) shall:
1. Be on Contracting Agency-furnished form(s);
2. Be signed by an approved surety (or sureties)that:
a. Is registered with the Washington State Insurance Commissioner,
and
b. Appears on the current Authorized Insurance List in the State of
Washington published by the Office of the Insurance
Commissioner,
3. Guarantee that the Contractor will perform and comply with all
obligations, duties, and conditions under the Contract, including but not
limited to the duty and obligation to indemnify, defend, and protect the
Contracting Agency against all losses and claims related directly or
indirectly from any failure:
a. Of the Contractor (or any of the employees, subcontractors, or
lower tier subcontractors of the Contractor) to faithfully perform
and comply with all contract obligations, conditions, and duties, or
b. Of the Contractor (or the subcontractors or lower tier
subcontractors of the Contractor) to pay all laborers, mechanics,
subcontractors, lower tier subcontractors, material person, or any
other person who provides supplies or provisions for carrying out
the work;
4. Be conditioned upon the payment of taxes, increases, and penalties
incurred on the project under titles 50, 51, and 82 RCW; and
5. Be accompanied by a power of attorney for the Surety's officer
empowered to sign the bond; and
6. Be signed by an officer of the Contractor empowered to sign official
statements (sole proprietor or partner). If the Contractor is a corporation,
the bond(s) must be signed by the president or vice president, unless
accompanied by written proof of the authority of the individual signing the
bond(s) to bind the corporation (i.e., corporate resolution, power of
attorney, or a letter to such effect signed by the president or vice
president).
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-13 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.B
1.03.7 Judicial R„uiew
(July 23, 2015 APWA GSP)
Revise this section to read:
Any decision made by the Contracting Agency regarding the Award and execution of the
Contract or Bid rejection shall be conclusive subject to the scope of judicial review
per;nified under Washington� Law. Such review, if any, shall be timely filed in the
Superior Court of the county where the Contracting Agency headquarters is located,
provided that where an action is asserted against a county, RCW 36.01.05 shall control
venue and jurisdiction.
1-04 SCOPE OF THE WORK
1- 4.2 Qoor�ination of Contrilgt Docurngnts..Plans, S12ecialPrvigpa, ape-cifications,
and Addenda
(March 13, 2012 APWA GSP)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda,
2. Proposal Form,
3. Special Provisions,
4. Contract Plans,
5. Amendments to the Standard Specifications,
6. Standard Specifications,
7. Contracting Agency's Standard Plans or Details (if any), and
8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
1:25 .QNTRO OF WORK
1.05.4 Conformity With and Deviations from Plans and Stakes
(August 7, 2017 WSDOT GSP, OPTION 2)
Section 1-05.4 is supplemented with the following:
Contractor Surveying— Roadway
Copies of the Contracting Agency provided primary survey control data are available for
the bidder's inspection at the office of the Engineer.
The Contractor shall be responsible for setting, maintaining, and resetting all alignment
stakes, slope stakes, and grades necessary for the construction of the roadbed,
drainage, surfacing, paving, channelization and pavement marking, illumination and
signals, guardrails and barriers, and signing. Except for the survey control data to be
furnished by the Contracting Agency, calculations, surveying, and measuring required for
setting and maintaining the necessary lines and grades shall be the Contractor's
responsibility.
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase i SP-14 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.B
The Contractor shall inform the Engineer when monuments are discovered that were not
identified in the Plans and construction activity may disturb or damage the monuments.
All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout
the length of the project or be replaced at the Contractors expense.
1.
1-05.7 Removal of defective and Unauthorized Wgrk
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified
in a written notice from the Engineer, or fails to perform any part of the work required by
the Contract Documents, the Engineer may correct and remedy such work as may be
identified in the written notice, with Contracting Agency forces or by such other means as
the Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer
determines to be an emergency situation, the Engineer may have the defective and
unauthorized work corrected immediately, have the rejected work removed and
replaced, or have work the Contractor refuses to perform completed by using
Contracting Agency or other forces. An emergency situation is any situation when, in the
opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause
serious risk of loss or damage to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will,be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall
include in particular, but without limitation, compensation for additional professional
services required, and costs for repair and replacement of work of others destroyed or
damaged by correction, removal, or replacement of the Contractor's unauthorized work.
No adjustment in Contract time or compensation will be allowed because of the delay in
the performance of the work attributable to the exercise of the Contracting Agency's
rights provided by this section.
The rights exercised under the provisions of this section shall not diminish the
Contracting Agency's right to pursue any other avenue for additional remedy ordamages
with respect to the Contractor's failure to perform the work as required.
1-05.11 Final Inspection
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following-
1-05.11
ollowing-1- .11 Final in i n nd QD-eralionall Testin
1-05.11(1)_51jibstantial Corngletion_Dafe
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
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-15 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.6
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 co-mplete and ready it_tr it intend"er9 iiimethe 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:Q5.11(2) Final Inspection and Pbysical Comal_ejn Date
When the Contractor considers the work physically complete and ready for final
inspection, the Contractor by written notice, shall request the Engineer to schedule a
final inspection. The Engineer will set a date for final inspection. The Engineer and the
Contractor will then make a final inspection and the Engineer will notify the Contractor in
writing of all particulars in which the final inspection reveals the work incomplete or
unacceptable. The Contractor shall immediately take such corrective measures as are
necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously,
diligently, and without interruption until physical completion of the listed deficiencies. This
process will continue until the Engineer is satisfied the listed deficiencies have been
corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies, the Engineer may, upon written notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1-05.7.
The Contractor will not be allowed an extension of Contract time because of a delay in
the performance of the work attributable to the exercise of the Engineer's right
hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered
physically complete. That date shall constitute the Physical Completion Date of the
Contract, but shall not imply acceptance of the work or that all the obligations of the
Contractor under the Contract have been fulfilled.
1-Q5.11(3) QDerationsli.T ing
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
City of Federal Way RFB#19-003
2019 Stonn Pipe Repair Phase 1 SP-16 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.8
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-Q5.12 Final & e n
Add the following new section.
1-05.12(1] One-Year Guarantee Period
(March 8, 2013 APWA GSP)
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.
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.
1-05.13 Supgrintendents. Labor do Equipment of Contractor
(August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this section.
l-Q5-15 Methodf S-e-rving Notires
(March 25, 2009 APWA GSP)
Revise the second paragraph to read:
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-17 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.8
All correspondence from the Contractor shall be directed to the Proiect Engineer. All
correspondence from the Contractor constituting any notification notice of rotest
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 Promect Engineer's office. Electronic copies such as e-mails or
electronically delivered co las of correspondence will not r.,nnstitute si wh natir..e and will
not comoiv with the reoairements of the Contract.
Add the following new section:
_1-05.16 Water and Dower
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power
and water necessary for the performance of the work, unless the Contract includes
power and water as a pay item.
1-05.17 Contractor's Daily Diary
(April 12, 2018 CFW GSP)
Section 1-05.17 is a new section:
The Contractor and subcontractors, as additional consideration for payment for this
contract work, hereby agree to maintain and provide to the Owner and the Engineer a
Daily Diary Record of this Work. The diary must be kept and maintained by the
Contractor's designated project superintendent. Entries must be made on a daily basis
and must accurately represent all of the project activities on each day.
At a minimum, the diary shall show on a daily basis:
• The day and date.
a The weather conditions, including changes throughout the day.
A complete description of work accomplished during the day with adequate
references to the Plans and Specifications so that the reader can easily and
accurately identify said work on the Plans.
7 An entry for each and every changed condition, dispute or potential dispute,
incident, accident, or occurrence of any nature whatsoever which might affect the
Contract, Owner, or any third party in any manner.
Listing of any materials received and stored on or off-site by the Contractor for
future installation, to include the manner of storage and protection of the same.
Listing of materials installed during each day.
• List of all subcontractors working on-site during each day.
■ Listing of the number of Contractor's employees working during each day by
category of employment.
• Listing of Contractor's equipment working on the site during each day. Idle
equipment on the site shall be listed and designated as idle.
• Notations to explain inspections, testing, stake-out, and all other services
furnished to the Contractor by the Owner or other during each day.
• Entries to verify the daily (including non-work days) inspection and maintenance
of traffic control devices and condition of the traveled roadway surfaces. The
Contractor shall not allow any conditions to develop that would be hazardous to
the public.
• Any other information that serves to give an accurate and complete record of the
nature, quantity, and quality of the Contractor's progress on each day.
Summary of total number of working days to date, and total number of delay days
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-18 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.B
to date.
The Contractor's designated project superintendent must sign the diary at the end of
each working day. The Contractor must provide a copy of the diary to the Owner and the
Engineer each morning for the preceding workday. All copies must be legible.
It is expressly agreed between the contractor and the owner that the daily diary
maintained by the Contractor shall be the "Contractor's Book of Original Entry' for the
documentation of any potential claims or disputes that might arise during this contract.
Failure of the Contractor to maintain this diary in the manner described above will
constitute a waiver of any such claims or disputes by the Contractor. The daily diary
maintained by the Contractor does not constitute the official record of the project. The
official record of the project is prepared and maintained exclusively by the engineer.
Record Drawings
Throughout construction, the Contractor shall be responsible for tracking all relevant field
changes to the approved construction drawings. These changes shall be clearly
identified in red ink in a comprehensive manner on one set of full size Plans .These
Record Drawing shall be kept separate from other Plan sheets, and shall be clearly
marked as Record Drawings. The Record Drawings shall be kept on site, and shall be
available for review by the Contracting Agency at all times. The Contractor shall bring
the Record Drawings to each progress meeting for review.
Upon completion of construction, the Contractor shall submit to the City a clean set of
marked-up drawings (either full-size paper copy or electronic PDF) that are signed and
certified by the Contractor or their surveyor. The Certification on each page of the record
drawings shall state that said drawings are an accurate depiction of built conditions. City
acceptance of the Record Drawings is one of the requirements for achieving Physical
Completion.
The certified Record Drawings shall, at a minimum, consist of the following:
• Existing or abandoned utilities that were encountered during construction that
were not shown on the approved construction drawings.
• Accurate locations of storm drainage, sanitary sewer, water mains and other
water appurtenances, structures, conduits, light standards, vaults, width of
roadways, sidewalks, landscaping areas, channelization and pavement
markings, etc. Record drawings shall reflect actual dimensions, arrangement,
and materials used when different than shown in the Plans.
• Changes made by Change Order or Field Directive
Changes made by the Contractor as approved by the Engineer.
Pothole information gathered by the Contractor.
Payment
The work described shall not be paid separately and all costs shall be included in other
Contract bid items associated'with this work.
1-05.19 13efects Arising in Cine Year and Remedies
(April 12, 2018 CFW GSP)
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-19 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.6
Section 1-05.19 is a new section:
The Contractor shall be responsible for correcting all defects in workmanship and
material within one year after acceptance of this work by the City of Federal Way. When
corrections of defects are made, the Contractor shall be responsible for correcting all
defects in workmanship and/or materials in the corrected work for one year after
acceptance of the corrections by the Owner. The Contractor shall start work to remedy
such defects within seven (7) calendar days of mailing notice of discovery thereof by the
Owner and shall complete such work within a reasonable time. In emergencies, where
damage may result from delay or where loss of services may result, such corrections
may be made by the Owner, in which case the cost shall be borne by the Contractor. In
the event the Contractor does not accomplish corrections at the time specified, the work
will be otherwise accomplished and the cost of same shall be paid by the Contractor.
These actions will be pursuant to the provisions of Section 1-05.8 of the Standard
Specifications.
The Contractor shall be liable for any costs, losses, expenses, or damages, including
consequential damages suffered by the Owner resulting from defects in the Contractor's
work including, but not limited to, cost of materials and labor extended by Owner in
making emergency repairs and cost of engineering, inspection and supervision by the
Owner or the Engineer. The Contractor shall hold the Owner harmless from any and all
claims which may be made against the Owner as a result of any defective work, and the
Contractor shall defend any such claims at his own expense.
The Contractor agrees the above one-year limitation shall not exclude or diminish the
Owner's rights under any law to obtain damages and recover costs resulting from
defective and unauthorized work discovered after one year but prior to the expiration of
the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing
or liability, expressed or implied, arising out of a written agreement.
1-06.6 Recycled,,.Materials
(January 4, 2016 APWA GSP)
Delete this section, including its subsections, and replace it with the following:
The Contractor shall make their best effort to utilize recycled materials in the
construction of the project. Approval of such material use shall be as detailed elsewhere
in the Standard Specifications.
Prior to Physical Completion the Contractor shall report the quantity of recycled materials
that were utilized in the construction of the project for each of the items listed in Section
9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled
glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material
and aggregates from concrete returned to the supplier). The Contractor's report shall be
provided on DOT form 350-075 Recycled Materials Reporting.
1077 LEGAL RELATLQN-S AND RESPONSIBILITIESiTO THE PUBLIC
1-27.1 taws 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.
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-20 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.B
The Washington State Department of Labor and Industries shall be the sole and
paramount administrative agency responsible for the administration of the provisions of
the Washington Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well-known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor
shall establish, publish, and make known to all employees, procedures for ensuring
immediate removal to a hospital, or doctor's care, persons, including employees, who
may have been injured on the project site. Employees should not be permitted to work
on the project site before the Contractor has established and made known procedures
for removal of injured persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of
the Contractor's Plant; appliances, and methods, and for any damage or injury resulting
from their failure, or improper maintenance, use, or operation. The Contractor shall be
solely and completely responsible for the conditions of the project site, including safety
for all persons and property in the performance of the work. This requirement shall apply
continuously, and not be limited to normal working hours. The required or implied duty of
the Engineer to conduct construction review of the Contractor's performance does not,
and shall not, be intended to include review and adequacy of the Contractor's safety
measures in, on, or near the project site.
Section 1-07.1 is supplemented with the following:
Confined Space
Confined spaces are known to exist at the following locations:
Existing storm drainage, sanitary sewer, and other utility systems, vaults, and
structures, along with all new similar new construction items that meet the
requirements of WAC 296-809-100.
The Contractor shall be fully responsible for the safety and health of all on-site workers
and compliant with Washington Administrative Code (WAC 296-809).
The Contractor shall prepare and implement a confined space program for each of the
confined spaces identified above. The Contractors Confined Space program shall be
sent to the contracting agency at least 7 days prior to the Contractor beginning work in or
adjacent to the confined space. No work shall be performed in or adjacent to the
confined space until the plan is submitted to the Engineer as required. The Contractor
shall communicate with the Engineer to ensure a coordinated effort for providing and
maintaining a safe worksite for both the Contracting Agency's and Contractor's workers
when working in or near a confined space.
All costs to prepare and implement the confined space program shall be included in the
bid prices for the various items associated with the confined space work.
1-07.2 State Taxes
Section 1-07.2 is supplemented with the following:
The work on this contract is to be performed upon lands whose ownership obligates the
Contractor to pay sales tax. The entire project is subject to Use Tax under Section 1-07.2(1)
1-07.5 Environmental ReS111 tib
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-21 May 2019
CFW SPECIAL PROVISIONS VER.2019.01.B
Section 1-07.5 is supplemented with the following:
(September 20, 2010, WSDOT GSP, OPTION 1)
Environmental Commitments
The following Provisions summarize the requirements, in addition to those required
elsewhere in the Contract, imposed upon the Contracting Agency by the various
documents referenced in the Special Provision Permits and Licenses. Throughout the
work, the Contractor shall comply with the following requirements:
(August 3, 2009 WSDOT GSP, OPTION 1(V))
The intentional bypass of stormwater from all or any portion of a stormwater treatment
system is prohibited without the approval of the Engineer.
(August 3, 2009, WSDOT GSP, OPTION 2)
Payment
All costs to comply with this special provision for the environmental commitments and
requirements are incidental to the contract and are the responsibility of the Contractor.
The Contractor shall include all related costs in the associated bid prices of the contract.
1-07.6 Permits and Licenses
(April 12, 2018 CFW GSP)
Section 1-07.6 is supplemented with the following:
Survey Monuments
In accordance with RCW 58.24.040(8), no cadastral or geodetic survey monument may
be disturbed without a valid permit to remove or destroy a survey monument, issued by
the Washington State Department of Natural Resources. Permit applications can be
obtained on the_DNR Public Land Survey Office website. The permit application must be
stamped by a registered Washington State Land Surveyor. The Contractor shall obtain
the permit to Remove or Destroy a Survey Monument as necessary. All costs to obtain
and comply with the permit shall be considered incidental to other bid items and no
additional payment will be made.
1-07.7 Load Limits
(March 13, 1995 WSGS—P,DOTGS—P, OPTION )
Section 1-07.7 is supplemented with the following:
If the sources of materials provided by the Contractor necessitate hauling over roads other
than State Highways, the Contractor shall, at the Contractor's expense, make all
arrangements for the use of the haul routes.
_1f07.13 Contractor5 Responsiility for Work
1-117.13(4) SeUair oaf Damage,
(August 6, 2001 INSDOT GSP)
Section 1-07.13(4) is revised to read:
The Contractor shall promptly repair all damage to either temporary or permanent
work as directed by the Engineer. For damage qualifying for relief under Sections
1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance
with Section 1-04.4. Payment will be limited to repair of damaged work only. No
payment will be made for delay or disruption of work.
1-07.16 Protection and Restoration of Prgl2erty
1-07.16(2) Vegetation Pr i n and RestQrgtion
(August 2, 2010 WSDOT GSP)
Section 1-07.16(2) is supplemented with the following:
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-22 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.6
Vegetation and soil protection zones for trees shall extend out from the trunk to a
distance of 1 foot radius for each inch of trunk diameter at breast height.
Vegetation and soil protection zones for shrubs shall extend out from the stems
at ground level to twice the radius of the shrub.
Vegetation and soil protection zones for herbaceous vegetation shall extend to
encompass the diameter of the plant as measured from the outer edge of the
plant.
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-23 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.B
1-07.17 Utilities anti Similar Facilities
(April 2, 2007 WSDOT GSP, OPTION 1)
Section 1-07.17 is supplemented with the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance
with available information obtained without uncovering, measuring, or other verification.
The following addresses and telephone numbers of utility companies known or
suspected of having facilities within the project limits are supplied for the Contractor's
convenience.
UTILITY CONTACTS
Puget Sound Energy Century Link
Attn: Jason Airey Attn: Jason Tesdal
3130 S 381h St 23315 661h Ave S
Tacoma, WA 98409 Kent, WA 98032
Telephone: (206) 348-9637 Telephone: (206) 345-3488
Lakehaven Water& Sewer District Comcast
Attn: Wes Hill Attn: Jerry Steele
31627 1St Avenue S 410 Valley Ave NW, Suite 12-C
Federal Way,WA 98003 Puyallup, WA 98371
Telephone: (253)946-5440 Telephone: (253) 288-7532
King County Traffic Operations AT&T
Attn: Mark Parrett Attn: Daniel McGeough
155 Monroe Ave NE 11241 Willows Rd NE, #130
Renton, WA 98056 Redmond, WA 98052
Telephone: (206) 296-8153 Telephone: (425) 896-9830
Zayo City of FW IT Dept (City Fiber)
rA-�LU I Sa LL IVI%Jl I I W1 I viii: Thomas ias Fichti er
22651 83rd Ave S 33325 8th Ave S
Kent, WA 98032 Federal Way, WA 98003
Telephone: (206) 832-4862 Telephone: (253) 835-2547
ADDITIONAL CONTACTS
King County METRO Transit South King Fire & Rescue
81270 6th Ave S, Bldg 2 31617 1 st Ave S
Seattle, WA 98134 Federal Way, WA 98003
Telephone: (206) 684-2785 Telephone: (253) 946-7253
City of Federal Way Police Federal Way School District
33325 8th Ave S Federal Attn: Transportation Department
Way, WA 98003 1211 S. 332nd St
Telephone: (253) 835-6701 Federal Way, WA 98003
(for officer traffic control scheduling) Telephone: (253) 945-5960
Telephone: (253) 835-6767
(for traffic/ road closure issues)
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-24 May 2019
CFW SPECIAL PROVISIONS VER.2019.01.B
1-07.18 P lig Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1-07.18 Insurance
(January 4, 2016 APWA GSP)
1-07.18(1) General Realjirgments
A. The Contractor shall procure and maintain the insurance described in all subsections of
section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best
rating of not less than A-: VII and licensed to do business in the State of Washington.
The Contracting Agency reserves the right to approve or reject the insurance provided,
based on the insurer's financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor's Work through the term of the Contract and for thirty
(30) days after the Physical Completion date, unless otherwise indicated below.
C. If any insurance policy is written on a claims made form, its retroactive date, and that of
all subsequent renewals, shall be no later than the effective date of this Contract. The
policy shall state that coverage is claims made, and state the retroactive date. Claims-
made form coverage shall be maintained by the Contractor for a minimum of 36 months
following the Completion Date or earlier termination of this Contract, and the Contractor
shall annually provide the Contracting Agency with proof of renewal. If renewal of the
claims made form of coverage becomes unavailable, or economically prohibitive, the
Contractor shall purchase an extended reporting period ("tail") or execute another form
of guarantee acceptable to the Contracting Agency to assure financial responsibility for
liability for services performed.
D. The Contractor's Automobile Liability, Commercial General Liability and Excess or
Umbrella Liability insurance policies shall be primary and non-contributory insurance as
respects the Contracting Agency's insurance, self-insurance, or self-insured pool
coverage. Any insurance, self-insurance, or self-Insured pool coverage malntalned by
the Contracting Agency shall be excess of the Contractor's insurance and shall not
contribute with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds with
written notice of any policy cancellation, within two business days of their receipt of such
notice.
F. The Contractor shall not begin work under the Contract until the required insurance has
been obtained and approved by the Contracting Agency
G. Failure on the part of the Contractor to maintain the insurance as required shall
constitute a material breach of contract, upon which the Contracting Agency may, after
giving five business days' notice to the Contractor to correct the breach, immediately
terminate the Contract or, at its discretion, procure or renew such insurance and pay any
and all premiums in connection therewith, with any sums so'expended to be repaid to
the Contracting Agency on demand, or at the sole discretion of the Contracting Agency,
offset against funds due the Contractor from the Contracting Agency.
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase l SP-25 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.8
H. All costs for insurance shall be incidental to and included in the unit or lump sum prices
of the Contract and no additional payment will be made.
1-07.18(2) Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional
Liability and Builder's Risk (if required by this Contract)-shall name the following listed
entities as additional-h-sured(s) using the forms or errdorsements-regtuired herein:
• the Contracting Agency and its officers, elected officials, employees, agents, and
volunteers
• The consultant that completed the preparation of the engineering design and
project plans, and its officers, employees, agents, and subconsultants
• Consultants hired by the Contracting Agency for design, construction support, or
materials testing.
The above-listed entities shall be additional insured(s) for the full available limits of
liability maintained by the Contractor, irrespective of whether such limits maintained by
the Contractor are greater than those required by this Contract, and irrespective of
whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4)
describes limits lower than those maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
-1-.;07.18(3) Sub rrtr Mors
The Contractor shall cause each Subcontractor of every tier to provide insurance
coverage that complies with all applicable requirements of the Contractor-provided
insurance as set forth herein, except the Contractor shall have sole responsibility for
determining the limits of coverage required to be obtained by Subcontractors.
The Contractor shall ensure that all Subcontractors of every tier add all entities listed in
1-07.18(2) as additional insureds, and provide proof of such on the policies as required
by that section aS dctwilcri in 1-07.18(2) l:Sing mn endorsement as least as broad as !Sr)
CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency evidence of insurance and copies of the additional insured endorsements of
each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage.
1-07.18( ) Verification gf Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and
endorsements for each policy of insurance meeting the requirements set forth herein
when the Contractor delivers the signed Contract for the work. Failure of Contracting
Agency to demand such verification of coverage with these insurance requirements or
failure of Contracting Agency to identify a deficiency from the insurance documentation
provided shall not be construed as a waiver of Contractor's obligation to maintain such
insurance.
Verification of coverage shall include:
1. An ACORD certificate or a form determined by the Contracting Agency to be
equivalent.
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-26 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.8
2. Copies of all endorsements naming Contracting Agency and all other entities listed in
1-07.18(2) as additional insured(s), showing the policy number. The Contractor may
submit a copy of any blanket additional insured clause from its policies instead of a
separate endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy
these requirements— actual endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is
required on this Project, a full and certified copy of that policy is required when the
Contractor delivers the signed Contract for the work.
1-07.180 Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below.
Contractor's maintenance of insurance, its scope of coverage, and limits as required
herein shall not be construed to limit the liability of the Contractor to the coverage
provided by such insurance, or otherwise limit the Contracting Agency's recourse to any
remedy available at law or in equity.
All deductibles and self-insured retentions must be disclosed and are subject to approval
by the Contracting Agency. The cost of any claim payments falling within the deductible
or self-insured retention shall be the responsibility of the Contractor. In the event an
additional insured incurs a liability subject to any policy's deductibles or self-insured
retention, said deductibles or self-insured retention shall be the responsibility of the
Contractor.
1-07.18(5)A Commercial Generali Liability
Commercial General Liability insurance shall be written on coverage forms at least as
broad as ISO occurrence form CG 00 01, including but not limited to liability arising from
premises, operations, stop gap liability, independent contractors, products-completed
operations, personal and advertising injury, and liability assumed under an insured
contract. There shall be no exclusion for liability arising from explosion, collapse or
underground property damage.
The Commercial General Liability insurance shall be endorsed to provide a per project
general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
Contractor shall maintain Commercial General Liability Insurance arising out of the
Contractor's completed operations for at least three years following Substantial
Completion of the Work.
Such policy must provide the following minimum limits:
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
$2,000,000 Products & Completed Operations Aggregate
$1,000,000 Personal &Advertising Injury each offense
$1,000,000 Stop Gap / Employers' Liability each Accident
1-07.18(,5)B Autornobiie_Li&ifii;�c
Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-27 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.B
be written on a coverage form at least as broad as ISO form CA 00 01. If the work
involves the transport of pollutants, the automobile liability policy shall include MCS 90
and CA 99 48 endorsements.
Such policy must provide the following minimum limit:
$1,00-0,000 Combined single limit each accident
11-07.18(%,' Workers' m n i n
The Contractor shall comply with Workers' Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1-07.18(5)D—Eacess or Umbrella Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less
than $3,000,000 each occurrence and annual aggregate. This excess or umbrella
liability coverage shall be excess over and as least as broad in coverage as the
Contractor's Commercial General and Auto Liability insurance.
All entities listed under 1-07.18(2) of these Special Provisions shall be named as
additional insureds on the Contractor's Excess or Umbrella Liability insurance policy.
This requirement may be satisfied instead through the Contractor's primary Commercial
General and Automobile Liability coverages, or any combination thereof that achieves
the overall required limits of insurance.
1- 7.1 p i n Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide a Contractors Pollution Liability policy, providing coverage
for claims involving bodily injury, property damage (including loss of use of tangible
property that has not been physically injured), cleanup costs, remediation disposal or
other handling of pollutants, including costs and expenses incurred in the investigation,
defense, or settlement of claims, arising out of any one or more of the following:
1. Contractor's operations related to this project.
2. Remediation, abatement, repair, maintenance or other work with lead-based
paint or materials containing asbestos.
3. Transportation of hazardous materials away from any site related to this project.
All entities listed under 1-07.18(2) of these Special Provisions shall be named by
endorsement as additional insureds on the Contractors Pollution Liability insurance
policy.
Such Pollution Liability policy shall provide the following minimum limits:
$1,000,000 each loss and annual aggregate
1=07.23 Putzlic Convenience and Safety
1-07.23111 Construction undgr,Trafl•ic
(January 2, 2012 WSDOT GSP, OPTION 2)
Section 1-07.23(1) is supplemented with the following:
Work Zone Clear Zone
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-28 May 2019
CFW SPECIAL PROVISIONS VER.2019.01.8
The Work Zone Clear Zone (WZCZ) applies during working and nonworking
hours. The WZCZ applies only to temporary roadside objects introduced by the
Contractor's operations and does not apply to preexisting conditions or
permanent Work. Those work operations that are actively in progress shall be in
accordance with adopted and approved Traffic Control Plans, and other contract
requirements.
During nonworking hours equipment or materials shall not be within the WZCZ
unless they are protected by permanent guardrail or temporary concrete barrier.
The use of temporary concrete barrier shall be permitted only if the Engineer
approves the installation and location.
During actual hours of work, unless protected as described above, only materials
absolutely necessary to construction shall be within the WZCZ and only
construction vehicles absolutely necessary to construction shall be allowed within
the WZCZ or allowed to stop or'park on the shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not
be permitted to park within the WZCZ at any time unless protected as described
above.
Deviation from the above requirements shall not occur unless the Contractor has
requested the deviation in writing and the Engineer has provided written
approval.
Minimum WZCZ distances are measured from the edge of traveled way and will
be determined as follows:
f Regulatory ° Distance From
Posted Speed Traveled Way
(Feet)
35 mph or less I 10*
40 mph 15
45 to 55 mph 20
60 mph or greater 30
''or 2-feet beyond the outside edge of sidewalk
Minimum Work Zone Clear Zone Distance
Section 1-07.23(1) is supplemented with the following:
Lane closures are subject to the following restrictions:
• Left turns may be restricted (by the Contractor) within the project limits at
the discretion of the Project Engineer.
• Closure of one lane at a time may occur between the hours of 7AM to
7PM. Any closures between 7PM to 7AM require prior approval by the
City
• Site #2 shall require a full road closure and detour for excavation, repair of
damage pipe, and roadway restoration. The detour for Site#2 shall utilize 281h
Ave S and S 312th St. Site #2 road closure shall be limited to the approved
working hours and shall be fully opened by the end of the work day.
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase i SP-29 May 2019
CFW SPECIAL PROVISIONS VER. 2019 01 B
• If a lane closure is required, at least one lane of traffic (alternating
directions /flagger controlled) shall be maintained at all times.
• Working at night (8pm to lam weekdays, 8 pm-9am weekends &
holidays) is not mandated by the City. Should the contractor schedule
project work during nighttime hours, it shall be the Contractor's
responsibility to obtain any required noise variance or exemption for such
work.
• For approved night work, the Contractor shall, at no additional cost to the
City, make all arrangements for operations during hours of darkness.
Flagger stations shall be illuminated using a minimum 150-watt floodlight.
Lighting used for nighttime work shall, whenever possible, be directed
away from or shielded from residences and oncoming traffic. Signs and
barricades shall be supplemented by Type C steady burn lights to
delineate edge of roadway during the hours of darkness.
• The Contractor shall provide flaggers, signs, and other traffic control
devices. The Contractor shall erect and maintain all construction signs,
warning signs, detour signs, and other traffic control devices necessary to
warn and protect the public at all times from injury or damage as a result of
the Contractor's operations which may occur on highways, roads, streets,
sidewalks, or paths. No work shall be done on or adjacent to any traveled
way until all necessary signs and traffic control devices are in place.
• All signs and traffic control devices for the permitted closures shall only
be installed during the specified hours. Construction signs, if placed
earlier than the specified hours of closure, shall be turned or covered so
as not to be visible to motorists.
• Contractor shall place either"Road to be Closed— Dates/Times"
signage (residential streets) or PCMS signs (arterials) to inform
traveling niiihlir of i inrnminn marl work at least dR hours nrinr to
commencing work.
• The Contractor shall be responsible for notifying all affected property
owners prior to commencing the barricading of streets, sidewalks and
driveways.
The Contractor shall, at all times throughout the project, conduct the work
in such a manner as will obstruct and inconvenience vehicular and
pedestrian traffic as little as possible. The streets, sidewalks and private
driveways shall be kept open by the Contractor except for the brief
periods when actual work is being done. The Contractor shall so conduct
his operations so as to have under construction no greater length or
amount of work than he can prosecute vigorously and he shall not open
up sections of the work and leave them in an unfinished condition.
■ Lane closures shall not impact business accesses. All business
accesses will remain open during business hours.
® Lane closures shall not restrict vehicular access for buses through the
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-30 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.B
project site. Bus stops shall remain ADA accessible to pedestrians at all
times throughout the project
If the Engineer determines the permitted closure hours adversely affect traffic,
the Engineer may adjust the hours accordingly. The Engineer will notify the
Contractor in writing of any change in the closure hours.
Lane closures are not allowed on any of the following:
1. A holiday,
2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or
Monday are considered a holiday weekend. A holiday weekend includes
Saturday, Sunday, and the holiday.
3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend,
and
4. Before 7:00 AM on the day after the holiday or holiday weekend.
1-07.24 Rights of Way
(July 23, 2015 APWA GSP)
Delete this section and replace it with the following:
Street Right of Way lines, limits of easements, and limits of construction permits are
indicated in the Plans. The Contractor's construction activities shall be confined within
these limits, unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of
way and easements, both permanent and temporary, necessary for carrying out the
work. Exceptions to this are noted in the Bid Documents or will be brought to the
Contractor's attention by a duly issued Addendum.
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
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-31 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.6
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-©7.28 Communication with Businesses and Property Owners
(April 12, 2018 CFW GSP)
Section 1-07.28 is added:
The Contractor will be responsible for communicating all work activities with the property
owners / tenants that are located adjacent to the project. The Contractor, along with the
City's inspector & project engineer, shall have one formal meeting (door-to-door project
walk-through) with the property owners/tenants prior to the start of construction. It will be
the Contractor's responsibility to initiate and set up the meeting.
Thereafter, the Contractor shall keep the property owners / tenants informed of their
general work locations and upcoming activities by distributing a monthly status/schedule
memo to the businesses. The memo shall be approved by the City's Project Engineer
prior to distribution.
1-0 PROSECUIQN ,AND PROGRESS
Add the following new section:
1-08.0 P'relliirningLy Matters
(May 25, 2006 APWA GSP)
1-08.0(1) PMfgn§tru,c,J on 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 meeting the
following:
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-32 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.E
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.
1-08.0(2) Hours of Work
(December 8, 2014 APWA GSP)
Add the following new section:
Except in the case of emergency or unless otherwise approved by the Engineer,
the normal working hours for the Contract shall be any consecutive 8-hour period
between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch
break. If the Contractor desires different than the normal working hours stated
above, the request must be submitted in writing prior to the preconstruction
conference, subject to the provisions below. The working hours for the Contract
shall be established at or prior to the preconstruction conference.
All'working hours and days are also subject to local permit and ordinance
conditions (such as noise ordinances).
If the Contractor wishes to deviate from the established working hours, the
Contractor shall submit a written request to the Engineer for consideration. This
request shall state what hours are being requested, and why. Requests shall be
submitted for review no later than noon two working days prior to the day(s) the
Contractor is requesting to change the hours.
If the Contracting Agency approves such a deviation, such approval may be
subject to certain other conditions, which will be detailed in writing. For example:
1. On non-Federal aid projects, requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight-time costs for
Contracting Agency representatives who worked during such times. (The
Engineer may require designated representatives to be present during the
work. Representatives who may be deemed necessary by the Engineer
include, but are not limited to: survey crews; personnel from the
Contracting Agency's material testing lab; inspectors; and other
Contracting Agency employees or third party consultants when, in the
opinion of the Engineer, such work necessitates their presence.)
2. Considering the work performed on Saturdays, Sundays, and holidays as
working days with regard to the contract time.
3. Considering multiple work shifts as multiple working days with respect to
contract time even though the multiple shifts occur in a single 24-hour
period.
4. If a 4-10 work schedule is requested and approved the non-working day
for the week will be charged as a working day.
5. If Davis Bacon wage rates apply to this Contract, all requirements must
be met and recorded properly on certified payroll.
1-08.1 Subcontracting
Ll agZ 17. 2618 APWA GSP. OP IQN St
Delete the eighth paragraph.
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-33 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.B
Revise the ninth oaraaraoh to read:
The Contractor shall comply with the requirements of RCW 39.04.250, 39.76.011,
39.76.020, and 39.76.040, in particular regarding prompt payment to Subcontractors.
Whenever the Contractor withholds payment to a Subcontractor for any reason including
disputed amounts, the Contractor shall provide notice within 10 calendar days to the
Subcontractor with a copy to the Contracting Agency identifying the reason for the
withholding and a clear description of what the Subcontractor must do to have the
withholding released. Retainage withheld by the Contractor prior to completion of the
Subcontractors work is exempt from reporting as a payment withheld and is not included
in the withheld amount. The Contracting Agency's copy of the notice to Subcontractor for
deferred payments shall be submitted to the Engineer concurrently with notification to
the Subcontractor.
1-08.3 Progress Schedule
1-08,3(2)A Tyloe A Proaresschg
(March 13, 2012 APWA GSP)
Revise this section to read:
The Contractor shall submit 3 copies of a Type A Progress Schedule no later
than at the preconstruction conference, or some other mutually agreed upon
submittal time. The schedule may be a critical path method (CPM) schedule, bar
chart, or other standard schedule format. Regardless of which format used, the
schedule shall identify the critical path. The Engineer will evaluate the Type A
Progress Schedule and approve or return the schedule for corrections within 15
calendar days of receiving the submittal.
1-08.4 Prosecution of Work
Delete this section and replace it with the following:
1- .4 Nglir p_,P[QQg!gdr Pro5agUtijqn 9f W rk
(July 23, 2015 APWA GSP)
Notice to Proceed will he given after the contract has been execrated and the contract
bond and evidence of insurance have been approved and filed by the Contracting
Agency. The Contractor shall not commence with the work until the Notice to Proceed
has been given by the Engineer. The Contractor shall commence construction activities
on the project site within ten days of the Notice to Proceed Date, unless otherwise
approved in writing. The Contractor shall diligently pursue the work to the physical
completion date within the time specified in the contract. Voluntary shutdown or slowing
of operations by the Contractor shall not relieve the Contractor of the responsibility to
complete the work within the time(s) specified in the contract.
When shown in the Plans, the first order of work shall be the installation of high visibility
fencing to delineate all areas for protection or restoration, as described in the Contract.
Installation of high visibility fencing adjacent to the roadway shall occur after the
placement of all necessary signs and traffic control devices in accordance with 1-10.1(2).
Upon construction of the fencing, the Contractor shall request the Engineer to inspect
the fence. No other work shall be performed on the site until the Contracting Agency has
accepted the installation of high visibility fencing, as described in the Contract.
1_0$.5 Tirpe_for Qomaletion
(September 12, 2016 APWA GSP, OPTIONA)
City of Federal Way RFB 419-003
2019 Storm Pipe Repair Phase 1 SP-34 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.B
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the
Engineer will provide the Contractor a statement that shows the number of working days:
(1) charged to the contract the week before; (2) specified for the physical completion of
the contract; and (3) remaining for the physical completion of the contract. The
statement will also show the nonworking days and any partial or whole day the Engineer
declares as unworkable. Within 10 calendar days after the date of'each statement, the
Contractor shall file a written protest of any alleged discrepancies in it. To be considered
by the Engineer, the protest shall be in sufficient detail to enable the Engineer to
ascertain the basis and amount of time disputed. By not filing such detailed protest in
that period, the Contractor shall be deemed as having accepted the statement as
correct. If the Contractor is approved to work 10 hours a day and 4 clays 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 clay.
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the
contract after all the Contractor's obligations under the contract have been performed by
the Contractor. The following events must occur before the Completion Date can be
established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and
required by law, to allow the Contracting Agency to process final acceptance of
the contract. The following documents must be received by the Project Engineer
prior to establishing a completion date:
a. Certified Payrolls (per Section 1-07.9(5)).
b. Matorial Acceptance Certification Documents
c. Monthly Reports of Amounts Credited as DBE Participation, as required
by the Contract Provisions.
d. Final Contract Voucher Certification
e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the
Contractor and all Subcontractors
f. Property owner releases per Section 1-07.24
(March 13, 1995 WSDOT GSP, OPTION 7)
Section 1-08.5 is supplemented with the following:
This project shall be physically complete within 15 working days-
1-08.9 t-iauidated_Damages
(August 14, 2013 APWA GSP)
Revise the fourth paragraph to read:
When the Contract Work has progressed to Substantial Completion as defined in the
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase l SP-35 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.B
Contract, the Engineer may determine that the work is Substantially Complete. The
Engineer will notify the Contractor in writing of the Substantial Completion Date. For
overruns in Contract time occurring after the date so established, the formula for
liquidated damages shown above will not apply. For overruns in Contract time occurring
after the Substantial Completion Date, liquidated damages shall be assessed on the
basis of direct engineering and related costs assignable to the project until the actual
Physical Completion Date of all the Contract Work. The Contractor shall complete the
remaining Work as promptly as possible. Upon request by the Project Engineer, the
Contractor shall furnish a written schedule for completing the physical Work on the
Contract.
1-09 MEASUREMENT AND PAYMENT
1-09.2(1) General Requirements for Weighing Equipment
(July 23, 2015 APWA GSP, OPTION 2)
Revise item 4 of the fifth paragraph to read:
4. Test results and scale weight records for each day's hauling operations are provided to
the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily
Report, unless the printed ticket contains the same information that is on the Scaleman's
Daily Report Form. The scale operator must provide AM and/or PM tare weights for
each truck on the printed ticket.
1-09.2(5) Measurement
--. .(May 2, 2017 ArPWA-G-SP)
Revise the first paragraph to read:
Scale Verification Checks — At the Engineer's discretion the Engineer may--periform
verification checks on the accuracy of each batch, hopper, or platform scale used in
weighing contract items of Work.
1-09.6 Force Account
(October 10, 2008 APWA GSP)
Supplement this Section with the.following;
The Contracting Agency has estimated and included in the Proposal, dollar amounts for
all items to be paid per force account, only to provide a common proposal for Bidders.
All such dollar amounts are to become a part of Contractor's total bid. However, the
Contracting Agency does not warrant expressly or by implication that the actual amount
of work will correspond with those estimates. Payment will be made on the basis of the
amount of work actually authorized by Engineer.
1-09.7 Mobilization
(April 12, 2018 CFW GSP)
Supplement Section 1-09.7 with the following:
Obtaining a site for the Contractor's mobilization, field office(s), storage of materials, and
other general operations shall be the responsibility of the Contractor. The Contractor
shall provide the City with a copy of agreement(s) with property owner. All costs
associated with securing sites shall be included in the other bid items on the project and
no other compensation will be made.
1-09.9 Payments
(March 13, 2012 APWA GSP)
Delete the first four paragraphs and replace them with the following:
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-36 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.6
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.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;
2. The amount of progress payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with
the Contract Documents.
Progress payments for work performed shall not be evidence of acceptable performance
or an admission by the Contracting Agency that any work has been satisfactorily
completed. The'determination of payments under the contract will be final in accordance
with Section 1-05.1.
1-09.11 Disputes and-Claim-
1-09.11(3)3 n and Jurisdiction
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-37 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.8
(July 23, 2015 APWA GSP)
Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by the
parties that any claims or causes of action which the Contractor has against the
Contracting Agency arising from the Contract shall be brought within 180
calendar days from the date of final acceptance (Section 1-05.12) of the Contract
by the Contracting Agency; and it is further agreed that any such claims or
causes of action shall be brought only in the Superior Court of the court revGrc
the Contracting Agency headquarters is located. provided that where an action is
asserted against a county. RCW 36.01.05 shall control venue and iurisdiction.
The parties understand and agree that the Contractor's failure to bring suit within
the time period provided, shall be a complete bar to any such claims or causes of
action. It is further mutually agreed by the parties that when any claims or
causes of action which the Contractor asserts against the Contracting Agency
arising from the Contract are filed with the Contracting Agencv or initiated in
court, the Contractor shall permit the Contracting Agency to have timely access
to any records deemed necessary by the Contracting Agency to assist in
ting the lairns t'_.-
evaiiaaiuiy urC %iainw or aC�ivn.
1-09.13 Claim Resolution
1-09,13(3) Claims $250,000 or Less
(October 1, 2005 APWA GSP)
Delete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that
total $250,000 or less, submitted in accordance with Section 1-09.11 and not
resolved by nonbinding ADR processes, shall be resolved through litigation
unless the parties mutually agree in writing to resolve the claim through binding
arbitration.
1-09.13(.3)A Administration of Arbitration
(July 23, 2015 APWA GSP)
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the
decision of the arbitrator, and judgment upon the award rendered by the
arbitrator may be entered in the Superior Court of the county in which the
Contracting Agency's headquarters is located._provided that where claims subject
to arbitration are asserted against a county, RCVV 36.01.05 _shall control venue
and jurisdiction of the Superior Court. The decision of the arbitrator and the
specific basis for the decision shall be in writing. The arbitrator shall use the
Contract as a basis for decisions.
uQ IgMPORARY TRAFFIC CONTROL
1-10.1 General
Section 1-10.1 is supplemented with the following.
Three project signs will be required to be installed, one at each site. Signs will be 5-ft
wide by 3-ft high aluminum class A construction signs. Sign materials will be provided by
the City. The Contractor shall be responsible for providing sign posts, installing and
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-38 May 2019
CFW SPECIAL PROVISIONS VER. 2019.01.8
maintaining the signs. The Contractor shall also be responsible for taking down the signs
upon completion of the project and returning the signs to the City.
1-10.2 TrafficControl n m n
1-10.2(1) General
(January 3, 2017 WSDOT GSP, OPTION 1)
Section 1-10.2(1) is supplemented 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 Ave.
Kingston,WA 98346
(360) 297-3035
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
1-800-521-0778
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
1-10.2(2) Traffic Control Plans
(April 12, 2018 CFW GSP)
Section 1-10.2(2) is supplemented with the following:
1. The Contractor shall develop traffic control plans to be project site specific and to
facilitate the Contractor's chosen method of performing work. Additional measures
beyond the minimum traffic control requirements may be required depending on the
Contractor's chosen method of performing the Work. The Contractor's traffic control
plan shall show the necessary construction signs, flaggers, spotters and other traffic
control devices required to support the Work, and shall conform to the established
standards for plan development as shown in the MUTCD, Part 6 and the most
current edition of the PROWAG. The Contractor's traffic control plan shall be
submitted to the Engineer for approval at least 10 calendar days in advance of the
time the signs and other traffic control devices are scheduled to be installed and
utilized.
1-10.5 Payment
Section 1-10.5 is deleted and replaced with the following.
The work described in this section shall not be paid separately and all costs shall be included in
other Contract bid items associated with this work.
END OF DIVISION 1
City of Federal Way RFB 419-003
2019 Storm Pipe Repair Phase 1 SP-39 May 2019
CFW SPECIAL PROVISIONS VER. 2019 01.8
I Division 2
2 Earthwork
3
4
5 2-02.3 Construction Requirements
6
7 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
8 Section 2-02.3(3) is supplemented with the following:
9
10 ( * ***)
11 Prior to removal of pavement, the Contractor shall make a full-depth sawcut to delineate the
12 areas of pavement removal from those areas of pavement to remain. The equipment and
13 procedures used to make the full-depth sawcut shall be approved by the Engineer priorto
14 the operation. No wastewater from the sawcutting operation shall be released to any stream
15 or storm sewer system.
166
17 2-03 Roadway Excavation and Embankment
18
19 2-03.3(14)D Compaction and Moisture Control Tests
20 Supplement Section 2-03.3(14)D with thefollowing:
21
22
23 The Contractor shall be responsible for materials testing, including but not limited to
24 gradation, density-moisture and compaction testing for trench, subgrade, structural backfill
25 and crushed surfacing materials. All testing shall be performed by an independent testing lab
26 with national accreditation for the scope of services provided. Submit documentation toverify
27 soil test lab accreditation and qualifications for staff designated for nuclear gauge operation
28 to the Engineer for review. Nuclear density testing shall be performed by staff approved by
29 the Engineer. A copy of all test results shall be made available to the Engineer as soon as
30 they are complete.
31
32 Prior to beginning construction, the Contractor shall submit certified gradation curves for
33 imported fill materials to be utilized. The contractor shall resubmit gradation curves if the
.j4 l+.....a......a.....�..a.........:......aL...a..,...a....:..1 4.... L............d ALL....a4... a...:..1 4.....L........
I lgll leer or%.-o 111 actUo[ UCLCI 11111 ICJ U IQL I I ateI ial I IQs c11a Ig ed. Atte LI IC I I latC11Ql I IqJ LlCCI I
35 accepted,the Contractor shall have density-moisture testing performed on the materials.
36
37 At the beginning of construction activities requiring compaction, the Contractor shall
38 demonstrate methods that successfully achieve the compaction specifications in the
39 presence of the Engineer or his designee. For all trenches under paved areas,the
40 Contractor shall demonstrate a minimum of one (1) successful field test per each storm
41 sewer pipe repair site per Section 7-8.3(3) and Section 2-09.3(1)E requirements.Only
42 backfill above pipe zone must be tested. At any areas of failing tests, the areas shall be
43 retested after appropriate actions have been taken. These tests shall be performed
44 throughout all operations requiring compaction
45
46 2-03.5 Payment
47 Section 2-03.5 is deleted and replaced with thefollowing:
48
50 The work described in this section shall not be paid separately and all costs shall be
51 included in other Contract bid items associated with this work.
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase i SP-40 May 2019
2-09 Structural Excavation
2-09.3 Construction Requirements
2-09.3(4) Construction Requirements, Structure Excavation, Class B
Section 2-09.3(4) is supplemented with the following:
Some of the project sites may have high ground water table and high soil moisture content.
Contractor shall anticipate that water will be present during trench excavation and shall be
prepared to operate all necessary equipment to keep excavation free from water during
construction. Contractor shall also anticipate unstable soil conditions during trench
excavation and shall be prepared to take all necessary measures to stabilize the soil,and
keep the trench safe to work.
All excavation shall occur when the storm sewer system is dry or excavation is isolated from
the active flow in the system by bypassing the flow around the work. The contractor shall be
prepared to operate all necessary equipment to bypass the flow in the system. Bypass shall
be of sufficient size to pass all flows for the duration of the project.
Uncontaminated dewatering water shall be disposed of per Section 8-01.3(1)C1.
2-09.5 Payment
Section 2-09.5 is deleted and replaced with thefollowing:
The work described in this section shall not be paid separately and all costs shall be
included in other Contract bid items associated with this work.
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase l SP-41 May 2019
Division 5
Surface Treatments and Pavements
5-04 Hot Mix Asphalt
Delete WSDOT Amendments to the Standard Specifications section 5-04.
504.3 Construction Requirements
Section 5-04.3 is supplemented with thefollowing:
HMA Class '/2" PG 58H -22 shall be placed to the compacted depths shown on the
Plans and as leveling and wearing course where shown or noted. HMA over three inches
(3") in compacted depth shall be placed in two (2) equal lifts. Placement shall be in
accordance with applicable Sections of 5-04 of the Standard Specifications, except that
longitudinal joints between successive layers of HMA shall be displaced laterally a
minimum of twelve inches (12"). See City of Federal Way Standard Drawing No. 3-28.
During placement, the composition of the mix shall be subject to adjustment of the
percentage of sand, filler, and asphalt as directed by the Engineer.
5-04.3(3)A Material Transfer Device/Vehicle
Section 5-04.3(3)A is supplemented with thefollowing:
Delete this section in its entirety.
5-04.3(8)A Acceptance Sampling and Testing—HMA Mixture
5-04.3(8)A1 General
Section 5-04.3(8)A1 is supplemented with the following:
Commercial evaluation will be used for all HMA Class '/2" PG 58H -22 installed in this
project-
5-04.4 Measurement
Section 5-04.4 is deleted and replaced with the following:
HMA Class MY' PG 58H -22 shall be measured incidental to the bid item.
5-04.5 Payment
Section 5-04.5 is deleted and replaced with thefollowing:
The work described in this section shall not be paid separately and all costs shall be
included in other Contract bid items associated with this work.
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase i SP-42 May 2019
Division 7
Draining Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits
7-04 Storm Sewers
7-04.3 Construction Requirements
Section 7-04.3 is supplemented with thefollowing:
Contractor shall perform repair work carefully to protect the pipe segments that will not be
replaced. The Contractor shall be responsible for any damages to the adjacent pipe
segment.
7-04.3(1)A General
Section 7-04.3(1)A is supplemented with thefollowing:
The acceptance of the storm sewer installation will be based on the video inspection
performed by the Contractor. At least one (1) working day prior to the Contractor's video
inspection, the contractor shall notify the Engineer of the video inspection date and time.The
Contractor shall arrange for the Engineer to observe the video inspection. If any sewer
installation fails to meet requirements, the Contractor shall repair or replace all defective
materials or workmanship at no expense to the Contracting Agency. The decision of the
Engineer as to acceptance shall be final.
7-04.5 Payment
Section 7-04.5 is deleted and replaced with the following:
"Storm Sewer Pipe Repair/Replacement Site#", per linear foot,
Unless specifically listed as a separate bid item in the Bid Schedule, the per linear foot bid
Item for"Storm Sewer Pipe Repair/Replacement Site #" shall be full compensation for all of
the work (materials, labor and equipment) described in the Standard Specifications and these
Special Provisions, and as shown on the Plan, including but not be limited to, post
construction video inspection, asphalt concrete pavement saw cutting, removal of structures
and obstructions, structure excavation class B including haul, shoring or extra excavation
class B, dewatering, temporary storm flow bypassing, extra excavation for unsuitable
foundation, gravel backfill for foundation,all backfilling (bedding, backfilling within pipe zone,
and backfilling above pipe zone tofinished grade), crushed surfacing top course, compaction,
sampling and testing, storm sewer pipe in various types and diameters, connecting new
storm sewer pipe to existing sewer pipes, testing storm sewer pipe, HMA'/z" PG 58H -22,
adjustment of inverts to manholes,connection to drainage structure, temporary measuresto
maintain pedestrian and vehicular routes open, temporary water pollution prevention, erosion
control and water pollution control, temporary traffic control, contractor surveying, roadside
cleanup, record drawing, utility potholing, verifying and protecting existing utilities shown on
the plans, landscape/irrigation protection/restoration including tree preservation and/or
replanting, protect or restore monument, restore striping, temporary measures to protect
open trenches and street cuts and to maintain accessibility, street sign restoration, mailbox
restoration, and maintaining access to mailbox.
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-43 May 2019
Division 8
Miscellaneous Construction
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
8-01.3(1) General
Section 8-01.3(1) is supplemented with the following:
The Contractor shall clean all roadways, streets, sidewalks, open spaces and appurtenances
of all material or debris which are dropped or otherwise deposited thereon as a result of the
Contractor's operations. All such areas shall be cleaned at the conclusion of each day's
operations and at such other times as ordered by the City.
If the roadways, streets, and appurtenances are not properly cleaned, as determined by the
City, and the condition of the excavation so warrants, the Contractor shall provide facilities to
remove clay or other deposits from tires or between dual wheels or outside of truck beds
before trucks and other equipment may be allowed to travel over paved streets.
Any violation of the above requirements will be sufficient grounds for the City to orderthe
roadways, streets, sidewalks and appurtenances cleaned by others and to deduct all costs
of such cleaning from any monies due or to become due to the Contractor.
8-01.3(1)A Submittals
Section 8-01.3(1)A is supplemented with thefollowing:
The preliminary Temporary Erosion and Sediment Control (TESC) general requirements are
shown on the Plan. These general requirements are the minimum TESC measures thatwill
be required. It is included on the Plan as a guide for the Contractor's convenience.
Additional control measures may be required and the Plan modified due to weather
conditions and/or the Contractor's means and methods of construction. The Contractor is
required to submit his/her own TESC Plan to the City for review. The TESC Plan shall be
developed for construction activities required by this Contract, and include a detailed
description of the methods, sequencing, proposed types and quantities of materials,and
schedule of implementation, inspection, and removals, in accordance with the plans and
these special provisions.
As construction progresses and or seasonal conditions dictate, the Contractor shall
anticipate that more water pollution/erosion control measures may be necessary.The
Contractor shall be solely responsible for the adequacy of the TESC Plan and if erosion
sediment and other pollutant control measures in deviation or addition to those described in
the TESC Plan become necessary to minimize erosion and prevent storm water
contamination from sediment and other pollutants, the Contractor shall prepare and submit a
revised TESC Plan to the Engineer for review.
8-01.3(1)C1 Disposal of Dewatering Water
Delete this Section and replace it with the following:
When uncontaminated groundwater with a pH range of 6.5—8.5 is encountered, it maybe
disposed of as follows:
City of Federal Way RFB#19-003
2019 Storm Pipe Repair Phase 1 SP-44 May 2019
1. When the turbidity of the groundwater is 25 NTU or less, it may bypass detention and
treatment facilities and be discharged into the stormwater conveyance system ata
rate that will not cause erosion or flooding in the receiving surface water body.
2. When the turbidity of the groundwater is not more than 25 NTU above or 125
percent of the turbidity of the site stormwater runoff, whichever is greater, the same
detention and treatment facilities as used to treat the site runoff may be used.
3. When the turbidity of the groundwater is more than 25 NTU above or 125 percent of
the turbidity of the site stormwater runoff, whichever is greater, the groundwater
shall be treated separately from the site stormwater.
Alternatively, the Contractor may pursue independent disposal and treatment alternatives
that do not use the stormwater conveyance system.
8-01.5 Payment
Section 8-01.5 is deleted and replaced with thefollowing:
The work described in this section shall not be paid separately and all costs shall be
included in other Contract bid items associated with this work.
City of Federal Way RFS#19-003
2019 Storm Pipe Repair Phase 1 SP-45 May 2019
STANDARD PLANS AND DETAILS
SEAL JOINT --PAVEMENT RESTORATION MINIMUM 3" HMA CL J"
EXISTING ACP LIMITS, 1' BACK FROM �/ PG 64-22 (COMPACTED DEPTH)
EDGE OF TRENCH OR MATCH EXISTING
(3' MIN. WIDTH) I WHICHEVER IS GREATER
------_--- - r'u.''
771" t,
' EXISTING BASE
1
NATIVE SUBBASE
ACP TRENCH "
MINUS
RESTORATION FOR TRENCH 1BACKFILL
PAVEMENT RESTORATION MATCH EXISTING DEPTH
SEAL JOINT LIMITS, 1' BACK FROM PCCP PAVEMENT IS TO
EDGE OF TRENCH EXCEPT BE CONSTRUCTED PER
EXISTING ACP IF WITH 3' OF JOINT THEN WSDOT STANDARD 5-05
USE 1" EPDXY COATED REPLACE TO JOINT
SMOOTH DOWEL BAR 3' MIN. WIDTH 15' MIN.
f
25' MIN- ; EXISTING BASE
0.5' BAR
NATIVE SUBBASE-/ i LENGTH
PCCP TRENCH\ 5/8" MINUS BACKFILL
RESTORATION FOR TRENCH 1,2
MATCH EXISTING ACP
PAVEMENT RESTORATION COMPACTED DEPTH
SEAL JOINT LIMITS, 1' BACK FROM WITH HMA )z", PG 64,-22
EDGE OF TRENCH EXCEPT MATCH EXISTING DEPTH
EXISTING ACP IF WITH 3' OF JOINT THEN 1 PCCP PAVEMENT IS TO
REPLACE TO JOINT BE CONSTRUCTED PER
USE 1" EPDXY COATED 3' MIN. WIDTH WSDOT STANDARD 5-05
SMOOTH DOWEL BAR 15' MIN-
e
P 1M
-25' MIN. J _ � t _ LL u EXISTING BASE
0.5' BAR
NATIVE SUBBASE LENGTH
5/8" MINUS BACKFILL
ACP OVER PCCP FOR TRENCH1•2
TRENCH RESTORATION
NOTES:
1) FOR TRENCHES LESS THAN 18" WIDE, USE 100% CDF FOR TRENCH BACKFILL.
2) FOR TRENCHES GREATER THAN 18" WIDE, ALL BACKFILL IN RIGHT-OF-WAY SHALL
BE MIN. %" CSTC.
JULY 2014
PUBLICDWG. NO.
� ;;iW�gn[l My WORKS TRENCH RESTORATION 3_28
Direction of travel
Marking naii
I —
some side as cleat
8—Penny Duplex nails e /
10
i 7 I 4" x 4" Post
i I{ 11
{ I Finish Grade —
i It j
30" I I{
I I{ �I 28" i
I
�
it II �
I
11 I Two double �� I
I 0 headed nails
I
II Cleat 28"0"x2" i
under sign
30"
28"
4" x 4" Post ! ��
NOTES: Aluminum cleat attached
SIGN POSTS
directly under sign
—
1) ALL GROUND MOUNTED SIGN POSTS SHALL USE WESTERN RED CEDAR
OR PRESSURE TREATED FIR UNLESS APPROVEDOTHERWISE BY PUBLIC
WORKS.
2) POST GRADE (FIR) SHALL BE S4S DOUGLAS FIR LUMBER, WEST
COAST INSPECTION BUREAU GRADE #2, STRUCTURAL LIGHT FRAMING,
RULE #16, PARAGRAPH 124—C, SELECTED FOR STRAIGHTNESS, AND FREE
OF HEART CENTER (FOHC) WOOD TO RESIST TWISTING. i 1"
3) PRESSURE TREATED POSTS SHALL BE TREATED WITH A 4-1/2% TO TOP OF CLEAT
5-1/27, HEAVY PETROLEUM SOLVENT PENTACHLOROPHENOL SOLUTION IN
ACCORDANCE WITH THE APPLICABLE REQUIREMENTS OF AASHTO
DESIGNATION M133, WITH A MINIMUM NET RETENTION OF THE DRY
SALT OF 1/2 POUND PER CUBIC FOOT OF WOOD. CLEAT
4) POSTS SHALL BE 4"x 4", WITH A MINIMUM LENGTH OF 12 FEET. V(2) 0.156" 0 NAIL HOLES
LONGER POSTS MAY BE NEEDED TO MAINTAIN B—FEET OF VERTICAL POST (PUNCHED OR DRILLED)
CLEARANCE ABOVE WALKING AREAS. POSTS SHALL BE 14 FEET IF
TRAFFIC CONTROL SIGNS WILL BE INSTALLED ON THE SAME POST.
5) BACKFILL SHALL BE COMPACTED AT SEVERAL LAYERS TO MINIMIZE
SETTLING.
6) ALL POSTS SHALL BE 2—WAY PLUMB. NTS
CLEATS —
1) ALL POSTS SHALL BE FITTED WITH AN ALUMINUM CLEAT AS SHOWN TO PREVENT SIGNPOST ROTATION AND/OR UNAUTHORIZED
POST REMOVAL.
2) CLEATS SHALL BE ALUMINUM ALLOY, 6061—T6, CHEMICALLY COATED IN ACCORDANCE WITH ASTM B449-67 CLASS 2.
3) CLEATS SHALL BE 30 INCHES LONG, 3 INCHES WIDE, THICKNESS OF 0.08, WITH A 2—INCH TURNOUT OF 90'. NAIL HOLES OF
0.156 INCHES DIAMETER SHALL BE PUNCHED OR DRILLED IN THE LOCATIONS AS SHOWN.
4) POSITION CLEAT TURN—OUT AWAY—FROM AND EVEN—WITH THE BOTTOM OF THE POST.
JULY 2014
_j
PUBLIC __ DWG. NO.
WORKS ' SIGN' POST I 3-51
0I o
a m W d N °
n n R m P a H
m x ii j O z s
N 3.N V O 40
CO d c0)O� " f(. F W m W Usx e u
ms
rn y u m o m s m m rt-� ` .-].:• *" _ W J Z m ❑.. 3 c
m❑cp, Xm ..F b_ 0� LL aSy
ma xm e� o mdt i �} F rr ZV p Owl � e
`.:fi
L...Tmv mLL u ,a`;c c m,2 t'= r =1� l d LL
X09 Om m Olt
mn �1•�.., r.. w
:5w 4c
E o�4J ao
� m m m c E� i , W
ID
ao�w ca,.mi rnol ola3 Lm-c ru 3� CJ-�� f' 11►
�0-aUm 17o
m
5^C U L OI mt✓t0 V CI d W C4 -O
o c o❑ "m rn rn o•c E S E5 m m o-
m mm� N(VOm U4 C c
O` m _
L
2.2 p U> 3 ry J m m ro- Y c m
..2-mV m% tomva� aria E " i m
0-.m S v x x % x m m y '- I rJ E
Loom �� Iomvv� oo _^�-`r� IZ-0
OH mm m IL f] m pap
L U U C m N «- E 0 E2 C O C
LL.m3 pO ym�mW mPa LO
Ooz TI
a L
m
Q
U E•N U17J m M m m m mom m C m
N ttmnm a?m m vat rw mi
Lu
HH Eaf/J mhos X82 7:E._
z N OI R 10
r
w
Y
m
W m0^
00 7 mph
2=
z
2=O
I
fl 1 �0z
I I a 1 w a 0
S W
❑ 0 i Zpu.
❑ O v¢d
W I I U N?m
� I I
I 1
F 1 1 i I
m 1 I I
I '
z I
IL r
' O a
O I L-- _s'
2
W -" J
z -
5 0 v
U o
v a z
w
w
Zm
I
z d w Z
J ¢
U H m
U H Z
❑
W
n w y a
z ¢ ¢ O
N Z W
U `
p m W
U �
ii3aan Na3= AG Nnnvaa
O 6
m a d
m o o tr O N a
n c Q mwctj c 0 � � 0 p 0
E ❑ rn � �
N c7 a s -�_-- _ d
S m m r m /J il�ii�'�1� 5 V Q w 0
1 �' Ac
� � 0 3 � � ,v,;1?f/11,1 •'i 5.'-w 4 a
m E s w N
t m d
m C O E }
m
03 ❑ m E E
a >
�� 3
o
w
m
U
W
K
W
U
T N
m J_
O
� p m
17 n � ''4
� N
0 �
l Z
P
8
w
(7 y b
v a a s
i
� w
is
_N
W �
H m
O
U' p
Z
6
f
Z
W
D
W
N
Oa0dA0 vsn :A9 NMVdCl
PREVAILING WAGES AND BENEFIT CODE KEY
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: 4/9/2019
County_ Trade Job Classification Wage Holiday Overtime Note
King asbestos Abatement Warners Journey Level $46.57 5D 1H
King Boilermakers Journey Level $66.54 5N 1C
King Brick Mason Journey Level $57.32 5A 1M
King Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M
King Building Service Employees Janitor $24.63 5S 2F
King Building Service Employees Traveling Waxer/Shampooer $25.08 5S 2F
King Building Service Employees Window Cleaner (Non-Scaffold) $28.13 5S 2F
King Building Service Employees Window Cleaner (Scaffold) $29.03 5S 2F
King Cabinet Makers (In Shop). Journey Level $22.74 1
King Carpenters Acoustical Worker $60.04 5D 4C
King Carpenters Bridge, Dock And Wharf $60.04 5D 4C
Carpenters
King Carpenters Carpenter $60.04 5D 4C
King Carpenters Carpenters ort Stationary Tools $60.17 5D 4C
King Carpenters Creosoted Material $60.14 5D 4C
King Carpenters Floor Finisher $60.04 5D 4C
King Carpenters Floor Layer $60.04 5D 4C
King Carpenters Scaffold Erector $60.04 5D 4C
King Cement Masons Journey Level $60.07 7A 4U
King Divers Et Tenders Bell/Vehicle or Submersible $113.60 5D 4C
Operator (Not Under Pressure)
King Divers Et Tenders Dive Supervisor/Master $76.33 5D 4C
King Divers Et Tenders Diver $113.60, 5D 4C 8V
King Divers Et Tenders Diver On Standby $71.33 5D 4C
King Divers Et Tenders Diver Tender $64.71 5D 4C
King Divers Et Tenders Manifold Operator $64.71 5D 4C
King Divers Et Tenders Manifold Operator Mixed Gas $69.71 5D 4C
King [divers Et Tenders Remote Operated Vehicle $64.71 5D 4C
Operator/Technician
King Divers Et Tenders Remote Operated Vehicle $60.29 5A 4C
Tender
King Dredge Workers Assistant Engineer $56.44 5D 3F
King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F
King Dredge Workers Boatmen $56.44 5D 3F
King Dredge Workers Engineer Welder $57.51 5D 3F
King Dredge Workers Leverman, Hydraulic $58.67 5D 3F
King Dredge Workers Mates $56.44 5D 3F
King Dredge Workers Oiler $56.00 5D 3F
King Drywa!!ApP!icator Journey Level $58.48 5D 1H
King Drywall Tapers Journey Level $59.32 5P 1 E
King Electrical Fixture Maintenance Journey Level $30.59 5L 1E
Workers
King Electrician5 - Inside Cable Splicer $81.32 7C 4E
King Electricians - Inside Cable Splicer(tunnel) $87.37 7C 4E
King Electricians - Inside Certified Welder $78.55 ZC 4E
King Electricians - Inside Certified Welder(tunnel) $84.34 7C 4E
King Electricians - Inside Construction Stock Person $41.49 7C 4E
King Electricians - Inside Journey Level $75.80 7C 4E
King Electricians - Inside Journey Level (tunnel) $81.32 7C 4E
King Electricians - Motor Shop Journey Level $45.08 5A 113
King Electricians - Powerline Cable Splicer $79.60 5A 4D
Construction
King Electricians - Powerline Certified Line Welder $72.98 5A 4D
Construction
King Electricians - Powerline Groundperson $47.94 5A 4D
Construction
King Electricians - Powerline Heavy Line Equipment $72.98 5A 4D
Construction Operator
King Electricians - Powerline Journey Level Lineperson $72.98 5A 4D
Construction
King Electricians - Powerline Line Equipment Operator $62.06 5A 4D
Construction
King Electricians - Powerline Meter Installer $47.94 5A 4D 8W
Construction
King Electricians - Powerline Pole Sprayer $72.98 5A 4D
Construction
King Electricians - Powerline Powderperson $54.55 5A 4D
Construction
King Electronic Technicians Journey Level $50.57 7E 1 E
King Elevator Constructors Mechanic $94.22 7D 4A
King Elevator Constructors Mechanic In Charge $101.73 7D 4A
King Fabricated Precast Concrete All Classifications - In-Factory $18.25 56 1 R
Products Work Only
King Fence Erectors Fence Erector $41.45 7A 31
King Fence Erectors Fence Laborer $41.45 7A 31
King Flaggers Journey Level $41.45 7A 31
King Glaziers Journey Level $64.56 7L 1Y
King Heat Et Frost Insula ors And Journeyman $73.58 5J 4H
Asbestos Workers
King Heating Equipment Mechanics Journey Level $82.51 7F IE
King Hod Carriers Fs Mason Tenders Journey Level $50.42 7A 31
King Industrial Power Vacuum Journey Level $12.00 1
Cleaner
King InLand Boatmen Boat Operator $61.41 5B 1K
King Inland Boatmen Cook $56.48 5B IK
King Intand Boatmen Deckhand $57.48 5B 1„K
King Inland Boatmen Deckhand Engineer $58.81 5B 1K
King Inland Boatmen Launch Operator $58.89 5B 1K
King Inland Boatmen Mate $57.31 5B 1K
King Inspection/CLeaning/Sealing Of Cleaner Operator, Foamer $31.49 1
Seaver Et Water Systems By Operator
Remote Control
King Inspection/Cleaning/Sealing Of Grout Truck Operator $12.00 1
Sewer It Water Systems By.
Remote Control
King Inspection/_Gleaning/Sealing Of Head Operator $24.91 1
Sewer Et Water Systems By.
Remote Control
King Inspection lCteaning/Sealing Of Technician $19.33 1
Sewer Et Water Systems By
Remote Control
King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1
Sewer Et Water Systems By
Remote Control
King Insulation Applicators Journey Level $60.04 5D 4C
King Ironworkers Journeyman $69.28 7N 10
King Laborers Air, Gas Or Electric Vibrating $48.90 7A 31
Screed
King Laborers Airtrac Drill Operator $50.42 7A 31
King Laborers Ballast Regular Machine $48.90 7A 31
King Laborers Batch Weighman $41.45 7A 31
King Laborers Brick Pavers $48.90 7A 31
King Laborers Brush Cutter $48.90 7A 31
King Laborers Brush Hog Feeder $48.90 7A 31
King Laborers Burner $48.90 7A 31
King Laborers Caisson Worker $50.42 7A 31
King Laborers Carpenter Tender $48.90 7A 31
King Laborers Caulker $48.90 7A 31
King Laborers Cement Dumper-paving $49.81 7A 31
King Laborers Cement Finisher Tender $48.90 7A 31
King Laborers Change House Or Dry Shack $48.90 7A 31
King Laborers Chipping Gun (under 30 Lbs.) $48.90 7A 31
King Laborers Chipping Gun(30 Lbs. And $49.81 7A 31
Over)
King Laborers Choker Setter $48.90 7A 31
King Laborers Chuck Tender $48.90 7A 31
King Laborers Clary Power Spreader $49.81 7A 31
King Laborers Clean-up Laborer $48.90 7A 31
King Laborers Concrete Dumper;chute $49.81 7A 31
Operator
King Laborers Concrete Form Stripper $48.90 7A 31
King Laborers Concrete Placement Crew $49.81 7A 31
King Laborers Concrete Saw Operator/core $49.81 7A 31
Driller
King Laborers Crusher Feeder $41.45 7A 31
King Laborers Curing Laborer $48.90 7A 31
King Laborers Demolition: Wrecking Et Moving $48.90 7A 31
(incl. Charred Material)
King Laborers Ditch Digger $48.90 7A 31
King Laborers Diver $50.42 7A 31
King Laborers Drill Operator $49.81 7A 31
(hydrau tic,diamond)
King Laborers Dry Stack Walls $48.90 7A 31
King Laborers Dump Person $48.90 7A 31
King Laborers Epoxy Technician $48.90 7A 31
King Laborers Erosion Control Worker $48.90 7A 31
King Laborers Faller Et Bucker Chain Saw $49.81 7A 31
King Laborers Fine Graders $48.90 7A 31
King Laborers Firewatch $41.45 7A 31
r_�,.__ fro no �
King Laborers Form 7CllC1 �?.tO 7V A ,11
King Laborers Gabian Basket Builders $48.90 7A 31
King Laborers General Laborer $48.90 7A 31
King Laborers Grade Checker Et Transit $50.42 7A 31
Person
King Laborers Grinders $48.90 7A 31
King Laborers Grout Machine Tender $48.90 7A 31
King Laborers Groutmen (pressure)including $49.81 7A 31
Post Tension Beams
King Laborers Guardrail Erector $48.90 7A 31
King Laborers Hazardous Waste Worker(level $50.42 7A 31
A)
King Laborers Hazardous Waste Worker(level $49.81 7A 31
B)
King Laborers Hazardous Waste Worker(level $48.90 7A 31
C)
King Laborers High Scaler $50.42 7A 31
King Laborers Jackhammer $49.81 7A 31
King Laborers Laserbeam Operator $49.81 7A 31
King Laborers Maintenance Person $48.90 7A 31
King Laborers Manhole Builder-mudman $49.81 7A 31
King Laborers Material Yard Person $48.90 7A 31
King Laborers Motorman-dinky Locomotive $49.81 7A 31
King Laborers Nozzleman (concrete Pump, $49.81 7A 31
Green Cutter When Using
Combination Of High Pressure
Air Et Water On Concrete Et
Rock, Sandblast, Gunite,
Shotcrete, Water Bla
King Laborers Pavement Breaker $49.81 7A 31
King Laborers Pilot Car $41.45 7A 31
King Laborers Pipe Layer Lead $50.42 7A 31
King Laborers Pipe Layer/tailor $49.81 7A 31
King Laborers Pipe Pot Tender $49.81 7A 31
King Laborers Pipe Reliner $49.81 7A 31
King Laborers Pipe Wrapper $49.81 7A 31
King Laborers Pot Tender $48.90 7A 31
King Laborers Powderman $50.42 7A 31
King Laborers Powderman's Helper $48.90 7A 31
King Laborers Power Jacks $49.81 7A 31
King Laborers Railroad Spike Puller- Power $49.81 7A 31
King Laborers Raker-Asphalt $50.42 7A 31
King Laborers Re-timberman $50.42 7A 31
King Laborers Remote Equipment Operator $49.81 7A 31
King Laborers Rigger/signal Person $49.81 7A 31
King Laborers Rip Rap Person $48.90 7A 31
King Laborers Rivet Buster $49.81 7A 31
King Laborers Rodder $49.81 7A 31
King Laborers Scaffold Erector $48.90 7A 31
King Laborers Scale Person $48.90 7A 31
King Laborers Sloper (over 20") $49.81 7A 31
King Laborers Sloper Sprayer $48.90 7A 31
King Laborers Spreader (concrete) $49.81 7A 31
King Laborers Stake Hopper $48.90 7A 31
King Laborers Stock Piler $48.90 7A 31
King Laborers Tamper Et Similar Electric, Air $49.81 7A 31
Et Gas Operated Tools
King Laborers Tamper (multiple Et Self- $49.81 7A 31
propelled)
King Laborers Timber Person - Sewer (tagger, $49.81 7A 31
Shorer Et Cribber)
King Laborers Toolroom Person (at Jobsite) $48.90 7A 31
King Laborers Topper $48.90 7A 31
King Laborers Track Laborer $48.90 7A 31
King Laborers Track Liner (power) $49.81 7A 31
King Laborers Traffic Control Laborer $44.33 7A 31 8R
King Laborers Traffic Control Supervisor $44.33 7A 31 8R
King Laborers Truck Spotter $48.90 7A 31
King Laborers Tugger Operator $49.81 7A 31
King Laborers T unnei Work-Compressed Air $1107.60 7A 31 8Q
Worker 0-30 psi
King Laborers Tunnel Work-Compressed Air $112.63 7A 31 8Q
Worker 30.01-44.00 psi
v.-- 1 L_-_- T........-1 %A1__1. r J A.- C44L 74 7A 11 4fl
Billy✓ LtiVVI CI5 1 UI ne" �t Vl 1�'\.1�111�11 CS�CU Pill i i V..J i 1Ti Ji i1G.Z
Worker 44.01-54.00 psi
King Laborers Tunnel Work-Compressed Air $122.01 7A 31 8Q
Worker 54.01-60.00 psi
King Laborers Tunnel Work-Compressed Air $124.13 77A 31 8Q
Worker 60.01-64.00 psi
King Laborers Tunnel Work-Compressed Air $129.23 7A 31 8Q
Worker 64.01-68.00 psi
King Laborers Tunnel Work-Compressed Air $131.13 7A 31 8Q
Worker 68.01-70.00 psi
King Laborers Tunnel Work-Compressed Air $133.13 7A 31 8Q
Worker 70.01-72.00 psi
King Laborers Tunnel Work-Compressed Air $135.13 7A 31 8Q
Worker 72.01-74.00 psi
King Laborers Tunnel Work-Guage and Lock $50.52 7A 31 8Q
Tender
King Laborers Tunnel Work-Miner $50.52 7A 31 8Q
King Laborers Vibrator $49.81 7A 31
King Laborers Vinyl Seamer $48.90 7A 31
King Laborers Watchman $37.67 7A 31
King Laborers Welder $49.81 7A 31
King Laborers Well Point Laborer $49.81 7A 31
King Laborers Window Washer/cleaner $37.67 7A 31
King Laborers - Underground Sewer General Laborer Et Topman $48.90 7A 31
It Water
King Laborers - Underground Sewer Pipe Layer $49.81 7A 31
Et Water
King Landscape Construction Landscape Laborer $37.67 7A 31
King Landscape Construction Landscape Operator $63.76 7A 3K 8X
King Landscape Maintenance Groundskeeper $17.87 1
King LaLhers Journey Level $58.48 5D 1H
King Marble Setters Journey Level $57.32 5A 1M
King Metal Fabrication In Shop), Fitter $15.86 1
King Metal Fabrication In Shop). Laborer $12.00 1
King Metal Fabrication (In Shop). Machine Operator $13.04 1
King Metal Fabrication In Shop). Painter $12.00 1
King Metal Fabrication (In Shop). Welder $15.48 1
King Millwright Journey Level $61.54 5D 4C
King Modutar Buildings Cabinet Assembly $12.00 1
King Modular Buitdings Electrician $12.00 1
King Modular Buildings Equipment Maintenance $12.00 1
King Modular Buildings Plumber $12.00 1
King Modular Buildings Production Worker $12.00 1
King Modular Buildings Tool Maintenance $12.00 1
King Modular Buildings Utility Person $12.00 1
King Modular Buildings Welder $12.00 1
King Painters Journey Level $42.50 6Z 2B
King Pile Driver Crew Tender/Technician $64.71 5D 4C
King Pile Driver Hyperbaric Worker- $74.87 5D 4C
Compressed Air Worker 0-30.00
PSI
King Pile Driver Hyperbaric Worker- $79.87 5D 4C
Compressed Air Worker 30.01 -
44.00 PSI
King Pile Driver Hyperbaric Worker- $83.87 5D 4C
Compressed Air Worker 44.01 -
54.00 PSI
King Pile Driver Hyperbaric Worker- $88.87 5D 4C
Compressed Air Worker 54.01 -
60.00 PSI
King Pile Driver Hyperbaric Worker- $91.37 5D 4C
Compressed Air Worker 60.01 -
64.00 PSI
King Pile Driver Hyperbaric Worker- $96.37 5D 4C
Compressed Air Worker 64.01 -
68.00 PSI
King Pile Driver Hyperbaric Worker- $98.37 5D 4C
Compressed Air Worker 68.01 -
70.00 PSI
King Pile Driver Hyperbaric Worker- $100.37 5D 4C
Compressed Air Worker 70.01 -
72.00 PSI
King Pile Driver Hyperbaric Worker- $102.37 5D 4C
Compressed Air Worker 72.01 -
74.00 PSI
King Pile Driver Journey Level $60.29 5D 4C
King Pile Driver Manifold Operator(LST) $69.71 5D 4C
King Plasterers Journey Level $56.54 7Q IR
King Playground 8: Park Equipment Journey Level $12.00 1
Installers
King Plumbers Et Pipefitters Journey Level $85.69 6Z 1G
King Power Equipment Operators Asphalt Plant Operators $64.83 7A 3K 8X
King Power Equipment Operators Assistant Engineer $60.98 7A 3K 8X
King Power Equipment Operators Barrier Machine (zipper) $64.26 7A 3K 8X
King Power Equipment Operators Batch Plant Operator: concrete $64.26 7A 3K 8X
King Power Equipment Operators Bobcat $60.98 7A 3K 8X
King Power Equipment Operators Brokk - Remote Demolition $60.98 7A 3K 8X
Equipment
King Power Equipment Operators Brooms $60.98 7A 3K 8X
King Power Equipment Operators Bump Cutter $64.26 7A 3K 8X
King Power Equipment Operators Cableways $64.83 7A 3K 8x
King Power Equipment Operators Chipper $64.26 7A 3K 8X
King Power Equipment operators Compressor $60.98 7A 3K 8x
King Power Equipment Operators Concrete Finish Machine - $60.98 7A 3K 8x
Laser Screed
King Power Equipment Operators Concrete Pump -Mounted Or $63.76 7A 3K Sx
Trailer High Pressure Line
Pump, Pump High Pressure
King Power Equipment Operators Concrete Pump: Truck Mount $64.83 7A 3K 8K
With Boom Attachment Over 42
ISP.
King Power Equipment Operators Concrete Pump: Truck Mount $64.26 7A 3K 874
With Boom Attachment Up To
42m
Kin; Power Equipment Operators Conveyors $63.76 7A 3K 8x
King Power Equipment Operators Cranes friction: 200 tons and $66.80 7A 3K 8x
over
King Power Equipment Operators Cranes: 100 tons through 199 $65.48 7A 3K °X
tons, or 150' of boom
(including jib with
attachments)
King Power Equipment Operators Cranes: 20 Tons Through 44 $64.26 7A 3K 8x
Tons With Attachments
King Power Equipment Operators Cranes: 200 tons- 299 tons, or $66.15 7A 3K 8x
250' of boom including jib with
attachments
King Power Equipment Operators Cranes: 300 tons and over or $66.80 7A 3K 8u
300' of boom including jib with
attach"vents
King Power Equipment Operators Cranes: 45 Tons Through 99 $64.83 7A 3K 8x
Tons, Under 150'Of Boom
(including Jib With
Attachments)
King Power Equipment Operators Cranes: A-frame - 10 Tons And $60.98 7A 3K 8x
Under
King Power Equipment Operators Cranes: Friction cranes through $66.15 7A 3K 8x
199 tons
King Power Equipment Operators Cranes: through 19 tons with $63.76 7A 3K SX
attachments, A-frame over 10
tons
King Power Equipment Operators Crusher $64.26 7A 3K 8X
King Power Equipment Operators Deck Engineer/Deck Winches $64.26 7A 3_K Sx
(power)
King Power Equipment Operators Derricks, On Building Work $64.83 7A 3K 874
King Power Equipment Operators Dozers D-9 Et Under $63.76 7A 3K 8x
King Power Equipment Operators Drill Oilers: Auger Type, Truck $63.76 7A 3K 8X
Or Crane Mount
King Power Equipment Operators Drilling Machine $65.48 7A 3K 8x
King Power Equipment Operators Elevator And Man-lift: $60.98 7A 3K 8x
Permanent And Shaft Type
King Power Equipment Operators Finishing Machine, Bidwell And $64.26 7A 3K 8X
Gamaco Ft Similar Equipment
King Power Equipment Operators Forklift: 3000 Lbs And Over $63.76 7A 3K 8X
With Attachments
King Power Equipment Operators Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X
Attachments
King Power Equipment Operators Grade Engineer: Using Blue $64.26 7A 3K 8X
Prints, Cut Sheets, Etc
King Power Equipment Operators Gradechecker/Stakeman $60.98 7A 3K 8X
King Power Equipment Operators Guardrail Punch $64.26 7A 3K 8X
King Power Equipment Operators Hard Tail End Dump $64.83 7A 3K 8X
Articulating Off- Road
Equipment 45 Yards. Ft Over
King Power Equipment Operators Hard Tail End Dump $64.26 7A 3K 8X
Articulating Off-road
Equipment Under 45 Yards
King Power Equipment Operators Horizontal/Directional Drill $63.76 7A 3K 8X
Locator
King Power Equipment Operators Horizontal/Directional Drill $64.26 7A 3K 8X
Operator
King Power Equipment Operators Hydralifts/Boom Trucks Over $63.76 7A 3K 8X
10 Tons
King Power Equipment Operators Hydralifts/Boom Trucks, 10 $60.98 7A 3K 8X
Tons And Under
King Power Equipment Operators Loader, Overhead 8 Yards. Ft $65.48 7A 3K 8X
Over
King Power Equipment Operators Loader, Overhead, 6 Yards. But $64.83 7A 3K 8X
Not Including 8 Yards
King Power Equipment Operators Loaders, Overhead Under 6 $64.26 7A 3K 8X
Yards
King Power Equipment Operators Loaders, Plant Feed $64.26 7A 3K 8X
King Power Equipment Operators Loaders: Elevating Type Belt $63.76 7A 3K 8X
King Power Equipment Operators Locomotives, All $64.26 7A 3K 8X
King Power Equipment Operators Material Transfer Device $64.26 7A 3K 8X
King Power Equipment Operators Mechanics, All (leadmen - $65.48 7A 3K 8X
$0.50 Per Hour Over Mechanic)
King Power Equipment Operators Motor Patrol Graders $64.83 7A 3K 8X
King Power Equipment Operators Mucking Machine, Mole, Tunnel $64.83 7A 3K 8X
Drill, Boring, Road Header
And/or Shield
King Power Equipment Operators Oil Distributors, Blower $60.98 7A 3K 8X
Distribution Ft Mulch Seeding
Operator
King Power Equipment Operators Outside Hoists (Elevators And $63.76 7A 3K 8X
Manlifts), Air Tuggers, Strato
King Power Equipment Operators Overhead, Bridge Type Crane: $64.26 7A 3K 8X
20 Tons Through 44 Tons
King Power Equipment Operators Overhead, Bridge Type: 100 $65.48 7A 3K 8X
Tons And Over
King Power Equipment Operators Overhead, Bridge Type: 45 $64.83 7A 3K 8X
Tons Through 99 Tons
King Power Equipment Operators Pavement Breaker $60.98 7A 3K 8X
King Power Equipment Operators Pile Driver (other Than Crane $64.26 7A 3K 8x
Mount)
King Power Equipment Operators Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X
King Power Equipment Operators Posthote Digger, Mechanical $60.98 7A 3K 8X
King Power Equipment Operators Power Plant $60.98 7A 3K 81K
King Power Equipment Operators Pumps -Water $60.98 7A 3K 8X
King Power Equipment Operators Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X
King Power Equipment Operators Quick Tower - No Cab, Under $60.98 7A 3K 8X
100 Feet In Height Based To
Boom
King Power Equipment Operators Remote Control Operator On $64.83 7A 3K 8X
Rubber Tired Earth Moving
Equipment
King Power Equipment Operators Rigger and Bellman $60.98 7A 3K 8X
King Power Equipment Operators Rigger/Signal Person, Bellman $63.76 7A 3K 8X
(Certified)
King Power Equipment Operators Rottagon $64.83 7A 3K 2x
King Power Equipment Operators Roller, Other Than Plant Mix $60.98 7A 3K 8X
King Power Equipment Operators Roller, Plant Mix Or Multi-lift $63.76 7A 3K 8X
Materials
King Power Equipment Operators Roto-mill, Roto-grinder $64.26 7A 3K 8X
King Power EquipmentOperators Saws - Concrete $63.76 7A 3K 8X
King Power Equipment Operators Scraper, Self Propelled Under $64.26 7A 3K 8X
45 Yards
King Prower E-n iiprr�ent C�peratorc Scrapers.- Concrete 8:Carry All $fi3,7fi 7A 3K RX
King Power Equipment Operators Scrapers, Self-propelled: 45 $64.83 7A 3K 8X
Yards And Over
King Power Equipment Operators Service Engineers - Equipment $63.76 7A 3K 8X
King Power Equipment Operators Shotcrete/Gunite Equipment $60.98 7A 3K 8X
King Power Equipment Operators Shovel , Excavator, Backhoe, $63.76 7A 3K 8X
Tractors Under 15 Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoe: $64.83 7A 3K 8X
Over 30 Metric Tons To 50
Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes, $64.26 7A 3K 8X
Tractors: 15 To 30 Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes: $65.48 7A 3=K 8X
Over 50 Metric Tons To 90
Metric Tons
King Power Equipment Operators Shovel, Excavator, Backhoes: $66.15 7A 3K 8X
Over 90 Metric Tons
King Power Equipment Operators Slipform Pavers $64.83 7A 3K 8X
King Power EgWoment Operators Spreader, Topsider rt $64.83 7A 3K 8X
Screedman
King Power Equipment Operators Subgrader Trimmer $64.26 7A 3K
King Power Equipment Operators Tower Bucket Elevators $63.76 7A 3K 8X
King Power Equipment Operators Tower Crane Up To 175' In $65.48 7A 3K 8X
Height Base To Boom
King Power Equipment Operators Tower Crane: over 175' $66.15 7A 3K 8X
through 250' in height, base to
boom
King Power Equipment Operators Tower Cranes: over 250' in $66.80 7A 3K 8X
height from base to boom
King Power Equipment Operators Transporters, All Track Or $64.83 7A 3K 8X
Truck Type
King Power Equipment Operators Trenching Machines $63.76 7A 3K 8X
King Power Equipment Operators Truck Crane Oiler/driver - 100 $64.26 7A 3K 8X
Tons And Over
King Power Equipment Operators Truck Crane Oiler/Driver Under $63.76 7A 3K 8X
100 Tons
King Power Equipment Operators Truck Mount Portable Conveyor $64.26 7A 3K 8X
King Power Equipment Operators Welder $64.83 7A 3K 8X
King Power Equipment Operators Wheel Tractors, Farman Type $60.98 7A 3K 8X
King Power Equipment Operators Yo Yo Pay Dozer $64.26 7A 3K 8X
King Power Equipment Operators- Asphalt Plant Operators $64.83 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Assistant Engineer $60.98 7A 3K 8X
Underground Sewer a Water
King Power Equipment Operators- Barrier Machine (zipper) $64.26 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Batch Plant Operator, $64.26 7A 3K 8X
Underground Sewer Et Water Concrete
King Power Equipment Operators- Bobcat $60.98 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Brokk- Remote Demolition $60.98 7A 3K 8X
Underground Sewer Et Water Equipment
King Power Equipment Operators- Brooms $60.98 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Bump Cutter $64.26 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Cableways $64.83 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Chipper $64.26 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Compressor $60.98 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Concrete Finish Machine - $60.98 7A 3K 8X
Underground Sewer a Water Laser Screed
King Power Equipment Operators- Concrete Pump - Mounted Or $63.76 7A 3K 8X
Underground Sewer is Water Trailer High Pressure Line
Pump, Pump High Pressure
King Power Equipment Operators- Concrete Pump: Truck Mount $64.83 7A 3K 8X
Underground Sewer €t Water With Boom Attachment Over 42
M
King Power Equipment Operators- Concrete Pump: Truck Mount $64.26 7A 3K 8X
Underground Sewer Et Water With Boom Attachment Up To
42m
King Power Equipment Operators- Conveyors $63.76 7A 3K 8X
Undergrw"nN Sewer Et Water
King Power Equipment Operators- Cranes friction: 200 tons and $66.80 7A 3K 8X
Underground Sewer Et Water over
King Power Equipment Operators- Cranes: 100 tons through 199 $65.48 7A 3K 8X
Underground Sewer Fr Water tons, or 150' of boom
(including jib with
attachments)
King Power Equipment Operators- Cranes: 20 Tons Through 44 $64.26 7A 3K 8X
Underground Sewer Et Water Tons With Attachments
King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $66.15 7A 3K 8X
Underground Sewer Et Water 250' of boom including jib with
attachments
King Power Equipment Operators- Cranes: 300 tons and over or $66.80 7A 3K 8X
Underground Sewer Et Water 300' of boom including jib with
attachments
King Power Equipment Operators- Cranes: 45 Tons Through 99 $64.83 7A 3K 8X
Underground Sewer Et Water Tons, Under 150'Of Boom
(including Jib With
Attachments)
King Power Equipment perators- Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X
Undergrounrii ;p,,var ry- warAr Under
King Power Equipment Operators- Cranes: Friction cranes through $66.15 7A 3K 8X
Underground Sewer Et Water 199 tons
King Power Equipment Operators- Cranes: through 19 tons with $63.76 7A 3K 8X
Underground Sewer ft.Water attachments, A-frame over 10
tons
King Power Eauipment Operators- Crusher $64.26 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Deck Engineer/Deck Winches $64.26 7A 3K 8X
Underground Sewer & Water (power)
King Power Equipment Operators- Derricks, On Building Work $64.83 7A 3K 8X
Underground Sewer E 4yater
King Power E uiRment 0 erR ators- Dozers D-9 Et Under $63.76 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Drill Oilers: Auger Type, Truck $63.76 7A 3K 8X
Underground Sewer Et Water Or Crane Mount
King Power Equipment Operators- Drilling Machine $65.48 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Elevator And Man-lift: $60.98 7A 3K 8X
Underground Sewer Et Water Permanent And Shaft Type
King Power Equipment Operators- Finishing Machine, Bidwell And $64.26 7A 3K 8X
Underground Sewer Et Water Gamaco Et Similar Equipment
King Power Equipment Operators- Forklift: 3000 Lbs And Over $63.76 7A 3K 8X
Underground Sewer Et Water With Attachments
King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X
Underground Sewer tt Water. Attachments
King Power Equipment Operators- Grade Engineer: Using Blue $64.26 7A 3K 8X
Underground Sewer Et Water Prints, Cut Sheets, Etc
King Power Equipment Operators- Gradechecker/Stakeman $60.98 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Guardrail Punch $64.26 7A 3K 88x
Underground Sewer et Water
King Power Equipment Operators- Hard Tail End Dump $64.83 7A 3K 8X
Underground Sewer Ev Water Articulating Off- Road
Equipment 45 Yards. Ft Over
King Power Equipment Operators- Hard Tail End Dump $64.26 7A 3K 8X
Underground sewer Et Water Articulating Off-road
Equipment Under 45 Yards
King Power Equipment Operators- Horizontal/Directional Drill $63.76 7A 3K 8X
Underground Sewer Fit Water Locator
King Power Equipment Operators- Horizontal/Directional Drill $64.26 7A 3K 8X
Underground Sewer & Water Operator
King Power Equipment Operators- Hydralifts/Boom Trucks Over $63.76 7A 3K 8x
Underground Sewer Et Water 10 Tons
King Power Equipment Operators- Hydralifts/Boom Trucks, 10 $60.98 7A 3K 8x
Underground Sewer Et Water Tons And Under
King Power Equipment Operators- Loader, Overhead 8 Yards. Ft $65.48 7A 3K 8X
Underground Sewer Fc Water Over
King Power Equipment Operators- Loader, Overhead, 6 Yards. But $64.83 7A 3K 8x
Underground Sewer a 'Nater Not Including 8 Yards
King Power Equipment Operators- Loaders, Overhead Under 6 $64.26 7A 3K 8x
Underground Sewer 8: Water Yards
King Power Equipment Operators- Loaders, Plant Feed $64.26 7A 3K 8X
Underground Sewer Ft Water
King Power Equipment Operators- Loaders: Elevating Type Belt $63.76 7A 3_K gX
Underground Sewer Et Water
King Power Equipment Operators- Locomotives, All $64.26 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Material Transfer Device $64.26 7A 3K 8X
Underground Sewer & Water
King Power Equipment Operators- Mechanics, All (leadmen - $65.48 7A 3K 8X
Underground Server Et 'dater $0.50 Per Hour Over Mechanic)
King Power Equipment Operators- Motor Patrol Graders $64.83 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Mucking Machine, Mole, Tunnel $64.83 7A 3K 8X.
Underground Sewer Et Water Drill, Boring, Road Header
And/or Shield
King Power Equipment Operators- Oil Distributors, Blower $60.98 7A 3K ax
Underground Sewer Et Water Distribution Ft Mulch Seeding
Operator
King Power Equipment Operators- Outside Hoists (Elevators And $63.76 7A 3K 8X
Underground Sewer & Water Manlifts), Air Tuggers, Strato
King Power Equipment Operators- Overhead, Bridge Type Crane: $64.26 7A 3K 8X
Underground Sewer Et Water 20 Tons Through 44 Tons
King Power Equipment Operators- Overhead, Bridge Type: 100 $65.48 7A 3K 8K
Underground Sewer Et Water Tons And Over
King Power Equipment Operators- Overhead, Bridge Type: 45 $64.83 7A 33KK 8X
Underground Sewer ft Water Tons Through 99 Tons
King Power Equipment Operators- Pavement Breaker $60.98 7A 3K 8X
Underground Sewer _ Water
King Power Equipment Operators- Pile Driver (other Than Crane $64.26 7A 3K 8X
Underground Sewer Et Water Mount)
King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $63.16 7A 31/ 8X
Underground Sewer Et Water
King Power Equipment Operators- Posthole Digger, Mechanical $60.98 7A 3K 8X
Underground Sew r - r
.Kinn On r Enl1; M+ flnar�fnrr_ Dvui`r Dlant C!.(1 OQ 7A ZIC AY
Underground Sewer 8: I—ester.
King Power Equipment Operators- Pumps - Water $60.98 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Quick Tower- No Cab, Under $60.98 7A 3K 8X
Underground Sewer Et Water 100 Feet In Height Based To
Boom
King Power Equipment Operators- Remote Control Operator On $64.83 7A 3K 8X
Underground Sewer Et Water Rubber Tired Earth Moving
Equipment
King Power Equipment Operators- Rigger and Bellman $60.98 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Rigger/Signal Person, Bellman $63.76 7A 3K 8X
Underground Sewer Et Water (Certified)
King Power Equipment Operators- Rollagon $64.83 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Roller, Other Than Plant Mix $60.98 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Roller, Plant Mix Or Muiti-lift $63.76 7A 3K 8X
Underground Sewer Et Water Materials
King Power Equipment Operators- Roto-mill, Roto-grinder $64.26 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Saws - Concrete $63.76 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Scraper, Self Propelled Under $64.26 7A 3K 8X
Underground Sewer Et Water 45 Yards
King Power Equipment Operators- Scrapers - Concrete Et Carry All $63.76 7A 3K 8X
Underground Sewer Ix Water
King Power Equipment Operators- Scrapers, Self-propelled: 45 $64.83 7A 3K 8X
Underground Sewer Et Water Yards And Over
King Power Equipment Operators- Service Engineers - Equipment $63.76 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Shotcrete/Gunite Equipment $60.98 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Shovel , Excavator, Backhoe, $63.76 7A 3K 8X
Underground Sewer Et Water Tractors Under 15 Metric Tons
King Power Equipment Operators- Shovel, Excavator, Backhoe: $64.83 7A 3K 8X
Underground Sewer Et Water Over 30 Metric Tons To 50
Metric Tons
King Power Equipment Operators- Shovel, Excavator, Backhoes, $64.26 7A 3K 8X
Underground Sewer Et Water Tractors: 15 To 30 Metric Tons
King Power Equipment Operators- Shovel, Excavator, Backhoes: $65.48 7A 3K 8X
Underground Sewer Et Water Over 50 Metric Tons To 90
Metric Tons
King Power Equipment Operators- Shovel, Excavator, Backhoes: $66.15 7A 3K 8X
Underground Sewer Et Water Over 90 Metric Tons
King Power Equipment Operators- Slipform Pavers $64.83 7A 3K 8X
Underground Sewer Ft Water
King Power Equipment Operators- Spreader, Topsider£t $64.83 7A 3K 8X
Underground Sewer ft Water Screedman
King Power Equipment Operators- Subgrader Trimmer $64.26 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Tower Bucket Elevators $63.76 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Tower Crane Up To 175' In $65.48 7A 3K 8X
Underground Sewer & Water Height Base To Boom
King Power Equipment Operators- Tower Crane: over 175' $66.15 7A 3K 8X
Underground.Sewer Et Water through 250' in height, base to
boom
King Power Equipment Operators- Tower Cranes: over 250' in $66.80 7A 3K 8X
Underground Sewer Et Water height from base to boom
King Power Equipment Operators- Transporters, All Track Or $64.83 7A 3K 8X
Underground Sewer Et Water Truck Type
King Power Equipment Operators- Trenching Machines $63.76 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Truck Crane Oiler/driver- 100 $64.26 7A 3K 8X
Underground Sewer Ft Water Tons And Over
King Power Equipment Operators- Truck Crane Oiler/Driver Under $63.76 7A 3K 8X
Underground Sewer Et Water 100 Tons
King Power Equipment Operators- Truck Mount Portable Conveyor $64.26 7A 3K 8X
Underground Sewer Et Water
King Power Equipment Operators- Welder $64.83 7A 3K 8X
Underground Sewer Ft Water
King Power Equipment Operators- Wheel Tractors, Farman Type $60.98 7A 3K 8X
Underground Sewer Ft Water
King Power Equipment Operators- Yo Yo Pay Dozer $64.26 7A 3K 8X
Underground Sewer Et Water
King Power Line Clearance Tree Journey Level In Charge $49.96 5A 4A
Trimmers
King Power Line Ctear n e Tree Spray Person $47.37 5A 4A
Trimmers
King Power Line Clearance Tree Tree Equipment Operator $49.96 5A 4A
Trimmers
King Power Line Clearance Tree Tree Trimmer $44.57 5A 4A
Trimmers
King Power Line Clearance Tree Tree Trimmer Groundperson $33.60 5A 4A
Trimmers
King Refrigeration Et Air Conditioning Journey Level $81.01 6Z 1G
Mechanics
King Residential Brick Mason Journey Level $57.32 5A 1M
King Residential Carpenters Journey Level $45.05 5D 4C
King Residential Cement Masons Journey Level $60.07 7A 4U
King Residential DrywraIL Applicators Journey Level $45.05 5D 4C
King R4sidential Drywall Tapers Journey Level $45.19 5P 1E
King Residential Electricians Journey Level $339.81 1Q 20
King Residential Glaziers Journey Level $43.00 7L 1H
King Residential Insu[aulon Journey Level 545.05 5D 4C
Applicators
King Residential Laborers Journey Level $36.68 7A 1H
King Residential Marble Setters Journey Level $57.32 5A 1M
King Residential Painters Journey Level $42.50 6Z 2B
King Residential r* Journey Level $51.37 5A 1G
Pipefitters
King Residential Refrigeration Ft Air Journey Level $51.37 5A 1G
Conditioning Mechanics
King Residential Shwas Meta[ Work?rc Journey Level (Field or Shop) $50,01 7F 1R
King Residential Soft Floor Layers Journey Level $49.43 5A 3J
King Residential Sprinkler Fitters Journey Level $48.18 5C 211
.(Fire Prot-ection).
King Residentiat M
esidential Stone Masons Journey Level $57.32 5A 1
King Residen.nal i erra=o Workers Journey Level $52.61 5A 1M
King Residential Terrazzo/Tile Journey Level $43.44 5A 1B
Finishers
King Residential Ti+.e Setters Journey Level $52.61 5A 1M
King Roofers Journey Level $51.52 5A 3H
King Roofers Using Irritable Bituminous $54.52 5A 3H
Materials
King Sheet Metal Workers Journey Level (Field or Shop) $82.51 7F 1 E
King Shipbuilding Et Ship Repair New Construction Boilermaker $36.36 7V 1
King Shipbuilding Ft Ship Repair New Construction Carpenter $36.36 7V 1
King Shipbuilding Ft Ship Repair New Construction Crane $36.36 7V 1
Operator
King Shipbuilding Ft Ship Repair New Construction Electrician $36.36 7V 1
King Shipbuilding Et Ship Repair New Construction Heat Ft Frost $73.58 5J 4H
Insulator
King Shipbuilding Ft Ship Repair New Construction Laborer $36.36 7V 1
King Shipbuilding Et Ship Repair New Construction Machinist $36.36 7V 1
King Shipbuilding Et Ship Repair New Construction Operating $36.36 7V 1
Engineer
King Shipbuitding Ship.-Repair New Construction Painter $36.3 .:'
King Shipbuilding Et Ship Repair New Construction Pipefitter $36.36 7V 1
King Shipbuilding Et Ship Repair New Construction Rigger $36.36 7V 1
King Shipbuilding Ft ShipRepair New Construction Sheet Metal $36.36 7V 1
King Shipbuilding Et Ship Repair New Construction Shipfitter $36.36 7V 1
King Shipbuilding Ft Ship Repair New Construction $36.36 7V 1
Warehouse/Teamster
King Shipbuilding Et Ship Repair New Construction Welder / $36.36 7V 1
Burner
King Shipbuilding Ft Ship Repair Ship Repair Boilermaker $44.95 7X 4.1
King Shipbuilding It Ship epair Ship Repair Carpenter $44.95 7X 4.1
King Shipbuilding Et Ship -
Re- Ship Repair Crane Operator $44.06 7Y 4K
King Shipbuilding Et Ship Repair Ship Repair Electrician $44.95 7X 4.1
King Shipbuilding ft Ship -Repair Ship Repair Heat Et Frost $73.58 5.1 4H
Insulator
King Shipbuilding it Ship Repair Ship Repair Laborer $44.95 7X 4.1
King Shipbuilding Et Ship
Re- Ship Repair Machinist $44.95 7X 4.1
King Shipbuilding Et ShipRepair Ship Repair Operating Engineer $44.06 7Y 4K
King Shipbuilding It ShipRepair Ship Repair Painter $44.95 7X 4J
King Shipbuilding Et Ship Repair Ship Repair Pipefitter $44.95 7X 4.1
King Shipbuilding Et ShipRepair Ship Repair Rigger $44.95 7X 4.1
King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $44.95 7X 4.1
King Shipbuilding Et ShipRepair Ship Repair Shipwright $44.95 7X 4.1
King Shipbuilding it ShipRepair Ship Repair Warehouse / $44.06 7Y 4K
Teamster
King Sign Makers Et Installers Journey Level $49.70 0 1
-(Electrical)
King Sign Makers Et Installers (Non- Journey Level $31.52 0 1
Electrical),
King Soft Floor Layers Journey Level $49.43 5A 3J
King Solar Controls For Windows Journey Level $12.44 1
King Sprinkler Fitters (Fire Journey Level $78.39 5C 1X
Protection)
King Stage Rigging Mechanics (Non Journey Level $13.23 1
Structural),
King Stone Masons Journey Level $57.32 5A 1M
King Stree_ And Parking Lot Sweeper Journey Level $19.09 1
Workers
King Surveyors Assistant Construction Site $62.71 7A 3K 8X
Surveyor
King Surveyors Assistant Construction Site $62.71 7A 3K 8X
Surveyor
King Surveyors Chainman $58.93 7A 3C 8P
King Surveyors Construction Site Surveyor $63.76 7A 3K 8X
King Telecommunication Technicians Journey Level $50.57 7E 1E
King Telephone Line Construction - Cable Splicer $41.22 5A 2B
Outside
King Telephone Line Construction - Hole Digger/Ground Person $23.12 5A 2B
Outside
King Telephone Line Construction Installer (Repairer) $39.53 5A 2B
Outside
King Telephone Line Construction = Special Aparatus Installer 1 $41.22 5A 2B
Outside
King Telephone Line Construction - Special Apparatus Installer II $40.41 5A 2B
Outside
King Telephone Line C nstruction • Telephone Equipment Operator $41.22 5A 2B
Outside (Heavy)
King Telephone Line Construction- Telephone Equipment Operator $38.36 5A 2B
Outside (Light)
King Telephone Line Construction Telephone Lineperson $38.36 5A 2B
Outside
King Telephone Line Construction Television Groundperson $21.92 5A 2B
Outside
King Telephone Line Construction - Television Lineperson/Installer $29.13 5A 213
Outside
King Telephone Lige Construction - Teievision System T ech, ician $34.68 5A 2B
Outside
King Telephone Line Construction - Television Technician $31.18 5A 2B
Outside
King Telephone Line Construction - Tree Trimmer $38.36 5A 2B
Outside
King Terrazzo Workers Journey Level $52.61 5A 1M
King Tile Setters Journey Level $52.61 5A 1M
King Tile, Marble Et Terrazzo Finisher $43.44 5A 1 B
Finishers
King Traffic Control Stripers Journey Level $46.23 7A 1K
King Truck Drivers Asphalt Mix Over 16 Yards $54.30 5D 5A 86
King Truck Drivers Asphalt Mix To 16 Yards $53.46 5D 3A 8L
King Truck Drivers Dump Truck $53.46 5D M BL
King Truck Drivers Dump Truck tt Trailer $54.30 5D 3A 8L
King Truck Drivers Other Trucks $54.30 5D 3A 8L
King Truck Drivers - Ready Mix Booster 9 Yards and Over $52.78 5A 4T
King Truck Drivers - Ready Mix Non-Booster Loads Under 9 $52.53 5A 4T
Cubic Yards
Kins We{I Drillers Fr IrrigatiOn PUMD Irrigation Pumn Installer $17.71 1
Installers Y
King Well Drillers ft Irrigation Pump Oiler $12.97 1
Installers
King Well Drillers Et Irrigation Pump Well Driller $18.00 1
Installers
Benefit Code Key—Effective 3/3/2019 thru 8/30/2019
Overtime Codes
Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects,the hourly rate
must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for
the worker.
1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
C. The first two (2) hours after eight(8)regular hours Monday through Friday and the first ten (10)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and
the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly
rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half 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.
1. 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 atone and one-half times the hourly rate of wage. All hours worked over ten(10)hours Monday through
Saturday,Sundays and holidays shall be paid at double the hourly rate of wage.
K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours
worked on holidays shall be paid at double the hourly rate of wage.
M. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions)shall be paid
at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double
the hourly rate of wage.
N. All hours worked on Saturdays (except makeup days)shall be paid at one and one-half times the hourly rate of wage.
All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
1
Benefit Code Key—Effective 3/3/2019 thru 8/30/2019
Overtime Codes Continued
l. O. 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 AH h^w-s— worked On S-ah rdays and Sundays (exp Yt make_'... days due to conr�itin- lhevnn`i the .con I 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 3/3/2019 thru 8/30/2019
Overtime Codes Continued
2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.
C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on
holidays shall be paid at two times the hourly rate of wage.
F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday
pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage.
G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays
shall be paid at two and one-half times the hourly rate of wage including holiday pay.
H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall
be paid at one and one-half times the hourly rate of wage.
O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage.
R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double
the hourly rate of wage.
U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked
over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage.
W. The first two (2)hours after eight(8) regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly.rate of wage. On a four-day, ten-
hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall
be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one and
one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays
shall be paid at double the hourly rate of wage.
3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. Work performed in excess of eight(8)hours of straight time per day, or ten(10)hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours
worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday
and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and
midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift. The employer shall
have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given
to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked
eight(8)hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such
time as the employee has had a break of eight(8)hours or more.
C. Work performed in excess of eight(8)hours of straight time per day, or ten(10)hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate
of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at
the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more.
3
Benefit Code Key—Effective 3/3/2019 thru 8/30/2019
Overtime Codes Continued
3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage.Each week,once 40 hours of
straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid
at double the hourly wage rate.
F. Al! hoes worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on
Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and
one-half times the hourly rate of wage including holiday pay.
H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at
two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be
compensated at one and one half(1-1/2)times the regular rate of pay.
1. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is
down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work
week(Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate.
However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday
through Saturday over twelve (12)hours and all hours worked on Sundays and holidays shall be paid at double the
hourly rate of wage.
J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on
Saturdays shall be paid at a one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays
shall be paid at double the hourly rate of wage.
K. 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 5 am to 6pm 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,and all hours worked in
excess of twelve(12)hours in a single shift 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.When an employee
returns to work without at least eight(8)hours time off since their previous shift,all such time shall be a continuation
of shift and paid at the applicable overtime rate until he/she shall have the eight(8)hours rest period.
�. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly
rate of wage.All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage.
B. All hours worked over-twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly
rate of wage.
C. On Monday through Friday,the first four (4) hours of overtime after eight(8) hours of straight time work shall be
paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday,the first two (2) hours of overtime after ten(10)hours of straight time work shall be paid at one and
one half(1-1/2)times the straight time rate of pay. On Saturday, the first twelve (12)hours of work shall be paid at
one and one half(1-1/2)times the straight time rate of pay, except that if the job is down on Monday through Friday
due to weather conditions or other conditions outside the control of the employer,the first ten(10)hours on Saturday
may be worked at the straight time rate of pay. All hours worked over twelve(12)hours in a day and all hours worked
on Sunday and Holidays shall be paid at two(2) times the straight time rate of pay. -
4
Benefit Code Key—Effective 3/3/2019 thru 8/30/2019
Overtime Codes Continued
4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly
rate of wage.All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates
include all members of the assigned crew.
EXCEPTION:
On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations, generating
plants, industrial plants, associated installations and substations, except those substations whose primary function is
to feed a distribution system,will be paid overtime under the following rates:
The first two (2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall
be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times
the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2) times
the hourly rate of wage. All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays
and holidays will be at the double the hourly rate of wage.
All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the
hourly rate of wage.
E. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours
worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the normal four-
day, ten hour work week,and Saturday shall be paid at one and one half(11/z)times the regular shift rate for the first
eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on-Sundays and holidays
shall be paid at double the hourly rate of wage.
F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium
rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the
hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage.
G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked
Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
H. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day,
and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid
at three times the hourly rate of wage.
I. The First eight(8)hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight(8)per day on Saturdays shall be paid at double the hourly rate of wage. All hours
worked on Sundays and holidays shall be paid at double the hourly rate of wage.
J. The first eight(8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked in excess of eight(8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours
worked over twelve(12)in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly
rate of wage.
K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday
is the sixth consecutive day worked. All hours worked over twelve(12) in a day Monday through Saturday,and all
hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage.
5
Benefit Code Key—Effective 3/3/2019 thru 8/30/2019
4. L. The first twelve(12)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All
hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours
worked over twelve(12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double
the hourly rate of wage.All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage,
except that all hours worked on Labor Day shall be paid at double the hourly rate of pay.
M. All 'Hours worked on Sunday and Holidays shall be paid at double the'hourly rate. Any employee reporting to work
less than nine (9)hours from their previous quitting time shall be paid for such time at time and one-half times the
hourly rate.
N. 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,and all work performed between the hours of midnight(12:00 AM)and eight AM(8:00 AM)
every day shall be paid at double the hourly rate of wage.
O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of
wage. After an employee has worked in excess of eight(8) continuous hours in any one or more calendar days, ail
additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6)
hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage.
P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage.
Q. The first four(4)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday
shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday
through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at
double the hourly rate of wage.
R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is
the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate
of wage.
S. All hours worked or,Saturdays and Holidays shall be paid at one and one-half times the hourly rate ofwage.All hours
worked on Sundays shall be paid at double the hourly rate of wage.
T. The first two(2)hours of overtime for hours worked Monday-Friday 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 shall be paid at double the hourly rate of wage.All
hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which
is scheduled prior to the end of shift on Friday,the first six(6)hours work shall be paid at one and one-half times the
hourly rate of wage, and all hours over(6)shall be paid double the hourly rate of wage.For work on Saturday which
was assigned following the close of shift on Friday,all work shall be paid at double the hourly rate of wage.
U. 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.(Except on makeup days if work is lost due to inclement
weather,then the first eight(8)hours on Saturday may be paid the regular rate.),A.11 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.
Holidav Coles
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).
6
Benefit Code Key—Effective 3/3/2019 thru 8/30/2019
Holiday Codes Continued
5. C. Holidays:New Year's Day, Presidents' Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the
Friday after Thanksgiving Day,And Christmas Day(8).
D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day,And Christmas Day(8).
H. Holidays:New Year's Day, Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day,
And Christmas(6).
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). r
N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9).
P. Holidays:New Year's Day,Memorial Day, Independence Day,Labor Day, Thanksgiving Day,Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday.
Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas
Day(6).
R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After
Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day. (7 1/2).
S. Paid Holidays:New Year's Day,Presidents' Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,
And Christmas Day(7).
T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And The Day Before Or After Christmas(9).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the
Friday after Thanksgiving Day,And Christmas Day(8).
6 A. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,
the Friday after Thanksgiving Day,And Christmas Day(8).
E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half-
7
Benefit Code Key—Effective 3/3/2019 thru 8/30/2019
Day On Christmas Eve Day. (9 l 2).
Holidav Codes Continued
6. G. raid Holidays: New Year's Day, Martirt Luther ming Jr. Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve
Day(11).
H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day,Independence Day,Labor Day,Thanksgiving
Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating 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.
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 Lather 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.
8
Benefit Code Key—Effective 3/3/2019 thru 8/30/2019
Holiday Codes Continued
7. 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.
I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The
Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
J. Holidays:New Year's Day,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.
F
R 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.
9
Benefit Code Key—Effective 3/3/2019 thru 8/30/2019
Holiday Codes Continued
7. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day
after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday,the day observed by the Nation
shall be considered a holiday and compensated accordingly.Any holiday which falls on a Saturday shall be observed
as a holiday on the preceding Friday.
V. Holidays:New Year's Day,President's Birthday,Memorial Day,Independence Day, Labor Day,Thanksgiving Day,
the Friday after Thanksgiving Day,Christmas Day,the day before or after Christmas,and the day before or after New
Year's Day. If any of the above listed holidays falls on a Sunday,the day observed by the Nation shall be considered
a holiday and compensated accordingly.
W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day,the Friday after Thanksgiving Day,Christmas Eve Day,Christmas Day,the day after Christmas,the day before
New Year's Day,and a Floating Holiday.
X. Holidays:New Year's Day,Day before or after New Year's Day,Presidents'Day,Memorial Day,Independence Day,
Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after
Christmas day.If a holiday falls on a Saturday or on a Friday that is the normal day off,then the holiday will be taken
on the last normal workday.If the holiday falls on a Monday that is the normal day off or on a Sunday,then the holiday
will be taken on the next normal workday.
Y. Holidays: Nese Year's Day,Presidents' Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the
Friday after Thanksgiving Day,and Christmas Day. (8)if the holiday falls on a Sunday,then the day observed by the
federal government shall be considered a holiday and compensated accordingly.
Z. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day, Labor Day, Thanksgiving Day,The
Friday After Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall he observed as a
holiday on the following Monday. Any holiday which fails on a Saturday shall be observed as a holiday on the
preceding Friday.
15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day,the day before Christmas Day and Christmas Day. (8)Any holiday which falls on a Sunday shall
be observed as a holiday on the following Monday.
B. Holidays: New Year's Day,Martin Luther King Jr. Day,President's Day,Memorial Day, Independence Day, Labor
Day,Veteran's Day,Thanksgiving Day,and Christmas Day. (9)
C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day,the day before Christmas Day and Christmas Day.(8)
D Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday
after Thanksgiving Day,Christmas Day,and the day after Christmas.
10
Benefit Code Key—Effective 3/3/2019 thru 8/30/2019
Note Codes
8. D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour.
L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And
Level C: $0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D:
$0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00,Level B:$0.75,Level
C: $0.50,And Level D: $0.25.
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.
U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit: $2.00,Class B Suit:$1.50,
And Class C Suit: $1.00. Workers performing underground work receive an additional$0.40 per hour for any and all
work performed underground, including operating, servicing and repairing of equipment. The premium for
underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive
an additional$0.50 per hour.The premium for work suspended shall be paid for the entire shift worked.Workers who
do"pioneer"work(break open a cut,build road, etc.)more than one hundred fifty(150)feet above grade elevation
receive an additional$0.50 per hour.
11
Benefit Code Key—Effective 3/3/2019 thru 8/30/2019
Note Codes Continued
8. V In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The
premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day.
The premiums are to be paid one time for the day and are not used in calculating overtime pay.
Depth premiums apply to depths of fifty feet or more. Over 50'to 100'-$2.00 per foot for each foot over 50 feet.Over
101'to 150'-$3.00 per foot for each foot over 101 feet.Over 151'to 220'-$4.00 per foot for each foot over 220 feet.
Over 221'-$5.00 per foot for each foot over 221 feet.
Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent
and is measured by the distance travelled from the entrance. 25' to 300' -$1.00 per foot from entrance. 300' to 600'
-$1.50 per foot beginning at 300'.Over 600' -$2.00 per foot beginning at 600'.
W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates
would apply to meters not fitting this description.
X. 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. Special Shift Premium:Basic hourly rate plus$2.00 per hour.
When due to conditions beyond the control of the Employer or when an owner(not acting as the contractor),a
government agency or the contract specifications requires that work can only be performed outside the normal 5 am
to 6pm shift,then the special shift premium will be applied to the basic hourly rate.When an employee works on a
special shift,they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time
status.(For example,the special shift premium does not waive the overtime requirements for work performed on
Saturday or Sunday.)
12