Loading...
AG 17-042RETURN TO: PW ADMIN EXT: 2700 ID #: 3j 175 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS / ORIGINATING STAFF PERSON: FEI TANG TYPE OF DOCUMENT (CHECK ONE): o CONTRACTOR SELECTION DOCUMENT (E.G, RFB, RFP, RFQ) o PUBLIC WORKS CONTRACT ❑ o PROFESSIONAL SERVICE AGREEMENT ❑ o GOODS AND SERVICE AGREEMENT ❑ o REAL ESTATE DOCUMENT ❑ o ORDINANCE ❑ o CONTRACT AMENDMENT (AG#): 17-042 ❑ Exi : 2751 3. DATE REQ. BY:10/18/2017 SMALL OR LIMITED PUBLIC WORKS CONTRACT MAINTENANCE AGREEMENT HUMAN SERVICES / CDBG SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) RESOLUTION INTERLOCAL o OTHER 4. PROJECT NAME:MARINE HILLS STORMWATER CONVEYANCE SYSTEM REPAIR PHASE II i. NAME OF CONTRACTOR: INSITUFORM TECHNOLOTIES, LLC ADDRESS: 17988 EDISON AVENUE, CHESTERFIELD, MO 63005 TELEPHONE: 636-530-8064 E-MAIL: WSchulte(cr�,aegion.com FAX: 636-530-8701 SIGNATURE NAME: Whittney Schulte TITLE: Contract Specialist EXHIBITS AND ATTACHMENTS: o SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS o PROOF OF AUTHORITY TO SIGN o REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE #16-104767 BL, EXP. 12/31/17 UBI #601-880-220 , EXP. _10/31/19 ', TERM: COMMENCEMENT DATE: 3/14/2017 COMPLETION DATE:100 WORKING DAYS CCAS►) e2) 63045 I. TOTAL COMPENSATION: $(1,132,441.50-2,316.00-4,000.00+4887.5)=1,131,013.00 (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, $ PAID BY: o CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED o PURCHASING: PLEASE CHARGE To: 304-3100-268-594-31-650 DOCUT / CONTRACT REVIEW dor ROJECT MANAGER VISION MANAGER D,,�EPUTY DIRECTOR D4IJIRECTOR o RISK MANAGEMENT (IF APPLICABLE) c, -t w DEPT INITIAL / DATE REVIEWED INITIAL / DATE APPROVED gwow7 0. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING SENT TO VENDOR/CONTRACTOR DATE SENT: 1.012S(11 ---e."441 ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, 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.) DATE REC'D: tg -e—LA PT SIGNATORY ( DIRECTOR) o CITY CLERK JJ issSSIGNED AG # IGNED COPY RETURNED o RETURN ONE ORIGINAL :OMMENT ;XECUTE `b(" ORIGINALS INITIAL / DATE SIGNED 3 AG# DATE SENT: o3 /6 C tati-l4 Inairmncna,ll ple.eaeei- bud—: Mr 1601l7 A AG 17-042 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 003 June 2, 2017 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Marine Hills Stormwater Conveyance System Repair Phase II Insituform Technologies. LLC. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: The last paragraph of Section 7-06.5 of the Special Provisions is replaced with the following: Open Cut Repair, per force account, except that concrete curb, gutter, sidewalk, and driveway restoration work performed on 5th Ave S in the vicinity of pipe #9399 will be paid per lump sum in an amount of Four Thousand Eight Hundred Eighty Seven and 50% Dollars ($4, 887.50). The time provided for completion in the Contract is ® Unchanged [111 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? If "Yes" Will the Policies Be Extended? ❑ Yes ® No Yes No THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM ITEM QTY. UNIT PRICE ADD OR NO. DELETE 11 Open Cut Repair (CO#3) 1 $4,887.50/Lumpsum $4,887.50 TOTAL NET CONTRACT: INCREASE $4,887.50 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. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER EW ONTRACT AMOUNT TRACTOR'S SIGNATURE DA E -1, 144 gm , I .i, rf•+�-s,�.� :1 -IIf& wan Salloum, P. . DATE Dire tor, Public Works Department $1.132,441.50 ($6,316.00) $4,887.50 $1,131,013.00 CHANGE ORDER AGREEMENT 1 4/17 RETURN TO: PW ADMIN EXT: 2700 I D #: 51g+ CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS / ORIGINATING STAFF PERSON: FEI TANG TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G, ❑ PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ REAL ESTATE DOCUMENT ❑ DINANCE CONTRACT AMENDMENT (AG #): 17 -042 ❑ OTHER RFB, RFP, RFQ) EXT: 2751 3. DATE REQ. BY:7/21/2017 ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ MAINTENANCE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ SECURITY DOCUMENT (E.G BOND RELATED DOCUMENTS) ❑ RESOLUTION ❑ INTERLOCAL I. PROJECT NAME:MARINE HILLS STORMWATER CONVEYANCE SYSTEM REPAIR PHASE II i. NAME OF CONTRACTOR: INSITUFORM TECHNOLOiIIES, LLC ADDRESS: 17988 EDISON AVENUE, CHESTERFIELD, MO 63005 E -MAIL: WSchulte@aegion.com aegion.com SIGNATURE NAME: Whittney Schulte TELEPHONE: 636 -530 -8064 FAX: 636 -530 -8701 TITLE: Contract Specialist EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE #16- 104767 BL, EXP. 12/31/17 UBI #601- 880 -220 , EXP. 10/31/17 TERM: COMMENCEMENT DATE: 3/14/2017 COMPLETION DATE:100 WORKING DAYS TOTAL COMPENSATION: $( N �u7 (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, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 304 - 3100 - 268 - 594 -31 -650 DOCUMENT / CONTRACT REVIEW n/P OJECT MANAGER W. MANAGER V9/EPUTY DIRECTOR IRECTOR ❑ $dSK MANAGEMENT (IF APPLICABLE) LAW DEPT INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 0. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: DATE REC'D: SE CI 114" 1. CONTRACT SIGNATURE ROUTING SENT TO VENDOR/CONTRACTOR DATE SENT: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, 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.) ❑ FINANCE DEPARTMENT ❑ LAW DEPT SIGNATORY (MAYOR OR DIRECT ❑ CITY CLERK X ASSIGNED AG # lt SIGNED COPY RETURNED ❑ RETURN ONE ORIGINAL 'OMMENT : XECUTE ° ORIGINALS INITIAL / DATE SIGNED CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG 17 -042 002 July 21, 2017 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Marine Hills Stormwater Conveyance System Repair Phase II Insituform Technologies, LLC. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: Item #2 in Section 7- 06.3(8)A of the Special Provisions is replaced with the following: 2. The sample shall be large enough to allow for a minimum of five specimens for flexural testing per ASTM D790. Samples shall be taken per the following guideline: a. Take one (1) sample and test per continuous delivered wet liner if the wet liner is for one shot only. Otherwise, b. Take three (3) samples and tests per continuous delivered wet liner if the wet liner is 1000 ft or longer. Take samples at the beginning, middle and end of the continuous liner. or, c. Take two (2) samples and tests per continuous delivered wet liner if the wet liner is less than 1000 ft long. Take samples at the beginning and end of the continuous liner. Tests shall be conducted in accordance with ASTM standards for flexural modulus, flexural strength, and wall thickness. Samples shall be clearly marked, identifying the location, date, diameter, and wall thickness. As a result of this change, the number of tests is reduced from seventy one (71) to thirty one (31), a reduction of forty (40) tests. Testing cost is $100.00 per each sample based on the quote obtained from the testing lab. The contractor agrees to refund the city a lump sum credit in the amount of $4,000.00 for this change order. The time provided for completion in the Contract is ® 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? If "Yes" Will the Policies Be Extended? ❑ Yes ®No ❑ Yes ❑ No THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM ITEM QTY. UNIT PRICE ADD OR NO. DELETE Credit for Reduced No. of CO #2 Test (CO #2) 1 ($4,000)/Lumpsum ($4,000.00) TOTAL NET CONTRACT: INCREASE $ DECREASE $4,000.00 CHANGE ORDER AGREEMENT 1 4/17 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. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT diil" A 4. /41. 4 J.IGNATURE Schulte g Officer RACTOR' Whittn trading IdEd/7- DATE Bfrifil Marw.. Salloum, P.E. DATE Director, Public Works Department $1,132,441.50 ($2,316.00) ($4,000.00) $1,126,125.50 CHANGE ORDER AGREEMENT 2 4/17 RETURN TO: PW ADMIN EXT: 2700 ID #: 3104 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM i. ORIGINATING DEPT/DIV: PUBLIC WORKS / SWM ORIGINATING STAFF PERSON: FEI TANG TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, ❑ PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ REAL ESTATE DOCUMENT ❑ ORDINANCE L CONTRACT AMENDMENT (AG #): (7 - G 42- ❑ OTHER EXT: 2751 3. DATE REQ. BY: 6/8/2017 RFP, RFQ) ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ MAINTENANCE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ RESOLUTION ❑ INTERLOCAL PROJECT NAME: MARINE HILLS STORMWATER CONVEYANCE SYSTEM REPAIR PHASE II NAME OF CONTRACTOR: INSITUFORM ADDRESS: l 7 9 tCrl,, 4 1 , , . E � , ,� ,% /ale/ , 1 94 a o <' E -MAIL: SIGNATURE NAME: , if � IJ /,' TELEPHONE: 63a 6 —$ 3 V 96<.4. FAx : ,636- 3,g —ef o i� TITLE: /s;. .cam} 1%lAd -44 !!a i. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑o PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # /G° /U//? 7 BL, EXP. 12/31/ 1 7 UBI #6v /- tf ,fU-r27U' , Exp. (D/3(/ / 7 TERM: COMMENCEMENT DATE: 3 / / 4 / z V / 7 COMPLETION DATE: / a i) /////144r 1. TOTAL COMPENSATION: $(/ , / 3 1, U / f / , S O - 2 , 31l '. C O ) s r ( / (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, $ RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED PURCHASING: PLEASE CHARGE TO: 4 o 4- 3 / L'?/ - ig- s- Fd -3 /62 PAID BY: ❑ CONTRACTOR ❑ CITY DOCUMENT / CONTRACT REVIEW ROJECT MANAGER DIVISION MANAGER vPUTY DIRECTOR 'RECTOR . Q LAW DEPT INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 0. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING /, t Q I SENT TO VENDOR/CONTRACTOR DATE SENT: 2� ` f Cam` C-• DATE REC'D: �Y 2.e� r3 17 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, 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.) FIN r.. It* ME T ❑ LAW- PT y5 SIGNATORY (MAYOR ❑ CITY CLERK At, ASSIGNED AG # SIGNED COPY RETURNED ❑ RETURN ONE ORIGINAL 2OMMENTS: ;XECUTE "1 " ORIGINALS INITIAL / DATE SIGNED _ i! irrejik i I B AG 17 -042 PROJECT NUMBER CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 001 June 2, 2017 CHANGE ORDER NUMBER EFFECTIVE DATE Marine Hills Stormwater Conveyance System Repair Phase II Insituform Technologies, LLC. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: The time provided for completion in the Contract is ® 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? If "Yes" Will the Policies Be Extended? II] Yes ®No ❑ Yes ❑ No THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE Credit for City Staff Working 13 on Saturdays 40 ($57.90/Hour) ($2,316.00) TOTAL NET CONTRACT: INCREASE $ DECREASE $2,316.00 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. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT E DA E 0`21 t 11 DATE an Salloum, P.E. Director, Public Works Department $1,132,441.50 $0.00 ($2,316.00) $1,130,125.50 CHANGE ORDER AGREEMENT 1 4/17 RETURN TO: V Y �d Y't fl EXT: 12,7dD 1- 13],1,I�Gl Sa 30q5 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT /DIV: PUBLIC WORKS /SWM 2. ORIGINATING STAFF PERSON: FEI TANG EXT: 2751 4. TYyE OF DOCUMENT (CHECK ONE): !CONTRACTOR SELECTION DOCUMENT (E.G., °PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ REAL ESTATE DOCUMENT ❑ ORDINANCE ❑ CONTRACT AMENDMENT (AG #): ❑ OTHER RFP, RFQ) 3. DATE REQ. BY: 11/8/2016 ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ MAINTENANCE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ RESOLUTION ❑ INTERLOCAL 5. PROJECT NAME: MARINE HILLS STORMWATER CONVEYANCE SYSTEM REPAIR PHASE II 6. NAME OF CONTRACTOR: / /z, /14z- ADDRESS: / 7 'Set 6./4 -.07f1 r ✓e P/Y E -MAIL: G,)Sc ,G C A- e/Gvii SIGNATURE NAME: [)4 t/' / /�/r 5 i 'c '1 .a0 LZc L TELEPHONE: 6 3t - S J -806 sz FAX: 636 S3 0 - ('2 / TITLE: ?t eze,w 7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHI ITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # 1(D - /070 BL, EXP. 12/31/ 17 UBI #_6060/ ?1 -22C, EXP. ] COMPLETION DATE: (W WDI1LIJ1 dal ' S 8. TERM: COMMENCEMENT DATE: 9. TOTAL COMPENSATION: $ / 133 1,44 / ' 3---O (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: o YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ ❑ PURCHASING: PLEASE CHARGE TO: 5 o ' ° 2 7 3 3/ / — 6 ri; 34Irof- z.6f-vv INITIAL / DATE REVIEWED 10. DOCUMENT / CONTRACT REVIEW 'PROJECT MANAGER B'DIVISION MANAGER 9/6EPUTY DIRECTOR 1[0/DIRECTOR a,ISK MANAGEMENT (IF APPLICABLE) 1110 AW DEPT 11. COUNCIL APPROVAL (IF APPLICABLE) 12. CONT CT SIGNATURE ROUTING SENT TO VENDOR/CONTRACTOR DATE SENT: TTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS PAID BY: ❑ CONTRACTOR ❑ CITY FT /t1-2 Zai6 COMMITTEE APPROVAL DATE: Avv 7-4441-7 alx /17 XLAW DEPT SIGNATORY (MAYOR ( -14144 e6TQ ) CITY CLERK SSIGNED AG # SIGNED COPY RETURNED TURN 9IORIGINAL COMMENTS: EXECUTE " " RIGINALS to IAL/ ATE SIGNED 41/( / DATE SENT: INITIAL / DATE APPROVED a-/(6d 7 '�' dish COUNCIL APPROVAL DATE: 1"` O: 1 I f ish Potent : 242.1 1 7 g v // .0ti►�9ies DATE REC'D: 1/15 1 1 � FeF deral Way ORIGINAL CONTRACT # 1 OF 3 CITY CLERK BID AND CONTRACT DOCUMENTS AND ' SPECIFICATIONS 1 FOR 1 Marine Hills Stormwater Conveyance System Repair ' Phase II RFB # 16 -011 1 City of Federal Way Public Works Department 33325 Eighth Avenue South Federal Way, WA 98003 Mai ling Address: City of Federal Way Public Works Department Federal Way, WA 98003 -6325 BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR Marine Hills Stormwater Conveyance System Repair Phase II RFB # 16 -011 Bids Accepted Until 3:00 p.m., January 17, 2017 Bids Opened 3:10 p.m., January 17,. 2017 AT: City of Federal Way Hylebos Room 33325 Eighth Avenue South Federal Way, WA 98003 Prepared By: Public Works Department CITY OF FEDERAL WAY, WASHINGTON City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 1 2016 RFB ver. 4 -16 TABLE OF CONTENTS PAGE PUBLIC NOTICE — REQUEST FOR BIDS 3 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 BID FORM (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 PUBLIC WORKS CONTRACT (Attachment I) 31 (with Exhibits A -H and Appendices as attached) Exhibit A Exhibit B Exhibit C Exhibit D Exhibit E Exhibit F Exhibit G Exhibit H Notice of Completion Contract Change Order Agreement Contractor's Retainage Agreement Retainage Bond to the City of Federal Way Notice to Labor Unions of Other Employment Organizations Nondiscrimination in Employment Certificate(s) of Insurance Performance /Payment Bond Title VI Assurances AMENDMENTS TO THE STANDARD SPECIFICATIONS PINK PAGES SPECIAL PROVISIONS BLUE PAGES STANDARD PLANS, DETAILS AND PROJECT SIGN DETAILS (WHITE) APPENDIX A PREVAILING WAGES AND BENEFIT CODE KEY (YELLOW) APPENDIX B PERMIT AND AGENCY APPROVALS (WHITE) APPENDIX C City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 2 2016 RFB ver. 4 -16 CITY OF FEDERAL WAY REQUEST FOR BIDS Marine Hills Stormwater Conveyance System Repair Phase II RFB # 16 -011 SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through January 17, 2017, at 3:00 p.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 3:00 p.m. on said date will not be considered. BID OPENING: All bids will be opened and read publicly aloud at 3:10 p.m. on January 17, 2017, at Hylebos 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. DESCRIPTION OF WORK: This project shall consist of: Repairing and rehabilitating storm sewer pipes and structures in Marine Hills area. The work includes repairing existing deteriorated storm sewer pipes and structures using cured -in -place pipe ("CIPP') method and potentially open trench repair method when necessary, and restoring disturbed existing improvements. The Contractor shall complete all work within 100 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 now on file in the Purchasing Office of the City of Federal Way. Bid documents may be obtained from the Purchasing Department at (253) 835 -2527. 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 facsimile at (253) 835 -2709, or by letter addressed to Fei Tang, P.E., SWM Project Engineer. The questions must be received by the City on or before January 11, 2017 to allow a written reply to reach all prospective Bidders before the submission of their bids. BID DOCUMENTS: 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 City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 3 2016 RFB ver. 4 -16 plan for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258- 1303 should you require assistance with access or registration. 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. Video inspection records are available for most of the existing pipes. Additional information regarding the available video records can be found in Special Provisions Section 7 -06.1. Bidders may request copies of these records in person or by mailing a refundable One Hundred and No /100 Dollars ($100.00) check or cashier's check payable to the City of Federal Way, 33325 8th Avenue South, Federal Way, WA 98003 -6325, phone (253) 835 -2527. The video records are saved on an external hard drive. The deposit will be refunded to the bidder upon return of the external hard drive. If requesting by mail, please indicate your request for video records for RFB #16 -011, Marine Hills Stormwater Conveyance System Repair Phase II project. The total size of these video files is very large (approximately 140 GB). Bidders are strongly encouraged to obtain these records as early as possible and review the records carefully before bidding the project. 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 100 working days. RESERVATION OF RIGHTS: 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 23rd day of November, 2016. Dates of Publication: Daily Journal of Commerce: December 3, 2016 December 17, 2016 December 31, 2016 City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 4 2016 RFB ver. 4 -16 Federal Way Mirror: December 2, 2016 December 16, 2016 December 30, 2016 City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 5 2016 RFB ver. 4 -16 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. ❑ Bid Form (Attachment B) The Bid Form shall be completed and fully executed, including filling in the total bid amount. ❑ Bid Schedule (Attachment C) The unit prices shall be set forth in the space provided. ❑ Bid Signature Page (Attachment D) The Bid Signature Page shall be filled in and fully executed by the bidder. ❑ Bid Bond Form (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. ❑ Subcontractor List (Attachment F) The Subcontractor List shall be filled in by the bidder. (This section may /may not apply) ❑ Combined Affidavit and Certification Form (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. ❑ Contractor's Certificate of Registration The bidder shall provide a copy of Contractor's current registration with the State of Washington. ❑ Contractor's State Identification Numbers 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 # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 6 2016 RFB ver. 4 -16 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: ❑ Public Works Contract (Attachment I) The successful bidder will fully execute and deliver to the City the Marine Hills Stormwater Conveyance System Repair Phase II Public Works Contract ("Contract') from these Bid Documents. n Contractor's Retainaae Agreement or Retainaae Bond (Exhibit C or D) The successful bidder will fully execute and deliver to the City the Contractor's Retainage Agreement or Retainage Bond. ❑ Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment (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. n Certificate of Insurance (Exhibit F) The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. ❑ Performance /Payment Bond (Exhibit G) The successful bidder will provide a fully executed Performance /Payment Bond as appropriate. ❑ Business License The successful bidder will provide a copy of a current Business License with the City of Federal Way. City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 7 2016 RFB ver. 4 -16 SECTION 1: INSTRUCTIONS TO BIDDERS 1 -1 Time and Place for Submission and Opening of Bids Sealed bids must be submitted by 3:00 p.m. local time on January 17, 2017, 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 City Hall Hylebos Room on January 17, 2017, at 3:10 p.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 # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 8 2016 RFB ver. 4 -16 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. Requests for an interpretation shall be made by facsimile, or by mail, and delivered to the Purchasing Coordinator of the City at the address indicated in Section 1 -1, at least ten (10) days before the date announced for opening the 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 # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 9 2016 RFB ver. 4 -16 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 City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 10 2016 RFB ver. 4 -16 bidder to determine whether the bid is in compliance with the bid terms and documents and responsive to the requested work. 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 subm ittal; 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). 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. d. The bidder shall have a minimum of three (3) years of continuous experience installing CIPP liners in pipe of a similar size, length, and configuration as contained in this contract. 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 # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 11 2016 RFB ver. 4 -16 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. 4. If the City determines the bidder does not meet the bidder responsibility criteria in paragraphs (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: A. Attachment A— No Bid Response Form, if applicable. City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 12 2016 RFB ver. 4 -16 B. Attachment 5— Bid Form. C. Attachment C— Bid Schedule. D. Attachment D— Bid Signature Page. E. Attachment E— Bid Bond Form. F. Attachment F— Subcontractor List. (May Not Apply) G. Attachment G— Combined Affidavit and Certification Form. H. Attachment H— Contractor's Compliance Statement. 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 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 City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 13 2016 RFB ver. 4 -16 (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 have known of the facts and circumstances upon which the protest is based; provided, City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 14 2016 RFB ver. 4 -16 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 Federal Way, Washington 98003 -6325 Attention: Bid Protest -- Marine Hills Stormwater Conveyance System Repair Phase II RFB # 16 -011 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. City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 15 2016 RFB ver. 4 -16 2 -2 Proof of Compliance with Contract 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 Bids, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and Conditions, Bid Form, Bid Schedule, Bid Signature Page, Bid Bond, Subcontractor List, Combined Affidavit and Certification Form, Contractor's Compliance Statement, Marine Hills Stormwater Conveyance System Repair Phase II Contract including all exhibits, Addenda and Change Orders, the Marine Hills Stormwater Conveyance System Repair Phase II Special Provisions, contract plans, applicable Amendments to the WSDOT Standard Specifications, Standard Plans and Details, Prevailing Wage Rates and Benefit Code Key, Permit and Agency Approvals, 2016 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 City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 16 2016 RFB ver. 4 -16 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 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 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 of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 17 2016 RFB ver. 4 -16 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. 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 I, 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. City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 18 2016 RFB ver. 4 -16 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 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. City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 19 2016 RFB ver. 4 -16 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. 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 # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 20 2016 RFB ver. 4 -16 1 IAttachmentA INO BID RESPONSE FORM When submitting a "No Bid," mail this completed form to Federal Way Purchasing, 33325 8th Avenue South, Federal Way, Washington 98003 -6325. Be sure the form is in a sealed envelope with I 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 form if not submitting a formal bid, may result in your firm being removed from the City's master 1 bidder's mailing list. Bid Number: RFB No. 16 -011 1 Bid Title: o Cannot comply with specifications. 1 ❑ Cannot meet delivery requirement. ❑ Do not regularly manufacture or sell the type of commodity involved. ❑ Other (please specify). 1 Explanation of reason(s) checked: 1 Check one of the following: 1 ❑ WE DO I ❑ WE DO NOT desire to be retained on the mailing list for future procurements of this commodity. Firm Name: IAddress: Phone: 1 Signature Date 1 Name (Type or Print) Title City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance I System Repair Phase II Page 21 2016 RFB ver. 4 -16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Attachment B BID FORM CITY OF FEDERAL WAY Marine Hills Stormwater Conveyance System Repair Phase II Note: At the City's discretion, City may award the contract based on the lowest responsive bid for "Schedule A — Base Bid," or the lowest responsive bid for "Schedule A — Base Bid" plus "Schedule B — Alternate Add." BID FORM Bidder: Insituform Technologies, LLC Date: January 17, 2017 ITEM BID AMOUN A) Schedule A — Base Bid $1gr B) Schedule B — Alternate Add $ L 57) . i TOTAL BID AMOUNT (including Washington State sales tax, all other government taxes, assessments and charges) $ i 1 7� L'- -i TV To City Council Members City of Federal Way 33325 8th Ave South Federal Way, Washington 98003 -6325 fray (.so Pursuant to and in compliance with your advertisement for bids for construction of Marine Hills Stormwater Conveyance System Repair Phase II project, 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 Marine Hills Stormwater Conveyance System Repair Phase II project, 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 fails to execute the Marine Hills Stormwater Conveyance System Repair Phase II 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 Five Percent of Total Bid Dollars ($ 5% of total bid ) City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 22 2016 RFB ver. 4 -16 I/ rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scal The Contractor anticipates beginning on -site work within QD calendar days after the Notice to Proceed date. The Contractor shall complete all work within 100 working days. 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 following Addendums is hereby acknowledged: Addendum No. 1 Addendum No. Addendum No. Date Issued: December 14, 2016 Date Issued: Date Issued: Limited Liability Company Insitufomi Technologies, LLC Corporation /PartY1°shipfInd ^^dual Firm Name (Delete Two) INSITTL883CW Bidder's State License No. 601 880 220 Bidder's State Tax No. Signature L ura M. Andreski Contracting and Attesting Officer Title City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase I1 Page 23 2016 RFB ver. 4-16 ,rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Alt 7: f { 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Attachment C BID SCHEDULE City of Federal Way Marine Hills Stormwater Conveyance System Repair Phase II RFB 16 -011 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 BID ITEM NO. SECTION # ITEM DESCRIPTION WITH UNIT PRICE IN WORDS UNIT PLAN QTY. UNIT PROICE DOLLARS & CENTS 1 SP 1 -093 Mobilization LS 1 2 SP 1 -10.5 Project Temporary Traffic Control LS 1 1��0^ dt�( 3 SP 7 -06.5 Pre-installation Video Inspection LF 16292 )C I 4 SP 7 06.5 Cleaning of Host Pipe, Incl. Waste Material Removal , Haul & Disposal LF 16292 # 2� J�/ v `∎'�% 5 SP 7-06.5 Tap Intrusion Removal* EA 4 •k1-11L 1 C3v 6 SP 7 -06.5 Preliner* LF 1410 111,3 1_5-- 7 SP 7 -06.5 CIPP Storm Pipe 12 In. Diam. LF 13234 (� 2 , CO 8 SP 7 -06.5 CIPP Storm Pipe 15 In. Diam. LF 1474 r'%4�• c 9 SP 7 -06.5 CIPP Storm Pipe 18 In. Diam. LF 1584 v C 0 , 10 SP 7 -06.5 Tap Connection Reinstatement* EA 8 '' -bk C 6 a 11 SP 1 -09.6 Open Cut Repair FA 1 130,000 12 SS 1-04.4(1) Minor Change CALC. 1 130,000 All unit prices shall include applicable sales tax (SP 1 -07.2) SCHEDULE B - ALTERNATE ADD Sales Tax SUBTOTAL SCHEDULE A TOTAL AMOUNT DOLLARS & CENTS jp I 515C.X), o jocr'.0) 3:13-1-, Eck SS3; _O0 &a) cctLL Go I2S (.Y.9. co lack), 60 130,000 130,000 DO NOT ADD SALES TAX HERE) ITEM NO. SECTION # ITEM DESCRIPTION WITH UNIT PRICE IN WORDS UNIT PLAN QTY. UNIT PROICE DOLLARS & CENTS TOTAL AMOUNT DOLLARS & CENTS 1 SP 7 -05.5 atchbasin Rehabilitation LS 1 4 L 5-0 . ,S(:).0( All unit prices shall include applicable sales tax (SP 1 07.2) Sales Tax (DO. SUBTOTAL SCHEDULE B �'r✓ Cf 6 Notes: * Contingent items of work per Special Provisions Section 1 -04.6. City of Federal Way Marine Hills Stormwater Conveyance System Repair Phase 11 RFB ver. 4 -16 Page 24 RFB # 16 -011 2016 IlLovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Attachment D BID SIGNATURE PAGE Date: January 17, 2017 The undersigned bidder hereby proposes and agrees to deliver the equipment and /or services pursuant to the Marine Hills Stormwater Conveyance System Repair Phase II project and comply with all other terms and conditions of the contract and bid documents of RFB 16 -011. 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. Limited Liability Company Corporation /Partnership /Individual (Delete Two) Insituform Technologies, LLC By: Company (Signature) Laura M. Andreski (Printed Name) Its: Contracting and Attesting Officer (Title) 17988 Edison Avenue Chesterfield, Missouri 63005 (Address) (636) 530-8000 (Telephone Number) City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 25 2016 RFB ver. 4 -16 IIrovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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% Amount Bid , which amount is not less than five percent (5 %) of the total bid. BID BOND Insituform Technologies, LLC 17988 Edison Avenue KNOW ALL PERSONS BY T SF�yPRESENTS that we, Chesterfield, MO 63005 , as rave Travelers asua y an ure ompany of America Principal, and cm. To• er Square, Hartford, CT 06183 , as Surety, are held and firmly bound unto the City of Federal Way, as Obligee, in the penal sum of Five Percent of Amount Bid and /100 dollars ($5% of Amount Bid), 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: Marine Hills Stormwater Conveyance System Repair Phase II Project 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 call for bids, then this obligation shall be null and void; otherwise, it shall be, and remain in full force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as penalty and liquidated damages, the amount of hs bond. Ct SIGNED, SEALED AND DATED THIS 17 DAY OF January , 2017. Received return of deposit in the sum of $ N/A City of Federal Way Marine Hills Stonnwater Conveyance System Repair Phase II RFB ver. 4 -16 In 't orm T- hnologi-s, L it kijoi2 : i0t)2' Principal aura ' ' es p Contracting & A$ptin Tr, elersCasual• nd re' o •apt• L// .fie .1 Surety Amanda L. Williams, Attorney -in -Fact Date: January 17 Page 26 , 2017. ca RFB # 16 -011 2016 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal State of Missouri County of St. Louis On 1/17/2017, before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Amanda L. Williams known to me to be Attorney -in- Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. Debra A. Woodard, Notary Public My Commission Expires: DEBRA A. WOODARD Notary Public - Notary Seal STATE OF MISSOURI St. Louis County My Commission Expires: Nov. 2, 2018 Commission # 14419287 14111 TRAVELER i Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 231637 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 0 7 0 7 8 3 9 5 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Andrew P. Thome, Dana A. Johnessee, Peter J. Mohs, Debra A. Woodard, Barbara Buchhold, Michael D. Wiedemeier, Amanda L. Williams, Georgina Fink, and Andrea McCarthy of the City of Chesterfield State of Missouri , their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 21st day of December , 2016 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company State of Connecticut City of Hartford ss. By: Robert L. Raney, Senior Vice President On this the 21st day of December 2016 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021. 58440 -5 -16 Printed in U.S.A. Marie C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER • This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above-and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 17 day of JM • MSS mi - aim :SEAL jo"J fs .1 Lv January's +, w r yY� Kevin E. Hughes, Assistant Sec -tary To verify the authenticity of this Power of Attorney, call 1 -800- 421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Attachment F SUBCONTRACTOR LIST Prepared in Compliance with RCW 39.30.060 Marine Hills Stormwater Conveyance System Repair Phase II Project 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 18.106 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 NAME ITEM NUMBERS ESTIMATED AMOUNT WMBE QUALIFIED? (Y /N) OiCr+1� Hi /kW /y Q \ �l 31 oa"7 � . c c City of Federal Way Marine Hills Stormwater Conveyance System Repair Phase II Page 27 2016 RFB ver. 4 -16 RFB # 16 -011 II rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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 AFFIDAVIT 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 # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 28 2016 RFB ver. 4 -16 Irovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scal 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, firm, 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 51.16.070(1)(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 51.48.103; 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. Marine Hills Stormwater Conveyance System Repair Phase II Project Name of Bidder's Firm Insituform Technologies, LLC Sig ature of Authorized Representative of Bidder Laura M. Andreski, Contracting and Attesting Officer Subscribed and sworn to before me this 17th day of January URSULA J. YOUNGBLOOD Notary Public • Notary Seal STATE OF MISSOURI St. Charles County Expires: Oct. 4, 2019 • • • :ion # 11418291 City of Federal Way Marine Hills Stormwater Conveyance System Repair Phase 11 RFB ver. 4 -16 'Provided to Builders Exchange of WA, Inc. For , 2017. UILL 01.112517f/EIC/ Ursula Youngbl' (printed /typed name of notary) Missouri Notary Public in and for the-,State f Washington- My commission expires: oC i,t.i) aol RFB # 16 -011 Page 29 2016 usage Conditions Agreement see www.bxwa.com - Always Verify Scal Attachment H CONTRACTOR'S COMPLIANCE STATEMENT (President's Executive Order #11246) Date: January 17, 2017 This statement relates to a proposal contract with the City of Federal Way named Marine Hills Stormwater Conveyance System Repair Phase II Project I am the undersigned bidder or prospective contractor. I represent that: I V have, ❑ have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. By: Insituform Technologies, LLC Name of Bidder Sig ature Laura M. Andreski Its: Contracting and Attesting Officer Title 17988 Edison Avenue Chesterfield, Missouri 63005 Address City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase 1I Page 30 2016 RFB ver. 4 -16 It rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Attachment I PUBLIC WORKS CONTRACT FOR MARINE HILLS STORMWATER CONVEYANCE SYSTEM REPAIR PHASE II PROJECT HIS PUBLIC WORKS CONTRACT ( "Contract ") is dated effective this day of 2011 and is made by and between the City of Federal Way, a Washington municipal corporation ( "City or Owner "), and Insituform Technologies, LLC, a Deleware 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 Marine Hills Stormwater Conveyance System Repair Phase II project, located in the Marine Hills area, 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. SERVICES BY CONTRACTOR 1.1 Description 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 Marine Hills Stormwater Conveyance System Repair Phase II project, including without limitation: Repairing and rehabilitating existing deteriorated storm sewer pipes and structures using cured -in- place pipe (CIPP) method and potentially open trench repair method when necessary, and restoring disturbed existing improvements ( "Work), in accordance with and as described in the Contract Documents, which include without limitation, The City's Request for Bid, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and Conditions, Bid Form, Bid Schedule, Bid Signature Page, Bid Bond, Subcontractor List, Combined Affidavit and Certification Form, Contractor's Compliance Statement, Marine Hills Stormwater Conveyance System Repair Phase II Contract, 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, Addenda and Change Orders, the Marine Hills Stormwater Conveyance System Repair Phase II Special Provisions, contract plans, applicable Amendments to the WSDOT Standard Specifications, Standard Plans and Details, Prevailing Wage Rates and Benefit Code Key, Permit and Agency Approvals, 2016 WSDOT / APWA Standard Specifications for Road, Bridge and Municipal Construction ( "Standard Specifications "), and all other Appendices attached 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. City of Federal Way RFB # 16 -01 1 Marine Hills Stormwater Conveyance System Repair Phase 11 Page 31 2016 RFB ver. 4 -16 1.2 Completion Date. The Work shall be commenced on the first working day following the fortieth (40th) calendar day after the Notice to Proceed Date. If the Contractor starts Work on the project at an earlier date, then Contract time shall begin on the first working day when on -site Work begins. The Work shall be completed within 100 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 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 City of Federal Way RFB # 16 -01 1 Marine Hills Stormwater Conveyance System Repair Phase 11 Page 32 2016 RFB ver. 4 -16 1 Work. Oral change orders shall not be binding upon the City unless confirmed in writing by the City. I 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. 1 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 Inotice 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 I 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 City, b the Ci ' 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 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 1 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. ' 2. TERM ' This Contract shall commence on the effective date of this Contract and continue until the completion of the Work, which shall be within 100 working days to complete, and the expiration of all warranties contained in the Contract Documents ("Term'). 1 3. WARRANTY 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 1 City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase I1 Page 33 2016 ' RFB ver. 4 -16 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 and Contract Plans 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. 4. COMPENSATION 4.1 Total Compensation. In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed One Million One Hundred Thirty-Two Thousand Four Hundred Forty-One and 50/100 Dollars ($1,132,441.50), 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') 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 City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase 11 Page 34 2016 RFB ver. 4 -16 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. 5. EQUAL OPPORTUNITY EMPLOYER 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. INDEPENDENT CONTRACTOR /CONFLICT OF INTEREST 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. CITY'S RIGHT TO TERMINATE CONTRACT 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. City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 35 2016 RFB ver. 4 -16 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. (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. City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase 11 Page 36 2016 RFB ver. 4 -16 (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. 8. INDEMNIFICATION 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 Tess 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. City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase [1 Page 37 2016 RFB ver. 4 -16 (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 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. (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. PERFORMANCE /PAYMENT BOND 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. City of Federal Way RFB # 16 -01 1 Marine Hills Stormwater Conveyance System Repair Phase 1I Page 38 2016 RFB ver. 4 -16 11. SAFETY 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 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. PREVAILING WAGES 12.1 Wages of Employees. 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 Wage. 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. City of Federal Way RFB # 16-011 Marine Hills Stormwater Conveyance System Repair Phase II Page 39 2016 RFB ver. 4 -16 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 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. FAILURE TO PAY SUBCONTRACTORS 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. OWNERSHIP OF DOCUMENTS 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. CONFIDENTIALITY 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. City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase 11 Page 40 2016 RFB ver. 4 -16 16. BOOKS AND RECORDS 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. CLEAN UP 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 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. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY: 18.1 Contractor 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. City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase 11 Page 41 2016 RFB ver. 4 -16 19. GENERAL PROVISIONS 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 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 blinding 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 Authority. 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. Any notices may be delivered personally to the addressee of the notice 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 Captions. 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. City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase 11 Page 42 2016 RFB ver. 4 -16 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. ATTEST: nie Courtney, CM ity Clerk APPROVED AS TO FORM: CITY OF FE By: Mark Orthmann, Acting City Attorney fo, RAL WAY ! Ferrell, Mayor 33325 8th Avenue South Federal Way, WA 98003 -6325 City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase I1 Page 43 2016 RFB ver. 4 -16 STATE OF MISSOURI ) ) ss. COUNTY OF 451 • LULUS INSITUFORM TECHNOLOGIES, LLC By: ,./A... Whittney Schu 1 -, Contract Specialist 17988 Edison ° ve Chesterfield, MO 63005 (636) 530 -8064 On this day personally appeared before me Whittney Schulte, to me known to be the Contract Specialist of Insituform Technologies, LLC., that executed the foregoing instrument, 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 she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this 2 4 day of i6br(o.rfii • LAURA M. ANDRESKI Notary Public - Notary Seal STATE OF MISSOURI St. Charles County My Commission Expires: Jan. 5, 2020 Commission # 11389653 City of Federal Way Marine Hills Stormwater Conveyance System Repair Phase II RFB ver. 4 -16 , 2011. 2 L NVtAe101,re- -r-t. (typed /printed name of notary) Notary Public in and for the State of Missouri. My commission expires ") I l oS /242-0 RFB # 16-011 Page 44 2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Date: EXHIBIT A ❑ dal ❑ Revised 1I NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT Contractor's IIBI 'umber: Name & ALiiiing Address of Put AgelarY LBI Number: Notice a ho -ebr given releowe to A2isigned to: Date Assigned: rtment Lase Only Project Name Contract Number ( Job Order Contracting ❑ 1 El No escrq+ es Federally funded transportation project? ❑ Yes ❑ No (dyes, provide Contract Bond Statement below) Loatractor's Name E-mail 2Lddress Al Maul 1i7' Contractor Address 1Teepione o If Retacnage u withheld, thheld, please select one of the following andUst Surety's Name & ad Pimber- ❑ Retamage Bond ❑ Caatract'Pa}mmit bond ¢solid fee bodoraLtr fended transixmatiae Irojects) Name Bond Ntmber- r oaten war. � . ' ommeac ' or " F':'" t. tr ' ar cep Were Subcontracters used on this project? If so, please complete Addendum A Ores ❑ No Affidavit ID' - No W release will be panted tmtil all affidavits are listed Additiata ( +) Reductions ( -) Sub -Total Sales Tax Rate (If a4edoasr ea apply, Amp wad a baaaledovsj Satin Tax Amount TOTAL. $ 5 Liquidated Damages 5 Amount Diab,rrsed s Amount Retained S NOTE: These two totals otmst be ramai TOTAL S Cammeo6' Note: The Disbursing Officer must submit this completed nonce immediately after acceptance of the wit dace antler mi cmtract. NO PAYMENT SHALL BE MADE FROM RETAINED 11:NDS moil receipt of all release ceri&cIIes. S MattOtag Form Please must the ca piney form by email to aB three agencies below. Contact Name: Email Address: relro aooa.bram ar .r.nw Rabb: o to limbo. (360 794-56SO REV 31 0020e (101r34'15) F215-03S-000 I0-2014 City of Federal Way Marine Hills Stormwater Conveyance System Repair Phase II RFB ver. 4 -16 ▪ 04..4 npton SWM uaYMw-kai Labor & Industries m tans)sassu3,i S ism oo�tivatta.atioov Page 45 Title: Phone Number. itilflardc &Conan irloe Unit (360)sca -scsa yuACW7Xleeaa.aeoy RFB # 16 -011 2016 Addendum A: Please List all Subcontractors and Sub -tiers Below Thix atitiatdum can hs submitt ei in other itTnnaLi itwide known affidavits at this tuna Nin L &4 retetiv will he untitled anti till affidavits are Ni ste Subcontractor's Nanx.: lUnl Nuns &.r. (Rcquitcd) Afiida' It ID* For tax assistance or to request this document in an slterna i? format, please c.a[I 1 -SOO- 6i1- 7706. Teletype (TTY) users may use the Washington Relay Serr ice by calling 7 t 1. R1 1V 31 20e Addendum i 4O(28il5) F215-0311, C 2O 10 -2019 City of Federal Way Marine Hills Stormwater Conveyance System Repair Phase II RFB ver. 4 -16 Page 46 RFB # 16 -011 2016 EXHIBIT B CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT PROJECT CHANGE ORDER NUMBER NUMBER EFFECTIVE DATE PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: The time provided for completion in the Contract is ❑ 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? If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No ❑ Yes n No PRICE CHANGE LUMP SUM: INCREASE $ DECREASE $ UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM TOTAL NET CONTRACT: QUANTITY UNIT PRICE ADD OR DELETE 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. CONTRACTOR'S DEPT. DIRECTOR /MANAGER DATE SIGNATURE SIGNATURE City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 47 2016 RFB ver. 4 -16 DEPARTMENT RECAP TO DATE: *Adjustments: ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS $ THIS CHANGE ORDER $ *ADJUSTMENTS $ NEW CONTRACT AMOUNT $ ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY PAY THIS ADJUSTED AMOUNT City of Federal Way Marine Hills Stormwater Conveyance System Repair Phase II RFB ver. 4 -16 Page 48 ❑ INCREASED $ ❑ DECREASED $ $ DEPARTMENT DIRECTOR'S SIGNATURE RFB # 16 -011 2016 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 -6325 253- 835 -7000 EXHIBIT C CONTRACTOR'S RETAINAGE AGREEMENT Bid /Contract Number RFR 16-011 IDENTIFICATION AND DESCRIPTION Project Title Marine Hills Stormwater Conveyance System Repair Phase II Contractor Insituform Technologies, LLC Representative Whittney Schulte Bid No. RFB 16 -011 Date 3/7/2017 Administering Department Public Works City Representative Fei Tang, P.E. Funding Source City of Federal Way and King County Project Authority City of Federal Way RETAINAGE FORMULA In accordance with applicable State Statutes, the following provisions will be made for the disposition of the retainage held for investment: 1. All investments selected below are subject to City approval. 2. Retainage under this agreement will be held in escrow by the (referred to herein as the Bank), the terms of which are specified by separate escrow agreement. The cost of the investment program and the risk thereof is to be borne entirely by the contractor. 3. The final disposition of the contract retainage will be made in accordance with applicable statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.010 I hereby notify the City of Federal Way of my instructions ! to invest X not to invest the retainage withheld under the terms of this contract. If the investment option is selected, please provide the following information: Name of Bank, Mutual Fund, or Savings & Loan Association: Address: Account #: Contact Person: Contractor: Date: By: Title: Address: Phone: Fed ID #: Est. Completion Date: CITY APPROVAL Approval of Investment Program and Retainage Agreement CERTIFICATION FOR RELEASE OF CONTRACT RETAINAGE Finance Director Date Contract No. Project Title: I hereby certify, as Contract Administrator for this Contract representing the City of Federal Way, that all work required by the above cited contract was completed on and final acceptance by the City was granted on I also certify that no liens have been received within 30 days from the above date from any person, persons, mechanics, subcontractors or materialman who has performed any work or provided any material of subject contract. Contract Administrator Director of Administering Department Also, please find attached certifications by the applicable state agencies of the receipt of: 1) Washington State Business Taxes (Washington State Dept. of Revenue); 2) Industrial Insurance Premiums (State Dept. of Labor & Industries); and 3) Employment Security, Unemployment Insurance Premiums (State of Washington Employment Security Dept.) City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 49 2016 RFB ver. 4 -16 EXHIBIT D RETAINAGE BOND TO CITY OF FEDERAL WAY MARINE HILLS STORMWATER CONVEYANCE SYSTEM REPAIR PHASE II PROJECT NIA KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Insituform Technologies, LLC., as principal ( "Principal "), and , a Corporation organized and existing under the laws of the State of , 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: Fifty -Six Thousand Six Hundred Twenty-Two and 08/100 ($56,622.08) 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 Marine Hills Stormwater Conveyance System Repair Phase II 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 (5 %), 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 $ 1,132,441.50; 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 # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 50 2016 RFB ver. 4 -16 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 in accordance with the mediation procedures of United States Arbitration and Mediation ( "USA &M "). The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by the Seattle USA &M office, 4300 Two Union Square, 601 Union Street, Seattle, Washington 98101 -2327. The Surety shall not interplead prior to completion of the mediation. The parties have executed this instrument under their separate seals this day of , 2017, 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: CORPORATE SEAL: INSITUFORM TECHNOLOGIES, LLC. By: Whittney Schulte, Contract Specialist 17988 Edison Ave Chesterfield, MO 63005 (636) 530-8064 SURETY By: Attorney -in -Fact (Attach Power of Attorney) Title: Address: City of Federal Way RFB # 16 -01 1 Marine Hills Stormwater Conveyance System Repair Phase 11 Page 51 2016 RFB ver. 4 -16 CERTIFICATES AS TO CORPORATE SEAL LLG I hereby certify that I am the (Assistant) Secretary of the - Cerperatien named as Principal in the within bond; that Whittney Schulte, who signed the said bond on behalf of the Principal, was Contract Specialist of 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. Secretary of Assistant Secretary I hereby certify that I am the -(Assistant) Secretary of the- €orporatfan named as Surety in the within bond; that , who signed the said bond on behalf of the Surety, was 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. Secretary of Assistant Secretary APPROVED AS TO FORM: Mark Orthmann, Acting City Attorney City of Federal Way RFB # 16-011 Marine Hills Stormwater Conveyance System Repair Phase II Page 52 2016 RFB ver. 4 -16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 EXHIBIT E NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT * *Insituform Technologies, LLC is not a union shop and shall not be subject to any union requirements or project labor agreements. ** TO: ALL EMPLOYEES AND TO: (Name of Union or Organization) The undersigned currently holds contract(s) with City of Federal Way 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: City of Federal Way Marine Hills Stormwater Conveyance System Repair Phase II RFB ver. 4 -16 Fei Tang, SWM Project Engineer City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 Page 53 4 d/i .* L4 /A`" 1 Whittney Schulte ntracting & Attesting Officer Insituform Technologies, LLC (Contractor or subcontractor) March 7. 2017 Date RFB # ] 6 -011 2016 EXHIBIT F CERTIFICATE OF INSURANCE City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 54 2016 RFB ver. 4 -16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ACORb' CERTIFICATE OF LIABILITY INSURANCE `,..-' 7/1/2017 DATE(MMDDIYYYY) 2/24/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies Three City Place Drive, Suite 900 SL Louis O 63141 - 7081 (314) 432 -0500 CONTACT PHONE Exq: FAX No): E -MAIL ADDRESS: INSURER(S) AFFORDIIG COVERAGE NAIC 0 INSURER A : Greenwich Insurance Company 22322 INSURED Insituform Technologies, LLC 1347996 17988 Edison Avenue Chesterfield MO 63005 INSURER B : ACE American Insurance Company 22667 INSURER C : Indemnity Tne,xsnce Co of Nor* Amenca 43575 t . INSURER O : Stan- Indemnity & Liability ComPanY 38318 INSURER E : $ 1,000.000 INSURER F : 1 OCCUR 1 CLAIMS-MADE I x COVERAGES INSTEO2 CERTIFICATE REVISION NUMBER: XXXXX X THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED_ NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE �ppL MnO SUER w POLICY NUMBER POLICY EFF (MM DCDYNVYYI Y EXP (Y LIMITS A A x COMMERCIAL GENERAL LIABLRY y N CGD300084901 BROAD FORM PD /CONTRACTUAL 7/1/2016 7/1/2017 EACH OCCURRENCE s 2,000,000 PREM S oeaaimee) $ 1,000.000 1 OCCUR 1 CLAIMS-MADE I x MED EXP (Any one person) $ 10,000 X X y, „dt (- nntrar.tr,r XCU PERSONAL & ADV INJURY $ 2,000,000 GENERAL AGGREGATE $ 4,000,000 GENT AGGREGATE LIMIT APPLIES PER: PG'I-ICYI X I JET X LOC OTHER PRODUCTS - COIr�/OP AGG $ 4,000,000 s B AUTOMOBILE X LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY _ SCHEDULED AUTOS NON-OWNED AUTOS ONLY y N ISAH09043330 7/1/2016 7/1/2017 (Ea aclp Ego) NGLE LIMIT s 2,000,000 BODILY INJURY (Per Person) $ JQQQQQQL BODILY INJURY (Per accident L $ XXXXXXX PROPERTY DAMAGE (Per accident) $ $ OX D X UMBRELLALIAB EXCESS LIAB X OCCUR CLAIMS -MADE y N 1000095154161 7/1/2016 7/1/2017 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 $ XXXXXXX DED I I RETENTION $ B C C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y/N N/ A N WLRC48607354 CA/MA) WLRC48607342 SOS)) (EXCLUDING M NOPOLISTIC) 7/1/2016 7/1/2016 7/1/2017 7/1/2017 PER O7}� X I STATUTE ER EL EACH ACCIDENT $ 1,000,000 ANY OFFICERRJEMBER oanuD®t N filarldaeore elil9 de gorr CF OPER,TIONSbelow `DEscRrn EL DISEASE - EABFLOYEE $ 1,000.000 E.L DISEASE - POIJYuser 5 1,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space is requhed) RE: INSITUFORM JOB NO. 202253; MARINE HILLS STORMWATER SYSTEM REPAIR PHASE IL CITY OF FEDERAL WAY ARE ADDITIONAL INSUREDS UNDER GENERAL LIABILITY, AUTOMOBILE LIABILITY AND EXCESS/UMBRELLA LIABILITY AS REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION 14531395 CITY OF FEDERAL WAY 33325 8TH AVENUE SOUTH FEDERAL WAY WA 98003 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED N ACCORDANCE WITH TIIE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) ©1988- CORD CO ORA N. All rights reserved The ACORD name and logo are registered marks of ACORD 1 1 1 1 1 1 1 AUTOMATIC ADDITIONAL INSURED ENDORSEMENT Named Insured Aegion Corporation Endorsement Number 14 Policy Symbol ISA Policy Number H09043330 Policy Period 07/01/2016 To 07/01/2017 Effective Date of Endorsement Issued By (Name of Insurance Company) ACE American Insurance Company Insert the pohcy number The re nder of the information to be completed only when this endorsement is issued subsequent to tho preparation or the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM SECTION II - LIABILITY COVERAGE, WHO IS AN INSURED is amended to include as an "insured" any person or organization you are required in a written contract or agreement to name as an Additional Insured on your policy but only for "bodily injury" or "property damage" to which this insurance applies if the "accident" is caused by: ' 1. You, while using a covered "auto" or 2. Any other person, while using a covered "auto" with your permission. 1 1 1 1 1 1 1 1 1 1 1 The insurance provided by this endorsement shall be subject to the following additional condition: 1. The Limit of Insurance provided for the Additional Insured shall not be greater than those required by contract and, in no event, shall the policy Limits of Insurance be increased by the contract. 2, All insuring agreements, exclusions, terms and conditions of the policy shall apply to the coverage (s) provided to the Additional Insured, and such coverage shall not be enlarged or expanded by reason of the contract. 3. Coverage provided by this endorsement shall be excess over any other valid and collectible insurance available to the Additional Insured (s) whether primary, excess, contingent or on any other basis unless the contract specifically requires that this insurance be primary or you request that it apply on a primary basis prior to loss. Authorized Representative DA -6Z04a (06/14) Page 1 of 1 This endorsement, effective 12:01 a.m., July 1, 2016, forms a part of Policy No. CGD300084901 issued to AEGION CORPORATION by Greenwich Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS — SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Name of Person or Organization: Any person or organization that you are required in a written contract or written agreement to include as an additional insured provided the "bodily Injury" or "property damage" occurs subsequent to the execution of the written contract or written agreement, including indemnification agreements. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. XIL 2010 -1001 (Ed. 0413) © 2013, XL America, Inc. Page 1 of 2 All rights reserved. May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc., with its permission 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Workers' Compensation and Employers' Liability Polic Named Insured AEGION CORPORATION 17988 EDISON AVENUE CHESTERFIELD MO 63005 Endorsement Number Policy Number Symbol: WLR Number: C48607342 Policy Period 07 -01 -2016 TO 07 -01 -2017 Effective Date of Endorsement 07 -01 -2016 Issued By (Name of Insurance Company] INDEMNITY INS. CO. OF NORTH AMERICA Insert the policy number The remainder of the information ss to be completed only when this endorsement is issued subsequent to the preparation of the policy. NOTICE TO OTHERS ENDORSEMENT — SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule ") by allowing your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will in tum send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. This endorsement is not applicable in the states of AZ, FL, ID, ME, NC, NJ, NM. TX and WI. Authorized Representative WC 99 03 69 (01/11) Page 1 B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. All other terms and conditions remain unchanged. XIL 2010 -1001 (Ed. 0413) © 2013, XL America, Inc. Page 2 of 2 All rights reserved. May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc., with its permission 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NOTICE TO OTHERS ENDORSEMENT — SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE Named Insured Aegion Corporation Endorsement Number 36 Policy Symbol ISA Policy Number H09043330 Policy Period 07/01/2016 To 07/01/2017 Effective Date of Endorsement Issued By (Name of Insurance Company) ACE American Insurance Company Insert the policy number. The remainder of the informaton is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel this Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule ") by allowing your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule. or in causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. Authorized Representative ALL -32686 (01/11) Page 1 of 1 This endorsement, effective 12:01 a.m., July 1, 2016, forms a part of Policy No. CGD300084901 issued to AEGION CORPORATION by Greenwich Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS — COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Name of Person or Organization: Any person or organization that you are required in a written contract or written agreement to include as an additional insured provided the "bodily Injury" or "property damage" occurs subsequent to the execution of the written contract or written agreement, including indemnification agreements. Location And Description of Completed Operations: Various as required per written contract. XIL 2037 -1001 (Ed. 0413) © 2013, XL America, Inc. Page 1 of 2 All rights reserved. May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc., with its permission This endorsement, effective 12:01 a.m., July 1, 2016 forms a part of Policy No. CGD300084901 issued to AEGION CORPORATION by Greenwich Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY INSURANCE CLAUSE ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS /COMPLETED OPERATIONS COVERAGE PART It is agreed that to the extent that insurance is afforded to any Additional Insured under this policy, this insurance shall apply as primary and not contributing with any insurance carried by such Additional Insured, as required by written contract. All other terms and conditions of this policy remain unchanged. XIL 424 0605 ©, 2005, XL America, Inc. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 This endorsement, effective 12:01 a.m., July 1, 2016, forms a part of Policy No. CGD300084901 issued to AEGION CORPORATION by Greenwich Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to person(s) or entity(ies) according to the notification schedule shown below: Name of Person(s) or Entity(ies) Mailing Address: Number of Days Advanced Notice of Cancellation: Per Schedule on File with the Company 90 All other terms and conditions of the Policy remain unchanged. IXI 405 0910 © 2010 X.L. America, Inc. All Rights Reserved. May not be copied without permission. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section 11 — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products - completed operations hazard ". All other terms and conditions remain unchanged. XIL 2037 -1001 (Ed. 0413) © 2013, XL America, Inc. Page 2 of 2 All rights reserved. May not be copied without permission. Includes copyrighted material of Insurance Services Office, Inc., with its permission 1 1 1 n 1 1 1 1 1 1 EXHIBIT G CITY OF FEDERAL WAY PERFORMANCE /PAYMENT BOND KNOW ALL PEOPLE BY THESE PRESENTS: Bond No. 106675519 Travelers Casualty and Surety We, the undersigned Insituform Technologies, LLC., ( "Principal ") and Company of America the undersigned corporation organized and existing under the laws of the State of Connecticut 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 One Million One Hundred Thirty-Two Thousand Four Hundred Forty-One and 50/100 Dollars and no /100 ($1,132,441.50) 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 ma Ash 14-, 2017 for the Marine Hills Stormwater Conveyance System Repair Phase II project. 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. 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. 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 Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. City of Federal Way RFB # 16-011 Marine Hills Stormwater Conveyance System Repair Phase II Page 55 2016 RFB ver. 4 -16 1 1' 1 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 in accordance with the mediation procedures of United States Arbitration and Mediation ( "USA &M "). The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by the Seattle USA &M office, 4300 Two Union Square, 601 Union Street, Seattle, Washington 98101 -2327. The Surety shall not interplead prior to completion of the mediation. DATED this 7 day of March , 2017. CORPORATE SEAL OF PRINCIPAL: Egli u f p� •. 4,1:4)1ia• .1; ,W L r) � •t fir- • T '= v 4'. 9E. . CERTIFICATE AS TO CORPORATE SEAL By: INSITUFORM TECHNOLOGIES, LLC Whittney Schulte/ Contracting & ' esting Officer Its: Contract Specialist 17988 Edison Ave Chesterfield, MO 63005 (636) 530-8064 I hereby certify that I am thsss Contracting Ar sry the Corporation p p �f t e or oration named as Principal in the within bond; that Whittney Schulte, who signed the said bond on behalf of the Principal, was Contract Specialist 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. Secretary of Assistant Secretary Debra Jasper, Contracting & Attesting Officer STATE OF MISSOURI ) ss. COUNTY OF On this day personally appeared before me Whittney Schulte, to me known to be the Contract Specialist of Insituform Technologies, LLC., 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 she was authorized to execute said instrument. GIVEN my hand and official seal this " day of r V n IoiYC;IrI , 2017. LAURA M. ANDRESKI Notary Public - Notary Seal STATE OF MISSOURI St. Charles County My Commission Expires: Jan. 5, 2020 Commission # 11389653 Notary's signature Notary's printed name I -au.r PVl 1 3 . ( 6 Notary Public in and for the State of Missouri. My commission expires t 2020 City of Federal Way Marine Hills Stormwater Conveyance System Repair Phase II Page 56 2016 RFB ver. 4 -16 RFB # 16 -011 0 4 ate: CORPbRATE SEAL OF SURETY: l�:; SURETY Travelers Casualty and Surety c•• • Company of America 1 APPROVED AS TO FORM: Mark Orthmann, Aetig -City Attorney Fv r By: f�YLl/1i[OL iioI LUGUW J Attorney -in -Fact (Attach Power of Attorney) Amanda L. Williams, Attorney -in -Fact (Name of Person Executing Bond) One Tower Square Hartford, CT 06183 (Address) 860 - 277 -0111 (Phone) City of Federal Way RFB # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 57 2016 RFB ver. 4 -16 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 ") 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. 5. 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 # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 58 2016 RFB ver. 4 -16 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 # 16 -011 Marine Hills Stormwater Conveyance System Repair Phase II Page 59 2016 RFB ver. 4 -16 AMENDMENTS TO STANDARD SPECIFICATIONS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2016 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 1, 2016 19 1 -01.3 Definitions 20 The following new term and definition is inserted after the eighth paragraph: 21 22 Cold Weather Protection Period — A period of time 7 days from the day of concrete 23 placement or the duration of the cure period, whichever is longer. 24 25 1- 02.AP1 26 Section 1 -02, Bid Procedures and Conditions 27 April 4, 2016 28 1- 02.4(1) General 29 The first sentence of the last paragraph is revised to read: 30 31 Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, 32 shall request the explanation or interpretation in writing by close of business on the 33 Thursday preceding the bid opening to allow a written reply to reach all prospective 34 Bidders before the submission of their Bids. 35 36 1 -02.9 Delivery of Proposal 37 The last sentence of the third paragraph is revised to read: 38 39 The Contracting Agency will not open or consider any Proposal when the Proposal or 40 Bid deposit is received after the time specified for receipt of Proposals or received in a 41 location other than that specified for receipt of Proposals unless an emergency or 42 unanticipated event interrupts normal work processes of the Contracting Agency so that 43 Proposals cannot be received. 44 45 The following new paragraph is inserted before the last paragraph: 46 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 If an emergency or unanticipated event interrupts normal work processes of the 2 Contracting Agency so that Proposals cannot be received at the office designated for 3 receipt of bids as specified in Section 1 -02.12 the time specified for receipt of the 4 Proposal will be deemed to be extended to the same time of day specified in the 5 solicitation on the first work day on which the normal work processes of the Contracting 6 Agency resume. 7 8 1 -02.12 Public Opening of Proposals 9 This section is supplemented with the following new paragraph: 10 11 If an emergency or unanticipated event interrupts normal work processes of the 12 Contracting Agency so that Proposals cannot be opened at the time indicated in the call 13 for Bids the time specified for opening of Proposals will be deemed to be extended to 14 the same time of day on the first work day on which the normal work processes of the 15 Contracting Agency resume. 16 17 1- 04.AP1 18 Section 1 -04, Scope of the Work 19 August 1, 2016 20 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, 21 Specifications, and Addenda 22 The following new paragraph is inserted before the second to last paragraph: 23 24 Whenever reference is made in these Specifications or the Special Provisions to codes, 25 rules, specifications, and standards, the reference shall be construed to mean the code, 26 rule, specification, or standard that is in effect on the Bid advertisement date, unless 27 otherwise stated or as required by law. 28 29 1- 06.AP1 30 Section 1 -06, Control of Material 31 January 4, 2016 32 This section is supplemented with the following new section and subsections: 33 34 1 -06.6 Recycled Materials 35 The Contractor shall make their best effort to utilize recycled materials in the 36 construction of the project; the use of recycled concrete aggregate as specified in 37 Section 1- 06.6(1)A is a requirement of the Contract. 38 39 The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working 40 Drawing within 30 calendar days after the Contract is executed. The plan shall provide 41 the Contractor's anticipated usage of recycled materials for meeting the requirements of 42 these Specifications. The quantity of recycled materials will be provided in tons and as 43 a percentage of the Plan quantity for each material listed in Section 9- 03.21(1)E Table 44 on Maximum Allowable Percent (By Weight) of Recycled Material. When a Contract 45 does not include Work that requires the use of a material that is included in the 46 requirements for using materials the Contractor may state in their plan that no recycled 47 materials are proposed for use. 48 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Prior to Physical Completion the Contractor shall report the quantity of recycled 2 materials that were utilized in the construction of the project for each of the items listed 3 in Section 9- 03.21. The report shall include hot mix asphalt, recycled concrete 4 aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. 5 utilization of on -site material and aggregates from concrete returned to the supplier). 6 The Contractor's report shall be provided on DOT Form 350 -075 Recycled Materials 7 Reporting. 8 9 1- 06.6(1) Recycling of Aggregate and Concrete Materials 10 11 1- 06.6(1)A General 12 The minimum quantity of recycled concrete aggregate shall be 25 percent of the total 13 quantity of aggregate that is incorporated into the Contract for those items listed in 14 Section 9- 03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled 15 Material that allow the use of recycled concrete aggregate. The percentage of recycled 16 material incorporated into the project for meeting the required percentage will be 17 calculated in tons based on the quantity of recycled concrete used on the entire 18 Contract and not as individual items. 19 20 If the Contractor's total cost for Work with recycled concrete aggregate is greater than 21 without the Contractor may choose to not use recycled concrete aggregate. When the 22 Contractor does not meet the minimum requirement of 25 percent recycled concrete 23 aggregate for the Contract due to costs or any other reason the following shall be 24 submitted: 25 26 1. A cost estimate for each material listed in Section 9- 03.21(1)E that is utilized 27 on the Contract. The cost estimate shall include the following: 28 29 a. The estimated costs for the Work for each material with 25 percent 30 recycled concrete aggregate. The cost estimate shall include for each 31 material a copy of the price quote from the supplier with the lowest total 32 cost for the Work. 33 34 b. The estimated costs for the Work for each material without recycled 35 concrete aggregate. 36 37 The Contractor's cost estimates shall be submitted as an attachment to the Recycled 38 Materials Reporting form. 39 40 1- 07.AP1 41 Section 1 -07, Legal Relations and Responsibilities to the Public 42 August 1, 2016 43 1 -07.1 Laws to be Observed 44 In the second to last sentence of the third paragraph, "WSDOT" is revised to read 45 "Contracting Agency ". 46 47 1- 07.2(2) State Sales Tax: WAC 458 -20 -170 — Retail Sales Tax 48 The last three sentences of the first paragraph are deleted and replaced with the following 49 new sentence: 50 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase 2 or rental of tools, machinery, equipment, or consumable supplies not integrated into the 3 project, in the unit bid prices. 4 5 1- 07.9(2) Posting Notices 6 Items 1 and 2 are revised to read: 7 8 1. EEOC - P /E -1 (revised 11/09, supplemented 09/15) — Equal Employment 9 Opportunity IS THE LAW published by US Department of Labor. Post for projects 10 with federal -aid funding. 11 12 2. FHWA 1022 (revised 05/15) — NOTICE Federal -Aid Project published by Federal 13 Highway Administration (FHWA). Post for projects with federal -aid funding. 14 15 Items 5, 6 and 7 are revised to read: 16 17 5. WHD 1420 (revised 02/13) — Employee Rights and Responsibilities Under The 18 Family And Medical Leave Act published by US Department of Labor. Post on all 19 projects. 20 21 6. WHD 1462 (revised 01/16) — Employee Polygraph Protection Act published by 22 US Department of Labor. Post on all projects. 23 24 7. F416- 081 -909 (revised 09/15) — Job Safety and Health Law published by 25 Washington State Department of Labor and Industries. Post on all projects, 26 27 Items 9 and 10 are revised to read: 28 29 9. F700- 074 -909 (revised 06/13) — Your Rights as a Worker in Washington State 30 by Washington State Department of Labor and Industries (L &I). Post on all projects. 31 32 10. EMS 9874 (revised 10/15) — Unemployment Benefits published by Washington 33 State Employment Security Department. Post on all projects. 34 35 1- 07.15(1) SpiII Prevention, Control, and Countermeasures Plan 36 The second sentence of the first paragraph is deleted. 37 38 The first sentence of the second paragraph is revised to read: 39 40 The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and 41 other materials defined in Chapter 447 of the WSDOT Environmental Manual M 31 -11. 42 43 Item number four of the fourth paragraph (up until the colon) is revised to read: 44 45 4. Potential SpiII Sources — Describe each of the following for all potentially 46 hazardous materials brought or generated on -site, including but not limited to 47 materials used for equipment operation, refueling, maintenance, or cleaning: 48 49 The first sentence of item 7e of the fourth paragraph is revised to read: 50 51 BMP methods and locations where they are used to prevent discharges to ground or 52 water during mixing and transfer of hazardous materials and fuel. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 2 The last paragraph is deleted. 3 4 1- 08.AP1 5 Section 1 -08, Prosecution and Progress 6 August 1, 2016 7 1- 08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage 8 Withheld 9 In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting Agency ". 10 11 1 -08.5 Time for Completion 12 In item 2c of the last paragraph, "Quarterly Reports" is revised to read "Monthly Reports ". 13 14 1- 09.AP1 ' 15 Section 1 -09, Measurement and Payment 16 April 4, 2016 1 1 1 1 1 1 1 1 1 1 1 1 17 1 -09.6 Force Account 18 The second sentence of item number 4 is revised to read: 19 20 A "specialized service" is a work operation that is not typically done by worker 21 classifications as defined by the Washington State Department of Labor and Industries 22 and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and 23 municipal construction. 24 25 1- 10.AP1 26 Section 1 -10, Temporary Traffic Control 27 August 1, 2016 28 1- 10.1(2) Description 29 The first paragraph is revised to read: 30 31 The Contractor shall provide flaggers and all other personnel required for labor for traffic 32 control activities that are not otherwise specified as being furnished by the Contracting 33 Agency. 34 35 In the third paragraph, "Project Engineer" is revised to read "Engineer ". 36 37 The following new paragraph is inserted after the third paragraph: 38 39 The Contractor shall keep lanes, on- ramps, and off - ramps, open to traffic at all times 40 except when Work requires closures. Ramps shall not be closed on consecutive 41 interchanges at the same time, unless approved by the Engineer. Lanes and ramps 42 shall be closed for the minimum time required to complete the Work. When paving hot 43 mix asphalt the Contractor may apply water to the pavement to shorten the time 44 required before reopening to traffic. 45 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 2-03.AP2 2 Section 2 -03, Roadway Excavation and Embankment 3 August 1, 2016 4 2- 03.3(7)C Contractor - Provided Disposal Site 5 The second paragraph is revised to read: 6 7 The Contractor shall acquire all permits and approvals required for the use of the 8 disposal sites before any waste is hauled off the project. The Contractor shall submit a 9 Type 1 Working Drawing consisting of copies of the permits and approvals for any 10 disposal sites to be used. The cost of any such permits and approvals shall be included 11 in the Bid prices for other Work. 12 13 The third paragraph is deleted. 14 15 5- 01.AP5 16 Section 5 -01, Cement Concrete Pavement Rehabilitation 17 August 1, 2016 18 5 -01.2 Materials 19 In the first paragraph, the following item is inserted after the item "Joint Sealants ": 20 21 Closed Cell Foam Backer Rod 9- 04.2(3)A 22 23 5- 01.3(8) Sealing Existing Transverse and Longitudinal Joints 24 This section's title is revised to read: 25 26 Sealing Existing Longitudinal and Transverse Joint 27 28 The first paragraph is revised to read: 29 30 The Contractor shall clean and seal existing longitudinal and transverse joints where 31 shown in the Plans or as marked by the Engineer. 32 33 The first sentence of the second paragraph is revised to read: 34 35 Old sealant and incompressible material shall be completely removed from the joint to 36 the depth of the new reservoir with a diamond blade saw in accordance with the detail 37 shown in the Standard Plans. 38 39 The fifth paragraph is revised to read: 40 41 Immediately prior to sealing, the cracks shall be blown clean with dry oil -free 42 compressed air. If shown in the Plans, a backer rod shall be placed at the base of the 43 sawn reservoir. The joints shall be completely dry before the sealing installation may 44 begin. Immediately following the air blowing and backer rod placement, if required, the 45 sealant material shall be installed in conformance to manufacturer's recommendations 46 and in accordance with Section 5- 05.3(8)B. 47 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 5- 01.3(11) Concrete Slurry and Grinding Residue 2 The last sentence of the first paragraph is revised to read: 3 4 Slurry shall not be allowed to drain into an area open to traffic, off of the paved surface, 5 into any drainage structure, water of the state, or wetlands. 6 7 The following new sentence is inserted at the end of the second paragraph: 8 9 The Contractor shall submit copies of all disposal tickets to the Engineer within 5 10 calendar days. 11 12 5 -01.4 Measurement 13 The fourth paragraph is revised to read: 14 15 Sealing existing longitudinal and transverse joint will be measured by the linear foot, 16 measured along the line of the completed joint. 17 18 5 -01.5 Payment 19 The Bid item "Sealing Transverse and Longitudinal Joints ", per linear foot and the paragraph 20 following Bid item are revised to read: 21 22 "Sealing Existing Longitudinal and Transverse Joint ", per linear foot. 23 24 The unit Contract price per linear foot for "Sealing Existing Longitudinal and Transverse 25 Joint ", shall be full payment for all costs to complete the Work as specified, including 26 removing incompressible material, preparing and sealing existing transverse and 27 longitudinal joints where existing transverse and longitudinal joints are cleaned and for 28 all incidentals required to complete the Work as specified. 29 30 5- 02.AP5 31 Section 5 -02, Bituminous Surface Treatment 32 April 4, 2016 33 5- 02.3(2) Preparation of Roadway Surface 34 This section is supplemented with the following new subsection: 35 36 5- 02.3(2)E Crack Sealing 37 Where shown in the Plans, seal cracks and joints in the pavement in accordance with 38 Section 5- 04.3(4)A1 and the following: 39 40 1. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant. 41 42 2. Cracks greater than 1 inch in width — fill with sand slurry. 43 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 5- 04.AP5 2 Section 5 -04, Hot Mix Asphalt 3 August 1, 2016 4 This section (and all subsections) is revised to read: 5 6 This Section 5 -04 is written in a style which, unless otherwise indicated, shall be 7 interpreted as direction to the Contractor. 8 9 5 -04.1 Description 10 This Work consists of providing and placing one or more layers of plant -mixed hot mix 11 asphalt (HMA) on a prepared foundation or base, in accordance with these 12 Specifications and the lines, grades, thicknesses, and typical cross - sections shown 13 in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes 14 in accordance with these Specifications. 15 16 HMA shall be composed of asphalt binder and mineral materials as required, and may 17 include reclaimed asphalt pavement (RAP) or reclaimed asphalt shingles (RAS), mixed 18 in the proportions specified to provide a homogeneous, stable, and workable mix. 19 20 5 -04.2 Materials 21 Provide materials as specified in these sections: 22 23 Asphalt Binder 9- 02.1(4) 24 Cationic Emulsified Asphalt 9- 02.1(6) 25 Anti - Stripping Additive 9 -02.4 26 Warm Mix Asphalt Additive 9 -02.5 27 Aggregates 9 -03.8 28 Reclaimed Asphalt Pavement (RAP) 9- 03.8(3)B 29 Reclaimed Asphalt Shingles (RAS) 9- 03.8(3)B 30 Mineral Filler 9- 03.8(5) 31 Recycled Material 9 -03.21 32 Joint Sealants 9 -04.2 33 34 Closed Cell Foam Backer Rod 9- 04.2(3)A 35 36 5- 04.2(1) How to Get an HMA Mix Design on the QPL 37 Comply with each of the following: 38 39 • Develop the mix design in accordance with WSDOT SOP 732. 40 41 • Develop a mix design that complies with Sections 9- 03.8(2) and 9- 03.8(6). 42 43 • Develop a mix design no more than 6 months prior to submitting it for QPL 44 evaluation. 45 46 • Submit mix designs to the WSDOT State Materials Laboratory in 47 Tumwater, including WSDOT Form 350 -042. 48 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • Include representative samples of the materials that are to be used in the 2 HMA production as part of the mix design submittal. See Section 5- 3 04.2(1)A to determine when to include samples of RAP or RAS. 4 5 Identify the brand, type, and percentage of anti - stripping additive in the 6 mix design submittal. 7 8 Include with the mix design submittal a certification from the asphalt 9 binder supplier that the anti- stripping additive is compatible with the crude 10 source and the formulation of asphalt binder proposed for use in the mix 11 design. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Do not include warm mix asphalt (WMA) additives when developing a mix design or submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives is not part of the process for obtaining approval for listing a mix design on the QPL. Refer to Section 5- 04.2(2)B. The Contracting Agency's basis for approving, testing, and evaluating HMA mix designs for approval on the QPL is dependent on the contractual basis for acceptance of the HMA mixture, as shown in Table 1. Table 1 Basis for Contracting Agency Evaluation of HMA Mix Designs for Approval on the QPL Contractual Basis for Acceptance of HMA Mixture (see Section 5- 04.3(9)) Basis for Contracting Agency Approval of Mix Design for Placement on QPL Contracting Agency Materials Testing for Evaluation of the Mix Design Statistical Evaluation, or Nonstatistical Evaluation WSDOT Standard Practice QC -8 The Contracting Agency will test the mix design materials for compliance with Sections 9- 03.8(2) and 9- 03.8(6). Visual Evaluation Review of Form 350 -042 for compliance with Sections 9-03.8(2) and 9-03.8(6) 03 8 The Contracting Agency may elect to test the mix design materials, or evaluate in accordance with WSDOT Standard Practice QC -8, at its sole discretion. If the Contracting Agency approves the mix design, it will be listed on the QPL for 12 consecutive months. The Contracting Agency may extend the 12 month listing provided the Contractor submits a certification letter to the Qualified Products Engineer verifying that the aggregate source and job mix formula (JMF) gradation, and asphalt binder crude source and formulation have not changed. The Contractor may submit the certification no sooner than one month prior to expiration of the initial 12 month mix design approval. Within 7 calendar days of receipt of the Contractor's certification, the Contracting Agency will update the QPL. The maximum duration for approval of a mix design and listing on the QPL will be 24 months from the date of initial approval or as approved by the Engineer. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 2 3 4 5 6 7 8 9 5- 04.2(1)A Mix Designs Containing RAP and /or RAS Mix designs are classified by the RAP and /or RAS content as shown in Table 2. Table 2 Mix Design Classification Based on RAP /RAS Content RAP /RAS Classification RAP /RAS Content' Low RAP /No RAS 0% < RAP% <_ 20% and RAS% = 0% High RAP /Any RAS 20% < RAP% —< Maximum Allowable RAP2 and /or 0% < RAS% <_ Maximum Allowable RAS2 'Percentages in this table are by total weight of HMA 2See Table 4 to determine the limits on the maximum amount RAP and /or RAS. 5- 04.2(1)A1 Low RAP /No RAS — Mix Design Submittals for Placement on QPL For Low RAP /No RAS mix designs, comply with the following additional requirements: 10 11 1. Develop the mix design without the inclusion of RAP. 12 '13 2. The asphalt binder grade shall be the grade indicated in the Bid 14 item name or as otherwise required by the Contract. 15 16 3. Do not submit samples of RAP with these mix designs. 17 18 4. Testing RAP or RAS stockpiles is not required for obtaining 19 approval for placing these mix designs on the QPL. 20 21 5- 04.2(1)A2 High RAP /Any RAS - Mix Design Submittals for 22 Placement on QPL 23 For High RAP /Any RAS mix designs, comply with the following additional 24 requirements: 25 26 1. For mix designs with any RAS, test the RAS stockpile (and RAP 27 stockpile if any RAP is in the mix design) in accordance with 28 Table 3. 29 30 2. For High RAP mix designs with no RAS, test the RAP stockpile 31 in accordance with Table 3. 32 33 3. For mix designs with High RAP /Any RAS, construct a single 34 stockpile for RAP and a single stockpile for RAS and isolate 35 (sequester) these stockpiles from further stockpiling before 36 beginning development of the mix design. Test the RAP and 37 RAS during stockpile construction as required by item 1 and 2 38 above. Use the test data in developing the mix design, and report 39 the test data to the Contracting Agency on WSDOT Form 350- 1 1 1 1 1 1 1 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 042 as part of the mix design submittal for approval on the QPL. Account for the reduction in asphalt binder contributed from RAS in accordance with AASHTO PP 78. Do not add to these stockpiles after starting the mix design process. Table 3 Test Frequency of RAP /RAS During RAP /RAS Stockpile Construction For Approving a High RAP /Any RAS Mix Design for Placement on the QPL Test Frequency' Test for Test Method • 1/1000 tons of RAP (minimum of 10 per mix design) and • 1/100 tons of RAS (minimum of 10 per mix design) Asphalt Binder Content and Sieve Analysis of Fine and Coarse Aggregate FOP for AASHTO T 308 and FOP for WAQTC T 27/T 11 "tons ", in this table, refers to tons of the reclaimed material before being incorporated into HMA. 4. Limit the amount of RAP and /or RAS used in a High RAP /Any RAS mix design by the amount of binder contributed by the RAP and /or RAS, in accordance with Table 4. Table 4 Maximum Amount of RAP and /or RAS in HMA Mixture Maximum Amount of Binder Contributed from: RAP RAS 40%1 minus contribution of binder from RAS 20%2 ' Calculated as the weight of asphalt binder contributed from the RAP as a percentage of the total weight of asphalt binder in the mixture. 2 Calculated as the weight of asphalt binder contributed from the RAS as a percentage of the total weight of asphalt binder in the mixture. 5. Develop the mix design including RAP, RAS, recycling agent, and new binder. 15 6. Extract, recover, and test the asphalt residue from the RAP and 16 RAS stockpiles to determine the percent of recycling agent 17 and /or grade of new asphalt binder needed to meet but not 18 exceed the performance grade (PG) of asphalt binder required 19 by the Contract. 20 21 a. Perform the asphalt extraction in accordance with AASHTO 22 T 164 or ASTM D 2172 using reagent grade 23 trichloroethylene. 24 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 b. Perform the asphalt recovery in accordance with AASHTO R 2 59 or ASTM D 1856. 3 4 c. Test the recovered asphalt residue in accordance with 5 AASHTO R 29 to determine the asphalt binder grade in 6 accordance with Section 9- 02.1(4). 7 8 d. After determining the recovered asphalt binder grade, 9 determine the percent of recycling agent and /or grade of 10 new asphalt binder in accordance with ASTM D 4887. 11 12 e. Test the final blend of recycling agent, binder recovered 13 from the RAP and RAS, and new asphalt binder in 14 accordance with AASHTO R 29. The final blended binder 15 shall meet but not exceed the performance grade of asphalt 16 binder required by the Contract and comply with the 17 requirements of Section 9- 02.1(4). 18 19 7. Include the following test data with the mix design submittal: 20 21 a. All test data from RAP and RAS stockpile construction. 22 23 b. All data from testing the recovered and blended asphalt 24 binder. 25 26 8. Include representative samples of the following with the mix 27 design submittal: 28 29 a. RAP and RAS. 30 31 b. 100 grams of recovered asphalt residue from the RAP and 32 RAS that are to be used in the HMA production. 33 34 5- 04.2(1)B Commercial HMA- Mix Design Submittal for Placement on 35 QPL 36 For HMA used in the Bid item Commercial HMA, in addition to the 37 requirements of 5- 04.2(1) identify the following in the submittal: 38 39 1. Commercial HMA 40 41 2. Class of HMA 42 43 3. Performance grade of binder 44 45 4. Equivalent Single Axle Load (ESAL) 46 47 The Contracting Agency may elect to approve Commercial HMA mix designs 48 without evaluation. 49 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 I 15 16 17 18 19 20 21 ' 22 23 24 25 26 27 28 1 29 30 31 32 33 34 35 ' 36 37 38 39 40 41 42 43 44 45 46 47 48 ' 49 50 51 1 1 1 5- 04.2(1)C Mix Design Resubmittal for QPL Approval Develop a new mix design and resubmit for approval on the QPL when any of the following changes occur. When these occur, discontinue using the mix design until after it is reapproved on the QPL. 1. Change in the source of crude petroleum used in the asphalt binder. 2. Changes in the asphalt binder refining process. 3. Changes in additives or modifiers in the asphalt binder. 4. Changes in the anti -strip additive, brand, type or quantity. 5. Changes to the source of material for aggregate. 6. Changes to the job mix formula that exceed the amounts as described in item 2 of Section 9- 03.8(7), unless otherwise approved by the Engineer. 7. Changes in the percentage of material from a stockpile, when such changes exceed 5% of the total aggregate weight. a. Changes to the percentage of material from a stockpile will be calculated based on the total aggregate weight (not including the weight of RAP) for Low RAP /No RAS mix designs. b. For High RAP /Any RAS mix designs, changes in the percentage of material from a stockpile will be based on total aggregate weight including the weight of RAP (and /or RAS when included in the mixture). Prior to making any change in the amount of RAS in an approved mix design, notify the Engineer for determination of whether a new mix design is required, and obtain the Engineer's approval prior to implementing such changes. 5- 04.2(2) Mix Design — Obtaining Project Approval Use only mix designs listed on the Qualified Products List (QPL). Submit WSDOT Form 350 -041 to the Engineer to request approval to use a mix design from the QPL. Changes to the job mix formula (JMF) that have been approved on other contracts may be included. The Engineer may reject a request to use a mix design if production of HMA using that mix design on any contract is not in compliance with Section 5- 04.3(11)D, E, F, and G for mixture or compaction. 5- 04.2(2)A Changes to the Job Mix Formula The approved mix design obtained from the QPL will be considered the starting job mix formula (JMF) and shall be used as the initial basis for acceptance of HMA mixture, as detailed in Section 5- 04.3(9). During production the Contractor may request to adjust the JMF. Any adjustments to the JMF will require approval of the Engineer and shall be made in accordance with item 2 of Section 9- 03.8(7). After approval by the AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 2 3 Engineer, such adjusted JMF's shall constitute the basis for acceptance of the HMA mixture. 4 5- 04.2(2)B Using Warm Mix Asphalt Processes 5 The Contractor may, at the Contractor's discretion, elect to use warm mix 6 asphalt (WMA) processes for producing HMA. WMA processes include 7 organic additives, chemical additives, and foaming. The use of WMA is 8 subject to the following: 9 10 11 12 13 14 15 5 -04.3 Construction Requirements 16 5- 04.3(1) Weather Limitations 17 Do not place HMA for wearing course on any Traveled Way beginning October 1st 18 through March 31st of the following year, without written concurrence from the 19 Engineer. • Do not use WMA processes in the production of High RAP /Any RAS mixtures. • Before using WMA processes, obtain the Engineer's approval using WSDOT Form 350 -076 to describe the proposed WMA process. 20 21 22 23 24 25 26 27 28 Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified in Table 5, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Table 5 Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55 °F 45 °F 0.10 to 0.20 45°F 35°F More than 0.20 35 °F 35 °F 5- 04.3(2) Paving Under Traffic These requirements apply when the Roadway being paved is open to traffic. 29 In hot weather, the Engineer may require the application of water to the pavement 30 to accelerate the finish rolling of the pavement and to shorten the time required 31 before reopening to traffic. 32 33 During paving operations, maintain temporary pavement markings throughout the 34 project. Install temporary pavement markings on the Roadway prior to opening to 35 traffic. Temporary pavement markings shall comply with Section 8 -23. 36 37 5- 04.3(3) Equipment 38 5- 04.3(3)A Mixing Plant 39 Equip mixing plants as follows. 40 41 1. Use tanks for storage and preparation of asphalt binder which: 42 43 • Heat the contents by means that do not allow flame to contact 44 the contents or the tank, such as by steam or electricity. 45 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • Heat and hold contents at the required temperatures. 2 3 • Continuously circulate contents to provide uniform temperature 4 and consistency during the operating period. 5 6 • Provide an asphalt binder sampling valve, in either the storage 7 tank or the supply line to the mixer. 8 9 2. Provide thermometric equipment: 10 11 • In the asphalt binder feed line near the charging valve at the 12 mixer unit, capable of detecting temperature ranges expected in 13 the HMA and in a location convenient and safe for access by 14 Inspectors. 15 16 • At the discharge chute of the drier to automatically register or 17 indicate the temperature of the heated aggregates, and situated 18 in full view of the plant operator. 19 20 3. When heating asphalt binder: 21 22 • Do not exceed the maximum temperature of the asphalt binder 23 recommended by the asphalt binder supplier. 24 25 • Avoid local variations in heating. 26 27 • Provide a continuous supply of asphalt binder to the mixer at a 28 uniform average temperature with no individual variations 29 exceeding 25 °F. 30 31 4. Provide a mechanical sampler for sampling mineral materials 32 that: 33 34 • Meets the crushing or screening requirements of Section 1 -05.6. 35 36 5. Provide HMA sampling equipment that complies with WSDOT 37 SOP T -168. 38 39 • Use a mechanical sampling device installed between the 40 discharge of the silo and the truck transport, approved by the 41 Engineer, or 42 43 • Platforms or devices to enable sampling from the truck transport 44 without entering the truck transport for sampling HMA. 45 46 6. Provide for setup and operation of the Contracting Agency's 47 field testing: 48 49 As required in Section 3- 01.2(2). 50 51 7. Provide screens or a lump breaker: 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 • When using any RAP or any RAS, to eliminate oversize RAP or 2 RAS particles from entering the pug mill or drum mixer. 3 4 5- 04.3(3)B Hauling Equipment 5 Provide HMA hauling equipment with tight, clean, smooth metal beds and a 6 cover of canvas or other suitable material of sufficient size to protect the HMA 7 from adverse weather. Securely attach the cover to protect the HMA whenever 8 the weather conditions during the work shift include, or are forecast to include, 9 precipitation or an air temperature less than 45 °F. 10 11 Prevent HMA from adhering to the hauling equipment. Spray metal beds with 12 an environmentally benign release agent. Drain excess release agent prior to 13 filling hauling equipment with HMA. Do not use petroleum derivatives or other 14 coating material that contaminate or alter the characteristics of the HMA. For 15 hopper trucks, operate the conveyer during the process of applying the release 16 agent. 17 18 5- 04.3(3)C Pavers 19 Use self- contained, power - propelled pavers provided with an internally heated 20 vibratory screed that is capable of spreading and finishing courses of HMA in 21 lane widths required by the paving section shown in the Plans. 22 23 When requested by the Engineer, provide written certification that the paver is 24 equipped with the most current equipment available from the manufacturer for 25 the prevention of segregation of the coarse aggregate particles. The 26 certification shall list the make, model, and year of the paver and any 27 equipment that has been retrofitted to the paver. 28 29 Operate the screed in accordance with the manufacturer's recommendations 30 and in a manner to produce a finished surface of the required evenness and 31 texture without tearing, shoving, segregating, or gouging the mixture. Provide 32 a copy of the manufacturer's recommendations upon request by the 33 Contracting Agency. Extensions to the screed will be allowed provided they 34 produce the same results, including ride, density, and surface texture as 35 obtained by the primary screed. In the Travelled Way do not use extensions 36 without both augers and an internally heated vibratory screed. 37 38 Equip the paver with automatic screed controls and sensors for either or both 39 sides of the paver. The controls shall be capable of sensing grade from an 40 outside reference line, sensing the transverse slope of the screed, and 41 providing automatic signals that operate the screed to maintain the desired 42 grade and transverse slope. Construct the sensor so it will operate from a 43 reference line or a mat referencing device. The transverse slope controller 44 shall be capable of maintaining the screed at the desired slope within plus or 45 minus 0.1 percent. 46 47 Equip the paver with automatic feeder controls, properly adjusted to maintain a 48 uniform depth of material ahead of the screed. 49 50 Manual operation of the screed is permitted in the construction of irregularly 51 shaped and minor areas. These areas include, but are not limited to, gore 52 areas, road approaches, tapers and left -turn channelizations. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 2 3 4 5 6 ' 7 8 9 10 1 11 12 13 14 ' 15 16 17 18 19 20 21 22 23 24 25 26 27 ' 28 29 30 31 ' 32 33 34 ' 35 36 37 38 ' 39 40 41 ' 42 43 44 45 46 47 48 49 50 51 52 1 1 When specified in the Contract, provide reference lines for vertical control. Place reference lines on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line is permitted. Automatically control the grade and slope of intermediate lanes by means of reference lines or a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross - section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. Furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1 -08.6. 5- 04.3(3)D Material Transfer Device or Material Transfer Vehicle Use a material transfer device (MTD) or material transfer vehicle (MTV) to deliver the HMA from the hauling equipment to the paving machine for any lift in (or partially in) the top 0.30 feet of the pavement section used in traffic lanes. However, an MTD /V is not required for HMA placed in irregularly shaped and minor areas such as tapers and turn lanes, or for HMA mixture that is accepted by Visual Evaluation. At the Contractor's request the Engineer may approve paving without an MTD /V; the Engineer will determine if an equitable adjustment in cost or time is due. If a windrow elevator is used, the Engineer may limit the length of the windrow in urban areas or through intersections. To be approved for use, an MTV: 1. Shall be a self - propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 2 1. Shall be positively connected to the paver. 3 4 2. May accept HMA directly from the haul vehicle or pick up HMA from a 5 windrow. 6 7 3. Shall mix the HMA after delivery by the hauling equipment and prior 8 to placement into the paving machine. 9 10 4. Shall mix the HMA sufficiently to obtain a uniform temperature 11 throughout the mixture. 12 13 5- 04.3(3)E Rollers 14 Operate rollers in accordance with the manufacturer's recommendations. 15 When requested by the Engineer, provide a Type 1 Working Drawing of the 16 manufacturer's recommendation for the use of any roller planned for use on 17 the project. Do not use rollers that crush aggregate, produce pickup or 18 washboard, unevenly compact the surface, displace the mix, or produce other 19 undesirable results. 20 21 5- 04.3(4) Preparation of Existing Paved Surfaces 22 Before constructing HMA on an existing paved surface, the entire surface of the 23 pavement shall be clean. Entirely remove all fatty asphalt patches, grease 24 drippings, and other deleterious substances from the existing pavement to the 25 satisfaction of the Engineer. Thoroughly clean all pavements or bituminous 26 surfaces of dust, soil, pavement grindings, and other foreign matter. Thoroughly 27 remove any cleaning or solvent type liquids used to clean equipment spilled on the 28 pavement before paving proceeds. Fill all holes and small depressions with an 29 appropriate class of HMA. Level and thoroughly compact the surface of the patched 30 area. 31 32 Apply a uniform coat of asphalt (tack coat) to all paved surfaces on which any 33 course of HMA is to be placed or abutted. Apply tack coat to cover the cleaned 34 existing pavement with a thin film of residual asphalt free of streaks and bare spots. 35 Apply a heavy application of tack coat to all joints. For Roadways open to traffic, 36 limit the application of tack coat to surfaces that will be paved during the same 37 working shift. Equip the spreading equipment with a thermometer to indicate the 38 temperature of the tack coat material. 39 40 Do not operate equipment on tacked surfaces until the tack has broken and cured. 41 Repair tack coat damaged by the Contractor's operation, prior to placement of the 42 HMA. 43 44 Unless otherwise approved by the Engineer, use CSS -1, CSS -1 h,STE -1, or 45 Performance Graded (PG) asphalt for tack coat. The CSS -1 and CSS -1 h emulsified 46 asphalt may be diluted with water at a rate not to exceed one part water to one part 47 emulsified asphalt. Do not allow the tack coat material to exceed the maximum 48 temperature recommended by the asphalt supplier. 49 50 When shown in the Plans, prelevel uneven or broken surfaces over which HMA is 51 to be placed by using an asphalt paver, a motor patrol grader, or by hand raking, as 52 approved by the Engineer. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 2 1 3 4 5 6 7 8 9 10 I 11 I 12 13 14 15 16 17 18 19 20 21 22 23 24 ' 25 26 27 28 I 29 30 31 32 33 34 35 ' 36 37 38 39 40 41 42 I 43 44 45 ' 46 47 48 49 I 50 51 52 r 1 1 5- 04.3(4)A Crack Sealing 5- 04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks 1/4 inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS -1 emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the crack. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer's recommendations. Furnish a Type 1 Working Drawing of the manufacturer's recommendations to the Engineer prior to the start of work, including the manufacturer's recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5- 04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5- 04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width — fill with sand slurry. 5- 04.3(4)B Soil Residual Herbicide Where shown in the Plans, apply one application of an approved soil residual herbicide. Comply with Section 8- 02.3(3)B. Complete paving within 48 hours of applying the herbicide. Use herbicide registered with the Washington State Department of Agriculture for use under pavement. Before use, obtain the Engineer's approval of the AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 herbicide and the proposed rate of application. Include the following 2 information in the request for approval of the material: 3 4 1. Brand Name of the Material, 5 6 2. Manufacturer, 7 8 3. Environmental Protection Agency (EPA) Registration Number, 9 10 4. Material Safety Data Sheet, and 11 12 5. Proposed Rate of Application. 13 14 5- 04.3(4)C Pavement Repair 15 Excavate pavement repair areas and backfill these with HMA in accordance 16 with the details shown in the Plans and as staked. Conduct the excavation 17 operations in a manner that will protect the pavement that is to remain. Repair 18 pavement not designated to be removed that is damaged as a result of the 19 Contractor's operations to the satisfaction of the Engineer at no cost to the 20 Contracting Agency. Excavate only within one lane at a time unless approved 21 otherwise by the Engineer. Do not excavate more area than can be completely 22 backfilled and compacted during the same shift. 23 24 Unless otherwise shown in the Plans or determined by the Engineer, excavate 25 to a depth of 1.0 feet. The Engineer will make the final determination of the 26 excavation depth required. 27 28 The minimum width of any pavement repair area shall be 40 inches unless 29 shown otherwise in the Plans. Before any excavation, sawcut the perimeter of 30 the pavement area to be removed unless the pavement in the pavement repair 31 area is to be removed by a pavement grinder. 32 33 Excavated materials shall be the property of the Contractor and shall be 34 disposed of in a Contractor - provided site off the Right of Way or used in 35 accordance with Sections 2- 02.3(3) or 9- 03.21. 36 37 Apply a heavy application of tack coat to all surfaces of existing pavement in 38 the pavement repair area, in accordance with Section 5- 04.3(4). 39 40 Place the HMA backfill in lifts not to exceed 0.35 -foot compacted depth. 41 Thoroughly compact each lift by a mechanical tamper or a roller. 42 43 5- 04.3(5) Producing /Stockpiling Aggregates, RAP, & RAS 44 Produce aggregate in compliance with Section 3 -01. Comply with Section 3 -02 45 for preparing stockpile sites, stockpiling, and removing from stockpile each of 46 the following: aggregates, RAP, and RAS. Provide sufficient storage space for 47 each size of aggregate, RAP and RAS. Fine aggregate or RAP may be 48 uniformly blended with the RAS as a method of preventing the agglomeration 49 of RAS particles. Remove the aggregates, RAP and RAS from stockpile(s) in a 50 manner that ensures minimal segregation when being moved to the HMA plant 51 for processing into the final mixture. Keep different aggregate sizes separated 52 until they have been delivered to the HMA plant. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 t 1 2 3 4 i 5 6 7 ' 8 9 10 11 12 13 ' 14 15 16 17 ' 18 19 20 21 ' 22 23 24 1 25 26 27 28 ' 29 30 31 32 33 34 35 ' 36 37 38 ' 39 40 41 42 ' 43 44 45 ' 46 47 48 49 50 51 52 1 1 1 5- 04.3(5)A Stockpiling RAP or RAS for High RAP /Any RAS Mixes Do not place any RAP or RAS into a stockpile which has been sequestered for a High RAP /Any RAS mix design. Do not incorporate any RAP or RAS into a High RAP /Any RAS mixture from any source other than the stockpile which was sequestered for approval of that particular High RAP /Any RAS mix design. RAP that is used in a Low RAP /No RAS mix is not required to come from a sequestered stockpile. 5- 04.3(6) Mixing The asphalt supplier shall introduce anti - stripping additive, in the amount designated on the QPL for the mix design, into the asphalt binder prior to shipment to the asphalt mixing plant. Anti -strip is not required for temporary work that will be removed prior to Physical Completion. Use asphalt binder of the grade, and from the supplier, in the approved mix design. Prior to introducing reclaimed materials into the asphalt plant, remove wire, nails, and other foreign material. Discontinue use of the reclaimed material if the Engineer, in their sole discretion, determines the wire, nails, or other foreign material to be excessive. Size RAP and RAS prior to entering the mixer to provide uniform and thoroughly mixed HMA. If there is evidence of the RAP or RAS not breaking down during the heating and mixing of the HMA, immediately suspend the use of the RAP or RAS until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, RAS, new asphalt binder and recycling agent have been introduced into the mixer, mix the HMA until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, RAP and RAS is ensured. Upon discharge from the mixer, ensure that the temperature of the HMA does not exceed the optimum mixing temperature shown on the approved Mix Design Report by more than 25 °F, or as approved by the Engineer. When a WMA additive is included in the manufacture of HMA, do not heat the WMA additive (at any stage of production including in binder storage tanks) to a temperature higher than the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, reduce the moisture content. During the daily operation, HMA may be temporarily held in approved storage facilities. Do not incorporate HMA into the Work that has been held for more AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 than 24 hours after mixing. Provide an easily readable, low bin -level indicator 2 on the storage facility that indicates the amount of material in storage. Waste 3 the HMA in storage when the top level of HMA drops below the top of the cone 4 of the storage facility, except as the storage facility is being emptied at the end 5 of the working shift. Dispose of rejected or waste HMA at no expense to the 6 Contracting Agency. 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 5- 04.3(7) Spreading and Finishing Do not exceed the maximum nominal compacted depth of any layer in any course, as shown in Table 6, unless approved by the Engineer: Table 6 Maximum Nominal Compacted Depth of Any Layer HMA Class Wearing Course Other than Wearing Course 1 inch 0.35 feet 0.35 feet 3/4 and 1/2 inch 0.30 feet 0.35 feet 3/8 inch 0.15 feet 0.15 feet Use HMA pavers complying with Section 5- 04.3(3) to distribute the mix. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, place the material produced for each JMF with separate spreading and compacting equipment. Do not intermingle HMA produced from more than one JMF. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. 5- 04.3(8) Aggregate Acceptance Prior to Incorporation in HMA Sample aggregate for meeting the requirements of Section 3 -04 prior to being incorporated into HMA. (The acceptance data generated for the Section 3 -04 acceptance analysis will not be commingled with the acceptance data generated for the Section 5- 04.3(9) acceptance analysis.) Aggregate acceptance samples shall be taken as described in Section 3 -04. Aggregate acceptance testing will be performed by the Contracting Agency. Aggregate contributed from RAP and /or RAS will not be evaluated under Section 3 -04. For aggregate that will be used in HMA mixture which will be accepted by either Statistical or Nonstatistical Evaluation, the Contracting Agency's acceptance of the aggregate will be based on: 1. Samples taken prior to mixing with asphalt binder, RAP, or RAS; 2. Testing for the materials properties of fracture, uncompacted void content, and sand equivalent; 3. Evaluation by the Contracting Agency in accordance with Section 3- 04, including price adjustments as described therein. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 For aggregate that will be used in HMA which will be accepted by Visual Evaluation, evaluation in accordance with items 1, 2, and 3 above is at the discretion of the Engineer. 5- 04.3(9) HMA Mixture Acceptance The Contracting Agency will evaluate HMA mixture for acceptance by one of three methods as determined from the criteria in Table 7. Table 7 Temporary pavement is HMA that will be removed before Physica Completion of the Contract. 5- 04.3(9)A Test Sections This Section applies to HMA mixture accepted by Statistical Evaluation and mixture accepted by Nonstatistical Evaluation. A test section is not allowed for HMA accepted by Visual Evaluation. 15 The purpose of a test section is to determine whether or not the 16 Contractor's mix design and production processes will produce HMA 17 meeting the Contract requirements related to mixture. Construct HMA 18 mixture test sections at the beginning of paving, using at least 600 tons 19 and a maximum of 1,000 tons or as specified by the Engineer. Each test 20 section shall be constructed in one continuous operation. 21 22 5- 04.3(9)A1 Test Section — When Required, When to Stop 23 Use Tables 8 and 9 to determine when a test section is required, 24 optional, or not allowed, and to determine when performing test 25 sections may end. Each mix design will be evaluated independently 26 for the test section requirements. If more than one test section is AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 Basis of Acceptance for HMA Mixture Visual Evaluation Nonstatistical Evaluation Statistical Evaluation • Commercial HMA placed at any location • All HMA mixture of the same • All HMA mixture other than that • Any HMA placed in: o sidewalks o road approaches class and PG binder grade with a accepted by Visual or Nonstatistical Criteria for Selecting the Evaluation Method o ditches o slopes o paths o trails o gores o prelevel o temporary pavement' o pavement repair Proposal quantity less than 4,000 tons. (Exclude the tonnage of HMA mixture accepted by Evaluation • Other nonstructural applications of HMA as approved by the Visual Evaluation.) Engineer Temporary pavement is HMA that will be removed before Physica Completion of the Contract. 5- 04.3(9)A Test Sections This Section applies to HMA mixture accepted by Statistical Evaluation and mixture accepted by Nonstatistical Evaluation. A test section is not allowed for HMA accepted by Visual Evaluation. 15 The purpose of a test section is to determine whether or not the 16 Contractor's mix design and production processes will produce HMA 17 meeting the Contract requirements related to mixture. Construct HMA 18 mixture test sections at the beginning of paving, using at least 600 tons 19 and a maximum of 1,000 tons or as specified by the Engineer. Each test 20 section shall be constructed in one continuous operation. 21 22 5- 04.3(9)A1 Test Section — When Required, When to Stop 23 Use Tables 8 and 9 to determine when a test section is required, 24 optional, or not allowed, and to determine when performing test 25 sections may end. Each mix design will be evaluated independently 26 for the test section requirements. If more than one test section is AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 2 3 required, each test section shall be evaluated separately by the criteria in table 8 and 9. Table 8 Criteria for Conducting and Evaluating HMA Mix Texture Sections (For HMA Mixture Accepted by Statistical or Nonstatistical Evaluation) Test Property High RAP /Any RAS Low RAP /No RAS Is Mixture Test Section Optional or Mandatory? Mandatory' At Contractor's Option Waiting period after paving the test section. 4 calendar days2 4 calendar days2 What Must Happen to Stop Performi ng Test Sections? Meet "Results Required to Stop Performing Test Sections" in Table 9 for High RAP /Any RAS. Provide samples and respond to WSDOT test results required by Table 9 for Low RAP /No RAS. 'If a mix design has produced an acceptable test section on a previous contract (paved in the same calendar year, from the same plant, using the same JMF) the test section may be waived if approved by the Engineer. 2This is to provide time needed by the Contracting Agency to complete testing and the Contractor to adjust the mixture in response to those test results. Paving may resume when this is done. 3For HMA with Low RAP /No RAS, which is accepted by Nonstatistical Evaluation, a test section is not allowed. 4 1 1 1 1 1 1 1 1 Table 9 Results Required to Stop Performing HMA Mixture Test Sections' (For HMA Mixture Accepted by Statistical or Nonstatistical Evaluation) Test Property Type of HMA High RAP /Any RAS Low RAP /No RAS Gradation Minimum PF; of 0.95 based on the criteria in Section 5- 04.3(9)B42 None4 Asphalt Binder Minimum PF; of 0.95 based on the criteria in Section 5- 04.3(9)B42 None4 Va Minimum PF; of 0.95 based on the criteria in Section 5- None4 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 6 7 8 In addition to the requirements of this table, acceptance of the HMA mixture used in each test section is subject to the acceptance criteria and price adjustments for Statistical Evaluation or Non - statistical Evaluation (see Table 7 and Table 9a). 2Divide the test section lot into three sublots, approximately equal in size. Take one sample from each sublot, and test each sample for the property in the first column. 3Take one sample for each test section lot. Test the sample for the properties in the first column. 'Divide the test section lot into three sublots, approximately equal in size. Take one sample from each sublot, and test each sample for the property in the first column. There are no criteria for discontinuing test sections for these mixes; however, the contractor must comply with Section 5- 04.3(11)F before resuming paving. 5- 04.3(9)A2 Test Section — Evaluating the HMA Mixture in a Test Section The Engineer will evaluate the HMA mixture in each test section for rejection, acceptance, and price adjustments based on the criteria in Table 9a using the data generated from the testing required by Table 9. Each test section shall be considered a separate lot. Table 9a Acceptance Criteria for HMA Mixture Placed in a Test Section (For HMA Mixture Accepted by Statistical or Nonstatistical Evaluation) 04.3(9) B42 Type of HMA Hamburg Wheel Track Indirect Tensile Strength Meet requirements of Section 9-03.8(2).3 These tests will not be done as part of Test Section. Aggregates Sand Equivalent Uncompacted Void Content Fracture Nonstatistical Evaluation in accordance with the requirements of Section 3 -043 None3 In addition to the requirements of this table, acceptance of the HMA mixture used in each test section is subject to the acceptance criteria and price adjustments for Statistical Evaluation or Non - statistical Evaluation (see Table 7 and Table 9a). 2Divide the test section lot into three sublots, approximately equal in size. Take one sample from each sublot, and test each sample for the property in the first column. 3Take one sample for each test section lot. Test the sample for the properties in the first column. 'Divide the test section lot into three sublots, approximately equal in size. Take one sample from each sublot, and test each sample for the property in the first column. There are no criteria for discontinuing test sections for these mixes; however, the contractor must comply with Section 5- 04.3(11)F before resuming paving. 5- 04.3(9)A2 Test Section — Evaluating the HMA Mixture in a Test Section The Engineer will evaluate the HMA mixture in each test section for rejection, acceptance, and price adjustments based on the criteria in Table 9a using the data generated from the testing required by Table 9. Each test section shall be considered a separate lot. Table 9a Acceptance Criteria for HMA Mixture Placed in a Test Section (For HMA Mixture Accepted by Statistical or Nonstatistical Evaluation) Test Property Type of HMA High RAP /Any RAS Low RAP /No RAS Gradation Asphalt Binder Va Statistical or Nonstatistical Evaluation - determined by the criteria in Table 7 Statistical or Nonstatistical Evaluation - determined by the criteria in Table 7 Hamburg Wheel Track Indirect Tensile Strength Pass /Fail for the requirements of Section 9- 03.8(2)' N/A HMA Aggregate Nonstatistical Nonstatistical AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 Sand Equivalent Evaluation in Evaluation in Uncompacted Void accordance with the accordance with Content requirements of the requirements of Section 3 -04 Section 3 -04 Failure to meet the specifications for Hamburg and /or IDT will cause the mixture in the test section to be rejected. Refer to Section 5- 04.3(11). 5- 04.3(9)B Mixture Acceptance — Statistical Evaluation 5- 04.3(9)B1 Mixture Statistical Evaluation — Lots and Sublots HMA mixture which is accepted by Statistical Evaluation will be evaluated by the Contracting Agency dividing that HMA tonnage into mixture lots, and each mixture lot will be evaluated using stratified random sampling by the Contracting Agency sub - dividing each mixture lot into mixture sublots. All mixture in a mixture lot shall be of the same mix design. The mixture sublots will be numbered in the order in which the mixture (of a particular mix design) is paved. Each mixture lot comprises a maximum of 15 mixture sublots, except: • The final mixture lot of each mix design on the Contract will comprise a maximum of 25 sublots. • A mixture lot for a test section will consist of three sublots. Each mixture sublot shall be approximately uniform in size with the maximum mixture sublot size as specified in Table 10. The quantity of material represented by the final mixture sublot of the project, for each mix design on the project, may be increased to a maximum of two times the mixture sublot quantity calculated. Should a lot accepted by statistical evaluation contain fewer than three sublots, the HMA will be accepted in accordance with nonstatistical evaluation. Table 10 Maximum HMA Mixture Sublot Size For HMA Accepted by Statistical Evaluation HMA Original Plan Quantity (tons)1 Maximum Sublot Size (tons)2 < 20,000 1,000 20,000 to 30,000 1,500 >30,000 2,000 ' "Plan quantity" means the plan quantity of all HMA of the same class and binder grade which is accepted by Statistical Evaluation. 2 The maximum sublot size for each combination of HMA class and binder grade shall be calculated separately. • For a mixture lot in progress with a mixture CPF less than 0.75, a new mixture lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. See also Section 5- 04.3(11)F. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 • If, before completing a mixture lot, the Contractor requests a 3 change to the JMF which is approved by the Engineer, the 4 mixture produced in that lot after the approved change will 5 be evaluated on the basis of the changed JMF, and the 6 mixture produced in that lot before the approved change will 7 be evaluated on the basis of the unchanged JMF; however, 8 the mixture before and after the change will be evaluated in 9 the same lot. Acceptance of subsequent mixture lots will be 10 evaluated on the basis of the changed JMF. 11 12 5- 04.3(9)B2 Mixture Statistical Evaluation — Sampling 13 Comply with Section 1- 06.2(1). 14 15 Samples of HMA mixture which is accepted by Statistical Evaluation 16 will be randomly selected from within each sublot, with one sample 17 per sublot. The Engineer will determine the random sample location 18 using WSDOT Test Method T 716. The Contractor shall obtain the 19 sample when ordered by the Engineer. The Contractor shall sample 20 the HMA mixture in the presence of the Engineer and in accordance 21 with FOP for WAQTC T 168. 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 5- 04.3(9)B3 Mixture Statistical Evaluation — Acceptance Testing Comply with Section 1- 06.2(1). The Contracting Agency will test the mixture sample from each sublot (including sublots in a test section) for the properties shown in Table 11. Table 11 Testing Required for each HMA Mixture Sublot Test Procedure Performed by Va WSDOT SOP 731 Engineer Asphalt Binder Content FOP for AASHTO T 308 Engineer Gradation: Percent Passing 11/2", 1", 3/4", 1/2 ", 3/ ", No. 4, No. 8, No. 200 FOP for WAQTC T 27/T 11 Engineer The mixture samples and tests taken for the purpose of determining acceptance of the test section (as described in Section 5- 04.3(9)A) shall also be used as the test results for acceptance of the mixture described in 5- 04.3(9)B3, 5- 04.3(9)B4, 5- 04.3(9)B5, and 5- 04.3(9)B6. 5- 04.3(9)B4 Mixture Statistical Evaluation — Pay Factors Comply with Section 1- 06.2(2). The Contracting Agency will determine a pay factor (PF,) for each of the properties in Table 11, for each mixture lot, using the quality level analysis in Section 1- 06.2(2)D. For Gradation, a pay factor will be calculated for each of the sieve sizes listed in Table 11 which is equal AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 to or smaller than the maximum allowable aggregate size (100 percent passing sieve) of the HMA mixture. The USL and LSL shall be calculated using the Job Mix Formula Tolerances (for Statistical Evaluation) in Section 9- 03.8(7). If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5- 04.3(9)B5 Mixture Statistical Evaluation — Composite Pay Factors (CPF) Comply with Section 1- 06.2(2). In accordance with Section 1- 06.2(2)D4, the Contracting Agency will determine a Composite Pay Factor (CPF) for each mixture lot from the pay factors calculated in Section 5- 04.3(9)B4, using the price adjustment factors in Table 12. Unless otherwise specified, the maximum CPF for HMA mixture shall be 1.05. Table 12 HMA Mixture Price Adjustment Factors Constituent Factor "f" All aggregate passing: 11/2', 1", 3/4 ", '/z ", %" and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) 20 5- 04.3(9)66 Mixture Statistical Evaluation — Price Adjustments For each HMA mixture lot, a Job Mix Compliance Price Adjustment will be determined and applied, as follows: JMCPA = [0.60 x (CPF — 1.00)] x 0 x UP Where JMCPA = Job Mix Compliance Price Adjustment for a given lot of mixture ($) CPF = Composite Pay factor for a given lot of mixture (maximum is 1.05) Q = Quantity in a given lot of mixture (tons) UP = Unit price of the HMA in a given lot of mixture ($ /ton) 5- 04.3(9)B7 Mixture Statistical Evaluation — Retests The Contractor may request that a mixture sublot be retested. To request a retest, submit a written request to the Contracting Agency within 7 calendar days after the specific test results have been posted to the website or emailed to the Contractor, whichever occurs first. The Contracting Agency will send a split of the original acceptance sample for testing by the Contracting Agency to either the Region Materials Laboratory or the State Materials Laboratory as determined AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 by the Engineer. The Contracting Agency will not test the split of the sample with the same equipment or by the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and Va, and the results of the retest will be used for the acceptance of the HMA mixture in place of the original mixture sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $250 per sample. 5- 04.3(9)C Mixture Acceptance — Nonstatistical Evaluation 5- 04.3(9)C1 Mixture Nonstatistical Evaluation — Lots, Sublots, Sampling, Test Section, Testing, Retests For HMA mixture accepted by Nonstatistical Evaluation, comply with the requirements in Table 13: Table 13 Nonstatistical Evaluation Lots, Sublots, Sampling, Test Section, Testing, Retests Comply with the Specifications Below Comply with the Requirements of the Section for: Section 5- 04.3(9)B4 Composite Pay Factors3 Section 5- 04.3(9)B5 Price Adjustments Lots and Sublots Section 5- 04.3(9)B1 Statistical Evaluation Sampling Section 5- 04.3(9)B2 Statistical Evaluation Acceptance Tests Section 5- 04.3(9)B3 Statistical Evaluation Retests Section 5- 04.3(9)B7 Statistical Evaluation 5- 04.3(9)C2 Mixture Nonstatistical Evaluation - Acceptance Each mixture lot of HMA produced under Nonstatistical Evaluation, for which all sublot acceptance test results (required by Table 13) fall within the Job Mix Formula Tolerances for Nonstatistical Evaluation in Section 9- 03.8(7), will be accepted at the unit Contract price with no further evaluation. 5- 04.3(9)C3 Mixture Nonstatistical Evaluation — Out of Tolerance Procedures Each mixture lot of HMA produced under Nonstatistical Evaluation, for which any sublot acceptance test result (required by Table 13) falls outside of the Job Mix Formula Tolerances for Nonstatistical Evaluation in Section 9- 03.8(7), shall be evaluated in accordance with Section 1 -06.2 and Table 14 to determine a Job Mix Compliance Price Adjustment. Table 14 Nonstatistical Evaluation — Out of Tolerance Procedures Comply with the Following' Pay Factors2 Section 5- 04.3(9)B4 Composite Pay Factors3 Section 5- 04.3(9)B5 Price Adjustments Section 5- 04.3(9)B6 When less than three mixture sublots exist, backup samples of the existing mixture sublots shall be tested to provide a minimum AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 of three sets of results for evaluation. If enough backup samples are not available, the Contracting Agency will select core sample locations from the Roadway in accordance with WSDOT Test Method T 716, take cores from the roadway in accordance with WSDOT SOP 734, and test the cores in accordance with WSDOT SOP 737. 2The Nonstatistical Evaluation tolerance limits in Section 9- 03.8(7) will be used in the calculation of the PF,. 3The maximum CPF shall be 1.00. 1 2 5- 04.3(9)D Mixture Acceptance — Visual Evaluation 3 Visual Evaluation of HMA mixture will be by visual inspection by the 4 Engineer or, in the sole discretion of the Engineer, the Engineer may 5 sample and test the mixture. 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 5- 04.3(9)01 Mixture Visual Evaluation — Lots, Sampling, Testing, Price Adjustments HMA mixture accepted by Visual Evaluation will not be broken into lots unless the Engineer determines that testing is required. When that occurs, the Engineer will identify the limits of the questionable HMA mixture, and that questionable HMA mixture shall constitute a lot. Then, the Contractor will take samples from the truck, or the Engineer will take core samples from the roadway at a minimum of three random locations from within the lot, selected in accordance with WSDOT Test Method T 716, taken from the roadway in accordance with WSDOT SOP 734, and tested in accordance with WSDOT SOP 737. The Engineer will test one of the samples for all constituents in Section 5- 04.3(9)B3. If all constituents from that test fall within the Job Mix Formula Tolerances (for Visual Evaluation) in Section 9- 03.8(7), the lot will be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside those tolerance limits, the other samples will be tested for all constituents in Section 5- 04.3(9)B3, and a Job Mix Compliance Price Adjustment will be calculated in accordance with Table 15. Table 15 Visual Evaluation — Out of Tolerance Procedures Comply with the Following Pay Factors' Section 5- 04.3(9)B4 Composite Pay Factors2 Section 5- 04.3(9)B5 Price Adjustments Section 5- 04.3(9)B6 The Visual Evaluation tolerance limits in Section 9- 03.8(7) will be used in the calculation of the PF;. 2The maximum CPF shall be 1.00. 5- 04.3(9)E Mixture Acceptance — Notification of Acceptance Test Results The results of all mixture acceptance testing and the Composite Pay Factor (CPF) of the lot after three sublots have been tested will be available to the Contractor through The Contracting Agency's website. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 The Contracting Agency will endeavor to provide written notification (via 3 email to the Contractor's designee) of acceptance test results through its 4 web -based materials testing system Statistical Analysis of Materials 5 (SAM) within 24 hours of the sample being made available to the 6 Contracting Agency. However, the Contractor agrees: 7 8 1. Quality control, defined as the system used by the Contractor to 9 monitor, assess, and adjust its production processes to ensure 10 that the final HMA mixture will meet the specified level of quality, 11 is the sole responsibility of the Contractor. 12 13 2. The Contractor has no right to rely on any testing performed by 14 the Contracting Agency, nor does the Contractor have any right 15 to rely on timely notification by the Contracting Agency of the 16 Contracting Agency's test results (or statistical analysis thereof), 17 for any part of quality control and /or for making changes or 18 correction to any aspect of the HMA mixture. 19 20 3. The Contractor shall make no claim for untimely notification by 21 the Contracting Agency of the Contracting Agency's test results 22 or statistical analysis. 23 24 25 26 27 28 29 30 5- 04.3(10) HMA Compaction Acceptance For all HMA, the Contractor shall comply with the General Compaction Requirements in Section 5- 04.3(10)A. The Contracting Agency will evaluate all HMA for compaction compliance with one of the following - Statistical Evaluation, Visual Evaluation, or Test Point Evaluation - determined by the criteria in Table 16: Table 16 Criteria for Determining Method of Evaluation for HMA Compaction' Statistical Evaluation Visual Evaluation of Test Point Evaluation of HMA Compaction is HMA Compaction is of HMA Compaction Required For: Required For: is Required For: • Any HMA for which • "HMA for • Any HMA not the specified course Preleveling..." meeting the criteria thickness is greater • "HMA for Pavement for Statistical than 0.10 feet, and Repair..." Evaluation or the HMA is in: o traffic lanes, including but not limited to: Visual Evaluation • ramp lanes • truck climbing lanes • weaving lanes • speed change lanes This table applies to all HMA, and shall be the sole basis for determining the acceptance method for compaction. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 The Contracting Agency may, at its sole discretion, evaluate any HMA for compliance with the Cyclic Density requirements of Section 5- 04.3(10)B. 5- 04.3(10)A HMA Compaction — General Compaction Requirements Immediately after the HMA has been spread and struck off, and after surface irregularities have been adjusted, thoroughly and uniformly compact the mix. The completed course shall be free from ridges, ruts, humps, depressions, objectionable marks, and irregularities and shall conform to the line, grade, and cross - section shown in the Plans. If necessary, alter the JMF in accordance with Section 9- 03.8(7) to achieve desired results. Compact the mix when it is in the proper condition so that no undue displacement, cracking, or shoving occurs. Compact areas inaccessible to large compaction equipment by mechanical or hand tampers. Remove HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective. Replace the removed material with new HMA, and compact it immediately to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. An exception shall be that pneumatic tired rollers shall be used for compaction of the wearing course beginning October 1St of any year through March 31St of the following year. Coverage with a steel wheel roller may precede pneumatic tired rolling. Unless otherwise approved by the Engineer, operate rollers in the static mode when the internal temperature of the mix is less than 175 °F. Regardless of mix temperature, do not operate a roller in a mode that results in checking or cracking of the mat. On bridge decks and on the five feet of roadway approach immediately adjacent to the end of bridge /back of pavement seat, operate rollers in static mode only. 5- 04.3(10)6 HMA Compaction — Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer's discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500 -foot section with two or more density readings below 90 percent of the theoretical maximum density. 5- 04.3(10)C HMA Compaction Acceptance — Statistical Evaluation HMA compaction which is accepted by Statistical Evaluation will be based on acceptance testing performed by the Contracting Agency, and statistical analysis of those acceptance tests results. This will result in a Compaction Price Adjustment. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5- 04.3(10)C1 HMA Compaction Statistical Evaluation — Lots and 2 Sublots 3 HMA compaction which is accepted by Statistical Evaluation will be 4 evaluated by the Contracting Agency dividing the project into 5 compaction lots, and each compaction lot will be evaluated using 6 stratified random sampling by the Contracting Agency sub - dividing 7 each compaction lot into compaction sublots. All mixture in any 8 individual compaction lot shall be of the same mix design. The 9 compaction sublots will be numbered in the order in which the mixture 10 (of a particular mix design) is paved. 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 Each compaction lot comprises a maximum of 15 compaction sublots, except for the final compaction lot of each mix design on the Contract, which comprises a maximum of 25 sublots. Each compaction sublot shall be uniform in size as shown in Table 17, except that the last compaction sublot of each day may be increased to a maximum of two times the compaction sublot quantity calculated. Minor variations in the size of any sublot shall not be cause to invalidate the associated test result. Table 17 HMA Compaction Sublot Size HMA Original Plan Quantity (tons)1 Compaction Sublot Size (tons) <20,000 100 20,000 to 30,000 150 >30,000 200 In determining the plan quantity tonnage, do not include any tons accepted by test point evaluation. The following will cause one compaction lot to end prematurely and a new compaction lot to begin: • For a compaction lot in progress with a compaction CPF less than 0.75, a new compaction lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. See also Section 5- 04.3(11)F. 32 5- 04.3(10)C2 HMA Compaction Statistical Evaluation — 33 Acceptance Testing 34 Comply with Section 1- 06.2(1). 35 36 The location of HMA compaction acceptance tests will be randomly 37 selected by the Contracting Agency from within each sublot, with one 38 test per sublot. The Contracting Agency will determine the random 39 sample location using WSDOT Test Method T 716. 40 41 Use Table 18 to determine compaction acceptance test procedures 42 and to allocate compaction acceptance sampling and testing 43 responsibilities between the Contractor and the Contracting Agency. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 Roadway cores shall be taken or nuclear density testing shall occur after completion of the finish rolling, prior to opening to traffic, and on the same day that the mix is placed. HMA Compaction Acceptance Testing Procedures and Responsibilities When Contract Includes Bid Item "Roadway Cores" When Contract Does Not Include Bid Item "Roadway Cores" Basis for Test: Roadway Cores Roadway Cores3 Nuclear Densit 3 Gauge In Place Density Determined by: Contractor shall take cores' using WSDOT SOP 7342 Contracting Agency will take cores' using WSDOT SOP 734 Contracting Agency, using FOP for WAQTC TM 8 Contracting Agency will determine core ensity using density FOP for AASHTO T 166 Contracting Agency will determine core density using FOP for AASHTO T 166 Theoretical Maximum Density Determined by: Contracting Agency, using FOP for AASHTO T 209 Rolling Average of Theoretical Maximum Densities Determined by: Contracting Agency, using WSDOT SOP 729 Percent Compaction in Each Sublot Determined by: Contracting Agency, using WSDOT SOP 736 Contracting Agency, using WSDOT SOP 736 Contracting Agency, using FOP for WAQTC TM 8 The core diameter shall be 4- inches unless otherwise approved by the Engineer. 2The Contractor shall take the core samples in the presence of the Engineer, at locations designated by the Engineer, and deliver the core samples to the Contracting Agency. 3The Contracting Agency will determine, in its sole discretion, whether it will take cores or use the nuclear density gauge to determine in- place density. Exclusive reliance on cores for density acceptance is generally intended for small paving projects and is not intended as a replacement for nuclear gauge density testing on typical projects. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ' 1 2 3 4 5 6 7 8 9 10 ' 11 12 13 ' 14 15 16 17 18 19 20 ' 21 22 23 24 ' 25 26 27 28 ' 29 30 31 ' 32 33 34 ' 35 36 37 38 ' 39 40 41 ' 42 43 44 45 ' 46 47 48 49 50 51 52 1 1 When using the nuclear density gauge for acceptance testing of pavement density, the Engineer will follow WSDOT SOP 730 for correlating the nuclear gauge with HMA cores. When cores are required for the correlation, coring and testing will be by the Contracting Agency. When a core is taken for gauge correlation at the location of a sublot, the relative density of the core will be used for the sublot test result and is exempt from retesting. 5- 04.3(10)C3 HMA Statistical Compaction — Price Adjustments For each HMA compaction lot (that is accepted by Statistical Evaluation) which has less than three compaction sublots, for which all compaction sublots attain a minimum of 91 percent compaction determined in accordance with FOP for WAQTC TM 8 (or WSDOT SOP 736 when provided by the Contract), the HMA will be accepted at the unit Contract price with no further evaluation. For each HMA compaction lot (that is accepted by Statistical Evaluation) which does not meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in accordance with Section 1- 06.2(2) to determine the appropriate Compaction Price Adjustment (CPA). All of the test results obtained from the acceptance samples from a given compaction lot shall be evaluated collectively. Additional testing by either a nuclear density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For the statistical analysis in Section 1 -06.2, use the following values: x = Percent compaction of each sublot USL = 100 LSL= 91 Each CPA will be determined as follows: CPA = [0.40 x (CPF — 1.00)] x Q x UP Where CPA = Compaction Price Adjustment for the compaction lot ($) CPF = Composite Pay Factor for the compaction lot (maximum is 1.05) Q = Quantity in the compaction lot (tons) UP = Unit price of the HMA in the compaction lot ($ /ton) 5- 04.3(10)C4 HMA Statistical Compaction — Requests for Retesting For a compaction sublot that has been tested with a nuclear density gauge that did not meet the minimum of 91 percent of the theoretical maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core, taken at the same location as the nuclear density test, be AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 used for determination of the relative density of the compaction 2 sublot. The relative density of the core will replace the relative density 3 determined by the nuclear density gauge for the compaction sublot 4 and will be used for calculation of the CPF and acceptance of HMA 5 compaction lot. When cores are taken by the Contracting Agency at 6 the request of the Contractor, they shall be requested by noon of the 7 next workday after the test results for the compaction sublot have 8 been provided or made available to the Contractor. Traffic control 9 shall be provided by the Contractor as requested by the Engineer. 10 Failure by the Contractor to provide the requested traffic control will 11 result in forfeiture of the request for retesting. When the CPF for the 12 compaction lot based on the results of the cores is less than 1.00, the 13 Contracting Agency will deduct the cost for the coring from any 14 monies due or that may become due the Contractor under the 15 Contract at the rate of $200 per core and the Contractor shall pay for 16 the cost of the traffic control. 17 18 5- 04.3(10)D HMA Compaction — Visual Evaluation 19 Visual Evaluation will be the basis of acceptance for compaction of the Bid 20 items "HMA for Pavement Repair Cl. PG "and "HMA for 21 Prelevelling Class_ PG ". This HMA shall be thoroughly compacted 22 to the satisfaction of the Engineer. HMA that is used to prelevel wheel 23 ruts shall be compacted with a pneumatic tire roller. 24 25 5- 04.3(10)E HMA Compaction — Test Point Evaluation 26 When compaction acceptance is by Test Point Evaluation, compact HMA 27 based on a test point evaluation of the compaction train. Perform the test 28 point evaluation in accordance with instructions from the Engineer. The 29 number of passes with an approved compaction train, required to attain 30 the maximum test point density, shall be used on all subsequent paving. 31 32 5- 04.3(10)F HMA Compaction Acceptance — Notification of 33 Acceptance Test Results 34 The obligations and responsibilities for notifying the Contractor of 35 compaction acceptance test results are the same as for mixture 36 acceptance test results. See Section 5- 04.3(9)E. 37 38 5- 04.3(11) Reject Work 39 This Section applies to HMA and all requirements related to HMA (except 40 aggregates prior to being incorporated into HMA). For rejection of aggregate 41 prior to its incorporation into HMA refer to Section 3 -04. 42 43 5- 04.3(11)A Reject Work — General 44 Work that is defective or does not conform to Contract requirements shall 45 be rejected. The Contractor may propose, in writing, alternatives to 46 removal and replacement of rejected material. Acceptability of such 47 alternative proposals will be determined at the sole discretion of the 48 Engineer. 49 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 2 3 ' 4 5 6 7 8 9 10 ' 11 12 13 14 15 16 17 ' 18 19 20 21 I 22 23 24 ' 25 26 27 ' 28 29 30 31 ' 32 33 34 ' 35 36 37 38 ' 39 40 41 42 43 44 45 ' 46 47 48 49 50 51 52 1 1 1 5- 04.3(11)B Rejection by Contractor The Contractor may, prior to acceptance sampling and testing, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5- 04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests the rejected material to be tested. If the Contractor requests testing, acceptance will be by Statistical Evaluation, and a minimum of three samples will be obtained and tested. When uncompacted material is required for testing but not available, the Engineer will determine random sample locations on the roadway in accordance with WSDOT Test Method T 716, take cores in accordance with WSDOT SOP 734, and test the cores in accordance with WSDOT SOP 737. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5- 04.3(11)D Rejection — A Partial Sublot (Mixture or Compaction) In addition to the random acceptance sampling and testing, the Engineer may also isolate from a mixture or compaction sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. The Contracting Agency will obtain a minimum of three random samples of the suspect material and perform the testing. When uncompacted material is required for testing but is not available, the Engineer will select random sample locations on the roadway in accordance with WSDOT Test Method T 716, take cores samples in accordance with WSDOT SOP 734, and test the material in accordance with WSDOT SOP 737. The material will then be statistically evaluated as an independent lot in accordance with Section 1- 06.2(2). 5- 04.3(11)E Rejection — An Entire Sublot (Mixture or Compaction) An entire mixture or compaction sublot that is suspected of being defective may be rejected. When this occurs, a minimum of two additional random samples from this sublot will be obtained. When uncompacted material is required for the additional samples but the material has been compacted, the Contracting Agency will take and test cores from the roadway as described in Section 5- 04.3(11)D. The additional samples and the original AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 sublot will be evaluated as an independent lot in accordance with Section 2 1- 06.2(2). 3 4 5- 04.3(11)F Rejection - A Lot in Progress (Mixture or Compaction) 5 The Contractor shall shut down operations and shall not resume HMA 6 placement until such time as the Engineer is satisfied that material 7 conforming to the Specifications can be produced when: 8 9 1. the Composite Pay Factor (CPF) of a mixture or compaction lot 10 in progress drops below 1.00 and the Contractor is taking no 11 corrective action, or 12 13 2. the Pay Factor (PF;) for any constituent of a mixture or 14 compaction lot in progress drops below 0.95 and the Contractor 15 is taking no corrective action, or 16 17 3. either the PF; for any constituent (or the CPF) of a mixture or 18 compaction lot in progress is less than 0.75. 19 20 5- 04.3(11)G Rejection — An Entire Lot (Mixture or Compaction) 21 An entire lot with a CPF of less than 0.75 will be rejected. 22 23 5- 04.3(12) Joints 24 5- 04.3(12)A HMA Joints 25 5- 04.3(12)A1 Transverse Joints 26 Conduct operations such that placement of the top or wearing course 27 is a continuous operation or as close to continuous as possible. 28 Unscheduled transverse joints will be allowed, but the roller may pass 29 over the unprotected end of the freshly laid HMA only when the 30 placement of the course is discontinued for such a length of time that 31 the HMA will cool below compaction temperature. When the Work is 32 resumed, cut back the previously compacted HMA to produce a 33 slightly beveled edge for the full thickness of the course. 34 35 Construct a temporary wedge of HMA on a 50H:1V where a 36 transverse joint as a result of paving or planing is open to traffic. 37 Separate the HMA in the temporary wedge from the permanent HMA 38 upon which it is placed by strips of heavy wrapping paper or other 39 methods approved by the Engineer. Remove the wrapping paper and 40 trim the joint to a slightly beveled edge for the full thickness of the 41 course prior to resumption of paving. 42 43 Waste the material that is cut away and place new HMA against the 44 cut. Use rollers or tamping irons to seal the joint. 45 46 5- 04.3(12)A2 Longitudinal Joints 47 Offset the longitudinal joint in any one course from the course 48 immediately below by not more than 6 inches nor less than 2 inches. 49 Locate all longitudinal joints constructed in the wearing course at a 50 lane line or an edge line of the Traveled Way. Construct a notched 51 wedge joint along all longitudinal joints in the wearing surface of new 52 HMA unless otherwise approved by the Engineer. The notched AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 wedge joint shall have a vertical edge of not less than the maximum 2 aggregate size nor more than 1 of the compacted lift thickness, and 3 then taper down on a slope not steeper than 4H:1 V. Uniformly 4 compact the sloped portion of the HMA notched wedge joint. 5 6 On one -lane ramps a longitudinal joint may be constructed at the 7 center of the traffic lane, subject to approval by the Engineer, if: 8 9 1. The ramp must remain open to traffic, or 10 11 2. The ramp is closed to traffic and a hot -lap joint is 12 constructed. 13 14 a. Two paving machines shall be used to construct the 15 hot -lap joint. 16 17 b. The pavement within 6 inches of the hot -lap joint will not 18 be excluded from random location selection for 19 compaction testing. 20 21 c. Construction equipment other than rollers shall not 22 operate on any uncompacted HMA. 23 24 When HMA is placed adjacent to cement concrete pavement, 25 construct longitudinal joints between the HMA and the cement 26 concrete pavement. Saw the joint to the dimensions shown on 27 Standard Plan A -40.10 and fill with joint sealant meeting the 28 requirements of Section 9 -04.2. 29 30 5- 04.3(12)B Bridge Paving Joint Seals 31 5- 04.3(12)B1 HMA Sawcut and Seal 32 Prior to placing HMA on the bridge deck, establish sawcut alignment 33 points at both ends of the bridge paving joint sealsto be placed at the 34 bridge ends, and at interior joints within the bridge deck when and 35 where shown in the Plans. Establish the sawcut alignment points in a 36 manner that they remain functional for use in aligning the sawcut after 37 placing the HMA overlay. 38 39 Submit a Type 1 Working Drawing consisting of the sealant 40 manufacturer's application procedure. 41 42 Construct the bridge paving joint seal as specified in the Plans and in 43 accordance with the detail shown in the Standard Plans. Construct 44 the sawcut in accordance with Section 5- 05.3(8). Apply the sealant in 45 accordance with Section 5- 05.3(8)B and the manufacturer's 46 application procedure. 47 48 5- 04.3(12)B2 Paved Panel Joint Seal 49 Construct the paved panel joint seal in accordance with the 50 requirements specified in Section 5- 04.3(12)B1 and the following 51 requirement: 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1. Clean and seal the existing joint between concrete panels in 2 accordance with Section 5- 01.3(8) and the details shown in 3 the Standard Plans. 4 5 5- 04.3(13) Surface Smoothness 6 The completed surface of all courses shall be of uniform texture, smooth, 7 uniform as to crown and grade, and free from defects of all kinds. The 8 completed surface of the wearing course shall not vary more than 1/8 inch from 9 the lower edge of a 10 -foot straightedge placed on the surface parallel to the 10 centerline. The transverse slope of the completed surface of the wearing 11 course shall vary not more than 1/4 inch in 10 feet from the rate of transverse 12 slope shown in the Plans. 13 14 When deviations in excess of the above tolerances are found that result from 15 a high place in the HMA, correct the pavement surface by one of the 16 following methods: 17 18 1. Remove material from high places by grinding with an approved 19 grinding machine, or 20 21 2. Remove and replace the wearing course of HMA, or 22 23 3. By other method approved by the Engineer. 24 25 Correct defects until there are no deviations anywhere greater than the 26 allowable tolerances. 27 28 Deviations in excess of the above tolerances that result from a low place in the 29 HMA and deviations resulting from a high place where corrective action, in the 30 opinion of the Engineer, will not produce satisfactory results will be accepted 31 with a price adjustment. The Engineer shall deduct from monies due or that 32 may become due to the Contractor the sum of $500.00 for each and every 33 section of single traffic lane 100 feet in length in which any excessive 34 deviations described above are found. 35 36 When portland cement concrete pavement is to be placed on HMA, the 37 surface tolerance of the HMA shall be such that no surface elevation lies 38 above the Plan grade minus the specified Plan depth of portland cement 39 concrete pavement. Prior to placing the portland cement concrete pavement, 40 bring any such irregularities to the required tolerance by grinding or other 41 means approved by the Engineer. 42 43 When utility appurtenances such as manhole covers and valve boxes are 44 located in the Traveled Way, pave the Roadway before the utility 45 appurtenances are adjusted to the finished grade. 46 47 5- 04.3(14) Planing Bituminous Pavement 48 Plane in such a manner that the underlying pavement is not torn, broken, or 49 otherwise damaged by the planing operation. Delamination or raveling of the 50 underlying pavement will not be construed as damage due to the Contractor's 51 operations. Pavement outside the limits shown in the Plans or designated by 52 the Engineer that is damaged by the Contractor's operations shall be repaired AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 to the satisfaction of the Engineer at no additional cost to the Contracting 2 Agency. 3 4 For mainline planing operations, use equipment with automatic controls and 5 with sensors for either or both sides of the equipment. The controls shall be 6 capable of sensing the grade from an outside reference line, or a mat - 7 referencing device. The automatic controls shall have a transverse slope 8 controller capable of maintaining the mandrel at the desired transverse slope 9 (expressed as a percentage) within plus or minus 0.1 percent. 10 11 Remove all loose debris from the planed surface before opening the planed 12 surface to traffic. The planings and other debris resulting from the planing 13 operation shall become the property of the Contractor and be disposed of in 14 accordance with Section 2- 03.3(7)C, or as otherwise allowed by the Contract. 15 16 5- 04.3(15) Sealing Pavement Surfaces 17 Apply a fog seal where shown in the Plans. Construct the fog seal in 18 accordance with Section 5 -02.3. Unless otherwise approved by the Engineer, 19 apply the fog seal prior to opening to traffic. 20 21 5- 04.3(16) HMA Road Approaches 22 Construct HMA approaches at the locations shown in the Plans or where 23 staked by the Engineer, in accordance with Section 5 -04. 24 25 5 -04.4 Measurement 26 HMA Cl. PG , HMA for Cl. PG _, and Commercial HMA will 27 be measured by the ton in accordance with Section 1 -09.2, with no deduction being 28 made for the weight of asphalt binder, mineral filler, or any other component of the HMA. 29 If the Contractor elects to remove and replace HMA as allowed by Section 5- 04.3(11), 30 the material removed will not be measured. 31 32 Roadway cores will be measured per each for the number of cores taken. 33 34 Crack Sealing -LF will be measured by the linear foot along the line of the crack. 35 36 Soil residual herbicide will be measured by the mile for the stated width to the nearest 37 0.01 mile or by the square yard, whichever is designated in the Proposal. 38 39 Pavement repair excavation will be measured by the square yard of surface marked 40 prior to excavation. 41 42 Asphalt for fog seal will be measured by the ton, as provided in Section 5 -02.4. 43 44 Longitudinal joint seals between the HMA and cement concrete pavement will be 45 measured by the linear foot along the line and slope of the completed joint seal. 46 47 HMA sawcut and seal, and paved panel joint seal, will be measured by the linear foot 48 along the line and slope of the completed joint seal. 49 50 Planing bituminous pavement will be measured by the square yard. 51 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 Temporary pavement marking will be measured by the linear foot as provided in Section 2 8 -23.4. 3 4 Water will be measured by the M gallon as provided in Section 2 -07.4. 5 6 5 -04.5 Payment 7 Payment will be made for each of the following Bid items that are included in the 8 Proposal: 9 10 "HMA Cl. PG ", per ton. 11 "HMA for Approach CI. PG ", per ton. 12 "HMA for Preleveling Cl. PG ", per ton. 13 "HMA for Pavement Repair Cl. PG ", per ton. 14 "Commercial HMA ", per ton. 15 The unit Contract price per ton for "HMA Cl. PG ", "HMA for Approach Cl. 16 PG ", "HMA for Preleveling Cl. _ PG ", "HMA for Pavement Repair Cl. 17 PG ", and "Commercial HMA" shall be full compensation for all costs, 18 including anti - stripping additive, incurred to carry out the requirements of Section 5- 19 04 except for those costs included in other items which are included in this 20 Subsection and which are included in the Proposal. 21 22 "Crack Sealing -FA ", by force account. 23 "Crack Sealing -FA" will be paid for by force account as specified in Section 1 -09.6. 24 For the purpose of providing a common Proposal for all Bidders, the Contracting 25 Agency has entered an amount in the Proposal to become a part of the total Bid by 26 the Contractor. 27 28 "Crack Sealing -LF ", per linear foot. 29 The unit Contract price per linear foot for "Crack Sealing -LF" shall be full payment 30 for all costs incurred to perform the Work described in Section 5- 04.3(4)A. 31 32 "Soil Residual Herbicide ft. Wide ", per mile, or 33 "Soil Residual Herbicide ", per square yard. 34 The unit Contract price per mile or per square yard for "Soil Residual Herbicide" 35 shall be full payment for all costs incurred to obtain, provide and install herbicide in 36 accordance with Section 5- 04.3(4)B. 37 38 "Pavement Repair Excavation Incl. Haul ", per square yard. 39 The unit Contract price per square yard for "Pavement Repair Excavation Incl. 40 Haul" shall be full payment for all costs incurred to perform the Work described in 41 Section 5- 04.3(4)C with the exception, however, that all costs involved in the 42 placement of HMA shall be included in the unit Contract price per ton for "HMA for 43 Pavement Repair CI. PG ", per ton. 44 45 "Asphalt for Fog Seal ", per ton. 46 Payment for "Asphalt for Fog Seal" is described in Section 5 -02.5. 47 48 "Longitudinal Joint Seal ", per linear foot. 49 The unit Contract price per linear foot for "Longitudinal Joint Seal" shall be full 50 payment for all costs incurred to construct the longitudinal joint between HMA and 51 cement concrete pavement, as described in Section 5- 04.3(12)B. 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 "HMA Sawcut And Seal ", per linear foot. 2 The unit Contract price per linear foot for "HMA Sawcut And Seal" shall be full 3 payment for all costs incurred to perform the Work described in Section 5- 4 04.3(12)B1. 5 6 "Paved Panel Joint Seal ", per linear foot. 7 The unit Contract price per linear foot for "Paved Panel Joint Seal" shall be full 8 payment for all costs incurred to perform the Work described in Section 5- 9 04.3(12)B2. 10 11 "Planing Bituminous Pavement ", per square yard. 12 The unit Contract price per square yard for "Planing Bituminous Pavement" shall be 13 full payment for all costs incurred to perform the Work described in Section 5- 14 04.3(14). 15 16 "Temporary Pavement Marking ", per linear foot. 17 Payment for "Temporary Pavement Marking" is described in Section 8 -23.5. 18 19 "Water ", per M gallon. 20 Payment for "Water" is described in Section 2 -07.5. 21 22 "Job Mix Compliance Price Adjustment ", by calculation. 23 "Job Mix Compliance Price Adjustment" will be calculated and paid for as described 24 in Section 5- 04.3(9)B6, 5- 04.3(9)C3, and 5- 04.3(9)D1. 25 26 "Compaction Price Adjustment ", by calculation. 27 "Compaction Price Adjustment" will be calculated and paid for as described in 28 Section 5- 04.3(10)C3. 29 30 "Roadway Core ", per each. 31 The Contractor's costs for all other Work associated with the coring (e.g., traffic 32 control) shall be incidental and included within the unit Bid price per each and no 33 additional payments will be made. 34 35 "Cyclic Density Price Adjustment ", by calculation. 36 "Cyclic Density Price Adjustment" will be calculated and paid for as described in 37 Section 5- 04.3(10)B. 38 39 5- 05.AP5 40 Section 5 -05, Cement Concrete Pavement 41 August 1, 2016 42 5- 05.3(3)B Mixing Equipment 43 The last sentence of item number 4 is revised to read: 44 45 Plant -mixed concrete may be transported in nonagitated vehicles provided that the 46 concrete is in a workable condition when placed and: 47 48 a. discharge is completed within 45 minutes after the introduction of mixing water 49 to the cement and aggregates, or 50 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 b. discharge is completed within 60 minutes after the introduction of mixing water 2 to the cement and aggregates, provided the concrete mix temperature is 70 F 3 or below during placement, or 4 5 c. discharge is completed within 60 minutes after the introduction of mixing water 6 to the cement and aggregates, provided the mix contains an approved set 7 retarder at the manufacturer's minimum dosage rate. 8 9 5- 05.3(6) Subgrade 10 This section, including title, is revised to read: 11 12 5- 05.3(6) Surface Preparation 13 The Subgrade surface shall be prepared and compacted a minimum of 3 feet beyond 14 each edge of the area which is to receive concrete pavement in order to accommodate 15 the slip -form equipment. 16 17 Concrete shall not be placed during a heavy rainfall. Prior to placing concrete: 18 19 1. The surface shall be moist; 20 21 2. Excess water (e.g., standing, pooling or flowing) shall be removed from the 22 surface. 23 24 3. The surface shall be clean and free of any deleterious materials. 25 26 4. The surface temperature shall not exceed 120 °F or be frozen. 27 28 5- 05.3(7)A Slip -Form Construction 29 The second sentence of the first paragraph is revised to read: 30 31 The alignment and elevation of the paver shall be regulated from outside reference lines 32 established for this purpose, or by an electronic control system capable of controlling 33 the line and grade within required tolerances. 34 35 6- 02.AP6 36 Section 6 -02, Concrete Structures 37 August 1, 2016 38 6- 02.3(2)A Contractor Mix Design 39 The following new sentence is inserted after the first sentence of the third paragraph: 40 41 The mix design submittal shall also include test results no older than one year showing 42 that the Aggregates do not contain Deleterious Substances in accordance with Section 43 9 -03. 44 45 6- 02.3(2)A1 Contractor Mix Design for Concrete Class 4000D 46 The following new sentence is inserted after the second sentence of the last paragraph: 47 48 Mix designs using shrinkage reducing admixture shall state the specific quantity 49 required. 50 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The following new sentence is inserted before the last sentence of the last paragraph: 2 3 Testing samples of mixes using shrinkage reducing admixture shall use the admixture 4 amount specified in the mix design submittal. 5 6 6- 02.3(2)B Commercial Concrete 7 The last sentence of the first paragraph is revised to read: 8 9 Commercial concrete does not require mix design or source approvals for cement, 10 aggregate, and other admixtures. 11 12 6- 02.3(6)A1 Hot Weather Protection 13 This section is revised to read: 14 15 The Contractor shall provide concrete within the specified temperature limits. Cooling of 16 the coarse aggregate piles by sprinkling with water is permitted provided the moisture 17 content is monitored and the mixing water is adjusted for the free water in the 18 aggregate. Shading or cooling aggregate piles (sprinkling of fine aggregate piles with 19 water is not allowed). If sprinkling of the coarse aggregates is to be used, the piles 20 moisture content shall be monitored and the mixing water adjusted for the free water in 21 the aggregate. In addition, when removing the coarse aggregate, it shall be removed 22 from at least 1 foot above the bottom of the pile. Refrigerating mixing water; or replacing 23 all or part of the mixing water with crushed ice, provided the ice is completely melted by 24 placing time. 25 26 If air temperature exceeds 90 °F, the Contractor shall use water spray or other accepted 27 methods to cool all concrete - contact surfaces to less than 90 °F. These surfaces include 28 forms, reinforcing steel, steel beam flanges, and any others that touch the mix. 29 30 6- 02.3(6)A2 Cold Weather Protection 31 This section is revised to read: 32 33 Concrete shall be maintained at or above a temperature of 40 °F during the first seven 34 days of the Cold Weather Protection Period and at or above a temperature of 35 °F 35 during the remainder of the Cold Weather Protection Period. Cold weather protection 36 requirements do not apply to concrete placed below the ground line. 37 38 Prior to placing concrete in cold weather, the Contractor shall submit a Type 2 Working 39 Drawing with a written procedure for cold weather concreting. The procedure shall detail 40 how the Contractor will adequately cure the concrete and prevent the concrete 41 temperature from falling below the minimum temperature. Extra protection shall be 42 provided for areas especially vulnerable to freezing (such as exposed top surfaces, 43 corners and edges, thin sections, and concrete placed into steel forms). Concrete 44 placement will only be allowed if the Contractor's cold weather protection plan has been 45 accepted by the Engineer. 46 47 Prior to concrete placement, the Contractor shall review the 7 -day temperature 48 predictions for the job site from the Western Region Headquarters of the National 49 Weather Service (www.wrh.noaa.gov). When temperatures below 35 °F are predicted, 50 the Contractor shall: 51 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1. Install temperature data loggers in each concrete pour. One data logger shall 2 be installed for every 100 yards of concrete placed. Data loggers shall be 3 installed at locations directed by the Engineer, and shall be placed 1.5 inches 4 from the face of concrete. 5 6 2. Immediately after concrete placement, temperature data loggers shall be 7 installed on the concrete surface at locations directed by the Engineer. One 8 data logger shall be installed for every 100 yards of concrete placed. 9 10 The data loggers shall be operated continuously during the Cold Weather Protection 11 Period. Temperatures shall be measured, recorded and stored a minimum of every 30 12 minutes. Temperature date shall be submitted to the Engineer as a Type 1 Working 13 Drawing within three days following the end of the Cold Weather Protection Period. 14 15 If the concrete temperature falls below 40 °F during the first seven days of the Cold 16 Weather Protection Period, no curing time is awarded for that day and the Cold Weather 17 Protection Period is extended for one additional day. If the concrete temperature falls 18 below 35 °F during Cold Weather Protection Period, the concrete may be rejected by the 19 Engineer. 20 21 6- 02.3(17)N Removal of Falsework and Forms 22 The fifth paragraph is deleted. 23 24 6- 02.3(25)J Horizontal Alignment 25 The last two sentences of the third paragraph are revised to read the following single 26 sentence: 27 28 Any girder that exceeds on offset of inch for each 10 feet of girder length shall be 29 corrected at the job site to the 1/8 inch maximum offset per 10 feet of girder length before 30 concrete is placed into the diaphragms. 31 32 6- 02.3(26)D2 Test Block Dimensions 33 The first sentence is revised to read: 34 35 The dimensions of the test block perpendicular to the tendon in each direction shall be 36 the smaller of twice the minimum edge distance or the minimum spacing specified by 37 the special anchorage device manufacturer, with the stipulation that the concrete cover 38 over any confining reinforcing steel or supplementary skin reinforcement shall be 39 appropriate for the project- specific application and circumstances. 40 41 6- 02.3(26)E2 Ducts for External Exposed Installation 42 In the first paragraph, "ASTM D3350" is revised to read "ASTM D3035 ". 43 44 In the fourth paragraph, "ASTM D3505" is revised to read "ASTM D3035 ". 45 46 6- 02.3(26)G Tensioning 47 Item number 1 of the second paragraph is revised to read: 48 49 1. All concrete has reached a compressive strength of at least 4,000 psi or the 50 strength specified in the Plans. When tensioning takes place prior to 28 -day 51 compressive strength testing on concrete sampled in accordance with Section 6- AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 02.3(25)H, compressive strength shall be verified on field cured cylinders in 2 accordance with the FOP for AASHTO T23. 3 4 6- 02.3(27)A Use of Self- Consolidating Concrete for Precast Units 5 Item number 2 of the first paragraph is revised to read: 6 7 2. Precast reinforced concrete three -sided structures, box culverts and split box 8 culverts in accordance with Section 7- 02.3(6). 9 10 6- 05.AP6 11 Section 6 -05, Piling 12 August 1, 2016 13 In this section, the words "capacity" and "capacities" are replaced with the words "resistance" 14 and "resistances ", respectively. 15 16 6- 05.3(1) Piling Terms 17 The third paragraph is revised to read: 18 19 Overdriving — Over - driving of piles occurs when the ultimate bearing resistance 20 calculated from the equation in Section 6- 05.3(12), or the wave equation driving criteria 21 if applicable, exceeds the ultimate bearing resistance required in the Contract in order to 22 reach the minimum tip elevation specified in the Contract, or as required by the 23 Engineer. 24 25 The first sentence of the last paragraph is revised to read: 26 27 Minimum Tip Elevation — The minimum tip elevation is the elevation to which the pile 28 tip shall be driven. 29 30 6- 05.3(3)A Casting and Stressing 31 The last sentence of the third paragraph is revised to read: 32 33 If the corrective action is not acceptable to the Engineer, the piling(s) will be subject to 34 rejection by the Engineer. 35 36 6- 05.3(5) Manufacture of Steel Piles 37 This section is supplemented with the following new paragraph: 38 39 At least 14 -days prior to the start of production of the piling, the Contractor shall advise 40 the Engineer of the production schedule. The Contractor shall give the Inspector safe 41 and free access to the Work. If the Inspector observes any nonspecification Work or 42 unacceptable quality control practices, the Inspector will advise the plant manager. If the 43 corrective action is not acceptable to the Engineer, the piling(s) will be subject to 44 rejection by the Engineer. 45 46 6- 05.3(9)A Pile Driving Equipment Approval 47 The first sentence of the second paragraph is revised to read: 48 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 The Contractor shall submit Type 2E Working Drawings consisting of a wave equation 2 analysis for all pile driving systems used to drive piling with required maximum driving 3 resistances of greater than 300 tons. 4 5 6- 07.AP6 6 Section 6 -07, Painting 7 August 1, 2016 8 6- 07.3(10)F Collecting, Testing, and Disposal of Containment Waste 9 The third, fourth and fifth paragraphs are deleted and replaced with the following two new 10 paragraphs: 11 12 Containment waste is defined as all paint chips and debris removed from the steel 13 surface and all abrasive blast media, as contained by the containment system. After all 14 waste from the containment system has been collected, the Contractor shall collect 15 representative samples of the components that field screening indicates are lead - 16 contaminated material. The Contractor shall collect at least one representative sample 17 from each container. The Contractor may choose to collect a composite sample of each 18 container, but the composite sample must consist of several collection points (a 19 minimum of 3 random samples) that are representative of the entire contents of the 20 container and representative of the characteristics of the type of waste in the container. 21 In accordance with WAC 173 - 303 -040, a representative sample means "a sample 22 which can be expected to exhibit the average properties of the sample source." 23 24 The debris shall be tested for metals using the Toxicity Characteristics Leaching 25 Procedure (TCLP) and EPA Methods 1311 and 6010. At a minimum, the materials 26 should be analyzed for the Resource Conservation and Recovery Act (RCRA) 8 Metals 27 (arsenic, barium, cadmium, chromium, lead, mercury, selenium, and silver). Pursuant 28 to the Dangerous Waste (DW) Regulations Chapter 173 - 303- 90(8)(c) WAC, "Any waste 29 that contains contaminants which occur at concentrations at or above the DW threshold 30 must be designated as DW." All material within each individual container or 31 containment system that designates as DW shall be disposed of at a legally permitted 32 Subtitle C Hazardous Waste Landfill. All material within each individual container or 33 containment system that designate below the DW threshold, will be designated as 34 "Solid Waste" and shall be disposed of at a legally permitted Subtitle D Landfill. 35 Disposal shall be in accordance with WAC 173 -303 for waste designated "Dangerous 36 Waste" and pursuant to WAC 173 -350 for waste designated as "Solid Waste ". 37 38 6- 09.AP6 39 Section 6 -09, Modified Concrete Overlays 40 April 4, 2016 41 6- 09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified 42 Concrete Overlays 43 The first sentence of the first paragraph is revised to read the following two new sentences: 44 45 The Engineer will perform slump, temperature, and entrained air tests for acceptance in 46 accordance with Section 6- 02.3(5)D and as specified in this Section after the Contractor 47 has turned over the concrete for acceptance testing. Concrete samples for testing shall 48 be supplied to the Engineer in accordance with Section 6- 02.3(5)E. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 The last paragraph is deleted. 3 4 6- 09.3(8)B Quality Assurance for Latex Modified Concrete Overlays 5 The first two paragraphs are deleted and replaced with the following: 6 7 The Engineer will perform slump, temperature, and entrained air tests for acceptance in 8 accordance with Section 6- 02.3(5)D and as specified in this Section after the Contractor 9 has turned over the concrete for acceptance testing. The Engineer will perform testing 10 as the concrete is being placed. Samples shall be taken on the first charge through 11 each mobile mixer and every other charge thereafter. The sample shall be taken after 12 the first 2 minutes of continuous mixer operation. Concrete samples for testing shall be 13 supplied to the Engineer in accordance with Section 6- 02.3(5)E. 14 15 The second to last sentence of the last paragraph is revised to read: 16 17 Recommendations made by the technical representative on or off the jobsite shall be 18 adhered to by the Contractor. 19 20 6- 10.AP6 21 Section 6 -10, Concrete Barrier 22 August 1, 2016 23 6- 10.3(5) Temporary Concrete Barrier 24 This section title is revised to read: 25 26 Temporary Barrier 27 28 The first paragraph is revised to read: 29 30 For temporary barrier, the Contractor may use precast concrete barrier or temporary 31 steel barrier. Temporary concrete barrier shall comply with Standard Plan requirements 32 and cross - sectional dimensions, except that: (1) it may be made in other lengths than 33 those shown in the Standard Plan, and (2) it may have permanent lifting holes no larger 34 than 4 inches in diameter or lifting loops. Temporary steel barrier shall be certified that it 35 meets NCHRP 350 or MASH crash test requirements and shall be installed in 36 accordance with the manufacturer's recommendations. 37 38 6 -10.4 Measurement 39 The first sentence of the second paragraph is revised to read: 40 41 Temporary barrier will be measured by the linear foot along the completed line and 42 slope of the barrier, one time only for each setup of barrier protected area. 43 44 6 -10.5 Payment 45 The Bid item "Temporary Conc. Barrier ", per linear foot, and the paragraph following this Bid 46 item, is revised to read: 47 48 "Temporary Barrier ", per linear foot. 49 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 The unit Contract price per linear foot for "Temporary Barrier" shall be full pay for all 2 costs, including furnishing, installing, connecting, anchoring, maintaining, temporary 3 storage, and final removal of the temporary barrier. 4 5 6- 14.AP6 6 Section 6 -14, Geosynthetic Retaining Walls 7 January 4, 2016 8 6 -14.5 Payment 9 The bid item "Concrete Fascia Panel ", per square foot, and the paragraph following this bid 10 item are revised to read: 11 12 "Concrete Fascia Panel For Geosynthetic Wall ", per square foot. 13 14 All costs in connection with constructing the concrete fascia panels as specified shall be 15 included in the unit Contract price per square foot for "Concrete Fascia Panel For 16 Geosynthetic Wall ", including all steel reinforcing bars, premolded joint filler, 17 polyethylene bond breaker strip, joint sealant, PVC pipe for weep holes, exterior surface 18 finish, and pigmented sealer (when specified), constructing and placing the concrete 19 footing, edge beam, anchor beam, anchor rod assembly, and backfill. 20 21 6- 19.AP6 22 Section 6 -19, Shafts 23 August 1, 2016 24 6 -19.3 Construction Requirements 25 This section is supplemented with the following new subsection: 26 27 6- 19.3(10) Engineer's Final Acceptance of Shafts 28 The Engineer will determine final acceptance of each shaft, based on the 29 nondestructive QA test results and analysis for the tested shafts, and will provide a 30 response to the Contractor within 3 working days after receiving the test results and 31 analysis submittal. 32 33 6- 19.3(1)B Nondestructive Testing of Shafts 34 This section's content is deleted and replaced with the following new subsections: 35 36 6- 19.3(1)B1 Nondestructive Quality Assurance (QA) Testing of Shafts 37 Unless otherwise specified in the Special Provisions, the Contractor shall perform 38 nondestructive QA testing of shafts, except for those constructed completely in the dry. 39 Either crosshole sonic log (CSL) testing in accordance with ASTM D 6760 or thermal 40 integrity profiling (TIP) testing in accordance with ASTM D 7949 shall be used. 41 42 6- 19.3(1)62 Nondestructive Quality Verification (QV) Testing of Shafts 43 The Contracting Agency may perform QV nondestructive testing of shafts that have 44 been QA tested by the Contractor. The Contracting Agency may test up to ten percent 45 of the shafts. The Engineer will identify the shafts selected for QV testing and the 46 testing method the Contracting Agency will use. 47 48 The Contractor shall accommodate the Contracting Agency's nondestructive testing. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 6- 19.3(2) Shaft Construction Submittal 3 This section is revised to read: 4 5 The shaft construction submittal shall be comprised of the following four components: 6 construction experience; shaft installation narrative; shaft slurry technical assistance; 7 and nondestructive QA testing personnel. The submittals shall be Type 2 Working 8 Drawings, except the shaft slurry technical assistance and nondestructive QA testing 9 personnel submittals shall be Type 1. 10 11 This section is supplemented with the following new subsection: 12 13 6- 19.3(2)D Nondestructive QA Testing Organization and Personnel 14 The Contractor shall submit the names of the testing organizations, and the names of 15 the personnel who will conduct nondestructive QA testing of shafts. The submittal shall 16 include documentation that the qualifications specified below are satisfied. For TIP 17 testing, the testing organization is the group that performs the data analysis and 18 produces the final report. The testing organizations and the testing personnel shall meet 19 the following minimum qualifications: 20 21 1. The testing organization shall have performed nondestructive tests on a 22 minimum of three deep foundation projects in the last two years. 23 24 2. Personnel conducting the tests for the testing organization shall have a 25 minimum of one year experience in nondestructive testing and interpretation. 26 27 3. The experience requirements for the organization and personnel shall be 28 consistent with the testing methods the Contractor has selected for 29 nondestructive testing of shafts. 30 31 4. Personnel preparing test reports shall be a Professional Engineers, licensed 32 under Title 18 RCW, State of Washington, and in accordance with WAC 196- 33 23 -020. 34 35 6- 19.3(3) Shaft Excavation 36 The second paragraph is revised to read: 37 38 Shaft excavation shall not be started until the Contractor has received the Engineer 39 acceptance for the reinforcing steel centralizers required when the casing is to be pulled 40 during concrete placement. 41 42 This section is supplemented with the following: 43 44 Except as otherwise noted, the Contractor shall not commence subsequent shaft 45 excavations until receiving the Engineer's acceptance of the first shaft, based on the 46 results and analysis of the nondestructive testing for the first shaft. The Contractor may 47 commence subsequent shaft excavations prior to receiving the Engineer's acceptance 48 of the first shaft, provided the following condition is satisfied: 49 50 The Engineer permits continuing with shaft construction based on the Engineer's 51 observations of the construction of the first shaft, including, but not limited to, 52 conformance to the shaft installation narrative in accordance with Section 6- AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 19.3(2)B, and the Engineer's review of Contractor's daily reports and Inspector's 2 daily logs concerning excavation, steel reinforcing bar placement, and concrete 3 placement. 4 5 6- 19.3(6) Access Tubes for Crosshole Sonic Log (CSL) Testing 6 This section title is revised to read: 7 8 6- 19.3(6) Contractor Furnished Accessories for Nondestructive QA Testing 9 10 This section is supplemented with the following three new subsections: 11 12 6- 19.3(6)D Shafts Requiring Thermal Wire 13 The Contractor shall furnish and install thermal wire in all shafts receiving the thermal 14 wire method of TIP testing, except as otherwise noted in Section 6- 19.3(1)B1. 15 16 6- 19.3(6)E Thermal Wire and Thermal Access Points (TAPs) 17 The thermal wire and associated couplers shall be obtained from the source specified in 18 the Special Provisions. 19 20 The Contractor shall securely attach the thermal wire to the interior of the reinforcement 21 cage of the shaft in conformance with the supplier's instructions. At a minimum, one 22 thermal wire shall be furnished and installed for each foot of shaft diameter, rounded to 23 the nearest whole number, as shown in the Plans. The number of thermal wires for 24 shaft diameters specified as "X feet 6 inches" shall be rounded up to the next higher 25 whole number. The thermal wires shall be placed around the shaft, inside the spiral or 26 hoop reinforcement, and tied to the vertical reinforcement with plastic "zip" ties at a 27 maximum spacing of 2 -feet. Steel tie wire shall not be used. 28 29 The thermal wire shall be installed in straight alignment and taut, but with enough slack 30 to not be damaged during reinforcing cage lofting. The wires shall be as near to parallel 31 to the vertical axis of the reinforcement cage as possible. The thermal wire shall extend 32 from the bottom of the reinforcement cage to the top of the shaft, with 15 -feet of slack 33 wire provided above the top of shaft. Care shall be taken to prevent damaging the 34 thermal wires during reinforcement cage installation and concrete placement operations 35 in the shaft excavation. 36 37 After completing shaft reinforcement cage fabrication at the site and prior to installation 38 of the cage into the shaft excavation, the Contractor shall install and connect thermal 39 access points (TAPs) to the thermal wires. The TAPs shall record data for at least one 40 hour after the cage is placed in the excavation to measure the slurry temperature and 41 enable the steel and slurry temperatures to equilibrate prior to placing concrete in the 42 shaft. The TAPs shall record and store data every 15 minutes. The TAPs shall remain 43 active for a minimum of 36 hours. 44 45 Prior to beginning concrete placement the TAPs shall be checked to ensure they are 46 recording data and that the wires have not been damaged. If a TAP unit is not 47 functioning due to a damaged wire, the Contractor shall repair or replace the wire. If a 48 TAP unit fails or a wire breaks after concrete placement has started, the Contractor 49 shall not stop the concrete placement operation to repair the wire. 50 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6- 19.3(6)F Use of Access Tubes for TIP Testing Under the Thermal Probe Method 2 The Contractor may use access tubes for TIP testing under the thermal probe method. 3 Access tubes shall be cared for in accordance with Section 6- 19.3(6)C. Prior to TIP 4 testing under the thermal probe method, the water in each tube shall be removed, 5 collected, and stored in an insulated container. The access tube shall be blown dry and 6 swabbed to remove residual water. After TIP testing, the collected and stored tube 7 water shall be introduced back into the access tube. New potable water may be used, 8 provided the water temperature is not more than 10°F cooler than the average concrete 9 temperature measured by the probe. 10 11 6- 19.3(6)A Shafts Requiring CSL Access Tubes 12 This section, including title, is revised to read: 13 14 6- 19.3(6)A Shafts Requiring Access Tubes 15 The Contractor shall furnish and install access tubes in all shafts receiving CSL testing 16 or the thermal probe method of TIP testing, except as otherwise noted in Section 6- 17 19.3(1)B1. 18 19 6- 19.3(6)B Orientation and Assembly of the CSL Access Tubes 20 This section's title is revised to read: 21 22 6- 19.3(6)B Orientation and Assembly of the Access Tubes 23 24 6- 19.3(6)C Care for CSL Access Tubes from Erection through CSL Testing 25 This section's title is revised to read: 26 27 6- 19.3(6)C Care for Access Tubes from Erection Through Nondestructive QA 28 Testing 29 30 The second sentence is revised to read: 31 32 The Contractor shall keep all of a shaft's access tubes full of water through the 33 completion of nondestructive QA testing of that shaft. 34 35 6- 19.3(7)1 Requirements for Placing Concrete Above the Top of Shaft 36 This section is revised to read: 37 38 Concrete shall not be placed above the top of shaft (for column splice zones, columns, 39 footings, or shaft caps) until the Contractor receives the Engineer's acceptance of 40 nondestructive QA testing, if performed at that shaft, and acceptance of the shaft. 41 42 6- 19.3(9) Nondestructive Testing of Shafts (Crosshole Sonic Log (CSL) 43 Testing) 44 This section, including title, is revised to read: 45 46 6- 19.3(9) Nondestructive QA Testing of Shafts 47 The Contractor shall provide nondestructive QA testing and analysis on all shafts with 48 access tubes or thermal wires and TAPs facilitating the testing (See Section 6- 49 19.3(1)B). The testing and analysis shall be performed by the testing organizations 50 identified by the Contractor's submittal in accordance with Section 6- 19.3(2)D. 51 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 The Engineer may direct that additional testing be performed at a shaft if anomalies or a 2 soft bottom are detected by the Contractor's testing. If additional testing at a shaft 3 confirms the presence of a defect(s) in the shaft, the testing costs and the delay costs 4 resulting from the additional testing shall be borne by the Contractor in accordance with 5 Section 1 -05.6. If the additional testing indicates that the shaft has no defect, the testing 6 costs and the delay costs resulting from the additional testing will be paid by the 7 Contracting Agency in accordance with Section 1 -05.6, and, if the shaft construction is 8 on the critical path of the Contractor's schedule, a time extension equal to the delay 9 created by the additional testing will be granted in accordance with Section 1 -08.8. 10 11 6- 19.3(9)A Schedule of CSL Testing 12 This section, including title, is revised to read: 13 14 6- 19.3(9)A TIP Testing Using Thermal Probes or CSL Testing 15 If selected as the nondestructive QA testing method by the Contractor, TIP testing using 16 thermal probes, or CSL testing shall be performed after the shaft concrete has cured at 17 least 96 hours. Additional curing time prior to testing may be required if the shaft 18 concrete contains admixtures, such as set retarding admixture or water - reducing 19 admixture, added in accordance with Section 6- 02.3(3). The additional curing time prior 20 to testing required under these circumstances shall not be grounds for additional 21 compensation or extension of time to the Contractor in accordance with Section 1 -08.8. 22 23 6- 19.3(9)B Inspection of CSL Access Tubes 24 This section's title is revised to read: 25 26 6-19.3(9)B Inspection of Access Tubes 27 28 6- 19.3(9)C Engineer's Final Acceptance of Shafts 29 This section, including title, is revised to read: 30 31 6- 19.3(9)C TIP Testing With Thermal Wires and TAPs 32 If selected as the nondestructive QA testing method by the Contractor, TIP testing with 33 thermal wires and TAPs (See Section 6- 19.3(6)E) shall be performed. The TIP testing 34 shall commence at the beginning of the concrete placement operation, recording 35 temperature readings at 15- minute intervals until the peak temperature is captured in 36 the data. Additional curing time may be required if the shaft concrete contains 37 admixtures, such as set retarding admixture or water - reducing admixture, added in 38 accordance with Section 6- 02.3(3). The additional curing time required under these 39 circumstances shall not be grounds for additional compensation or extension of time to 40 the Contractor in accordance with Section 1 -08.8. 41 42 TIP testing shall be conducted at all shafts in which thermal wires and TAPs have been 43 installed for thermal wire analysis (Section 6- 19.3(6)A). 44 45 6- 19.3(9)D Requirements to Continue Shaft Excavation Prior to Acceptance of 46 First Shaft 47 This section, including title, is revised to read: 48 49 6- 19.3(9)D Nondestructive GSA Testing Results Submittal 50 The Contractor shall submit the results and analysis of the nondestructive QA testing for 51 each shaft tested. The Contractor shall submit the test results within three working days 52 of testing. Results shall be a Type 1 Working Drawing presented in a written report. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8 /1 /16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 TIP reports shall include: 3 4 1. A map or plot of the wire /tube location within the shaft and their position 5 relative to a known and identifiable location, such as North. 6 7 2. Graphical displays of temperature measurements versus depth of each wire or 8 tube for the analysis time selected, overall average temperature with depth, 9 shaft radius or diameter with depth, concrete cover versus cage position with 10 depth, and effective radius. 11 12 3. The report shall identify unusual temperatures, particularly significantly cooler 13 local deviations from the overall average. 14 15 4. The report shall identify the location and extent where satisfactory or 16 questionable concrete is identified. 17 18 a. Satisfactory (S) - 0 to 6% Effective Radius Reduction and Cover Criteria 19 Met 20 21 b. Questionable (Q) - Effective Local Radius Reduction > 6 %, Effective Local 22 Average Diameter Reduction > 4 %, or Cover Criteria Not Met 23 24 5. Variations in temperature between wire /tubes (at each depth) which in turn 25 correspond to variations in cage alignment. 26 27 6. Where shaft specific construction information is available (e.g. elevations of 28 the top of shaft, bottom of casing, bottom of shaft, etc.), these values shall be 29 noted on all pertinent graphical displays. 30 31 CSL reports shall include: 32 33 1. A map or plot of the tube location within the shaft and their position relative to 34 a known and identifiable location, such as North. 35 36 2. Graphical displays of CSL Energy versus Depth and CSL signal arrival time 37 versus depth or velocity versus depth. 38 39 3. The report shall identify the location and extent where good, questionable, and 40 poor concrete is identified, where no signal was received, or where water is 41 present. 42 43 a. Good (G) - No signal distortion and decrease in signal velocity of 10% or 44 less is indicative of good quality concrete. 45 46 b. Questionable (Q) - Minor signal distortion and a lower signal amplitude 47 with a decrease in signal velocity between 10% and 20 %. 48 49 c. Poor (P) - Severe signal distortion and much lower signal amplitude with a 50 decrease in signal velocity of 20% or more. 51 52 d. No Signal (NS) - No signal was received. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 2 e. Water (W) - A measured signal velocity of nominally V = 4,800 to 5,000 3 fps. 4 5 All QA test reports will provide a recommendation to accept the shaft as -is, 6 recommendation for further review by the Engineer, or will provide a plan for further 7 testing, investigation or repair to address any deficiencies identified by the testing. 8 9 6- 19.3(9)E Additional CSL Testing 10 This section, including title, is revised to read: 11 12 6- 19.3(9)E Vacant 13 14 6- 19.3(9)1 Requirements for CSL Access Tubes and Cored Holes After CSL 15 Testing 16 This section's title is revised to read: 17 18 6- 19.3(9)1 Requirements for Access Tubes and Cored Holes After CSL Testing 19 20 6 -19.4 Measurement 21 This section is revised to read: 22 23 Constructing shafts will be measured by the linear foot. The linear foot measurement 24 will be calculated using the top of shaft elevation and the bottom of shaft elevation for 25 each shaft as shown in the Plans. 26 27 Rock excavation for shaft, including haul, will be measured by the linear foot of shaft 28 excavated. The linear feet measurement will be computed using the top of the rock line, 29 defined as the highest bedrock point within the shaft diameter, and the bottom elevation 30 shown in the Plans. 31 32 QA shaft test will be measured once per shaft tested. 33 34 6 -19.5 Payment 35 This section is revised to read: 36 37 Payment will be made for the following Bid items when they are included in the 38 Proposal: 39 40 "ConstructingDiam. Shaft ", per linear foot. 41 The unit Contract price per linear foot for "Constructing_Diam. Shaft" shall be full 42 pay for performing the Work as specified, including: 43 44 1. Soil excavation for shaft, including all costs in connection with furnishing, 45 mixing, placing, maintaining, containing, collecting, and disposing of all 46 mineral, synthetic and water slurry, and disposing of groundwater 47 collected by the excavated shaft. 48 49 2. Furnishing and placing temporary shaft casing, including temporary casing 50 in addition to the required casing specified in the Special Provisions, and 51 including all costs in connection with completely removing the casing after 52 completing shaft construction. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 3. Furnishing permanent casing for shaft. 4. Placing permanent casing for shaft. 5. Casing shoring, including all costs in connection with furnishing and installing casing shoring above the specified upper limit for casing shoring but necessary to provide for sufficient water head pressure to resist artesian water pressure present in the shaft excavation, removing casing shoring, and placing seals when required. 6. Furnishing and placing steel reinforcing bar and epoxy- coated steel reinforcing bar, including furnishing and installing steel reinforcing bar centralizers. 7. Installation of CSL tubes or thermal wires. 8. Furnishing, placing and curing Concrete Class 4000P to the top of shaft or to the construction joint at the base of the shaft - column splice zone as applicable. Payment for "Constructing Diam. Shaft" will be made upon Engineer acceptance of the shaft, including completion of satisfactory QA shaft tests as applicable. "Rock Excavation For Shaft Including Haul ", per linear foot. When rock excavation is encountered, payment for rock excavation is in addition to the unit (.;o ltr act price per linear foot for "Constructing Diam. Shaft" "Shoring Or Extra Excavation Cl. A - ", lump sum. The lump sum Contract price for "Shoring Or Extra Excavation Cl. A - " shall be full pay for performing the Work as specified, including all costs in connection with all excavation outside the limits specified for soil and rock excavation for shaft including haul, all temporary telescoping casings, and all temporary casings beyond the limits of required temporary casing specified in the Special Provisions. "QA Shaft Test ", per each. The unit Contract price per each for "QA Shaft Test" shall be full pay for performing the Work as specified, including operating all associated accessories necessary to record and process data and develop the summary QA test reports. Section 1 -04.6 does not apply to this bid item. "Removing Shaft Obstructions ", estimated. Payment for removing, breaking -up, or pushing aside shaft obstructions, as defined in Section 6- 19.3(3)E, will be made for the changes in shaft construction methods necessary to deal with the obstruction. The Contractor and the Engineer shall evaluate the effort made and reach agreement on the equipment and employees utilized, and the number of hours involved for each. Once these cost items and their duration have been agreed upon, the payment amount will be determined using the rate and markup methods specified in Section 1 -09.6. For the purpose of providing a common proposal for all Bidders, the Contracting Agency has entered an amount for the item "Removing Shaft Obstructions" in the Bid Proposal to become a part of the total Bid by the Contractor. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 2 If drilled shaft tools, cutting teeth, casing or Kelly bar is damaged as a result of the 3 obstruction removal work, the Contractor will be compensated for the costs to 4 repair this equipment in accordance with Section 1 -09.6. 5 6 If shaft construction equipment is idled as a result of the Work required to deal with 7 the obstruction and cannot be reasonably reassigned within the project, then 8 standby payment for the idled equipment will be added to the payment calculations. 9 If labor is idled as a result of the Work required to deal with the obstruction and 10 cannot be reasonably reassigned within the project, then all labor costs resulting 11 from Contractor labor agreements and established Contractor policies will be added 12 to the payment calculations. 13 14 The Contractor shall perform the amount of obstruction Work estimated by the 15 Contracting Agency within the original time of the Contract. The Engineer will 16 consider a time adjustment and additional compensation for costs related to the 17 extended duration of the shaft construction operations, provided: 18 19 1. The dollar amount estimated by the Contracting Agency has been 20 exceeded, and 21 22 2. The Contractor shows that the obstruction removal Work represents a 23 delay to the completion of the project based on the current progress 24 schedule provided in accordance with Section 1 -08.3. 25 26 27 7- 02.AP7 28 Section 7 -02, Culverts 29 August 1, 2016 30 7 -02.2 Materials 31 The following three new items are inserted after the item "Aggregate for Portland Cement 32 Concrete: 33 34 Gravel Backfill for Pipe Zone Bedding 9- 03.12(3) 35 Butyl Rubber Sealant 9 -04.11 36 External Sealing Band 9 -04.12 37 38 The last paragraph is deleted. 39 40 7- 02.3(6) Precast Reinf. Conc. Three Sided Structures, Box Culverts and Split 41 Box Culverts 42 This section is supplemented with the following new paragraph: 43 44 When the Plans include a complete set of design details for a Structure (defining panel 45 shapes and dimensions, concrete strength requirements, and steel reinforcing bar, joint, 46 and connection details), the design and load rating preparation and calculation submittal 47 requirements of Sections 7- 02.3(6)A1 and 7- 02.3(6)A2 do not apply for the components 48 shown in the Plans, but all other requirements of this Section remain in effect. The 49 Contractor may propose alternate concrete culvert designs, accommodating the same 50 rise, span, and length as shown in the Plans, to replace the Structure details shown in AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 2 3 4 ' 5 6 1 7 8 9 10 11 12 13 14 15 16 17 18 19 20 ' 21 22 23 24 ' 25 26 27 ' 28 29 30 31 ' 32 33 34 ' 35 36 37 38 ' 39 40 41 ' 42 43 44 45 ' 46 47 48 ' 49 50 51 52 1 1 1 the Plans. If an alternate concrete culvert design is proposed, all of the requirements of this Section, including design and load rating preparation and calculation submittal, apply. 7- 02.3(6)A General This section is supplemented with the following two new paragraphs: Tolerances for PRCTSS shall be as follows: 1. Internal Dimensions — The internal dimension shall not vary more than 1 percent or 2 inches, whichever is less, from the Plan dimensions. The haunch dimensions shall not vary more than 3/4 inch from the Plan dimensions. 2. Slab and Wall Thickness — The slab and wall thickness shall not be less than that shown in the Plans by more than 5 percent or 1/2 inch, whichever is greater. A thickness more than that required in the Plans will not be a cause for rejection if proper joining is not affected. 3. Length of Opposite Surfaces — Variations in lengths of two opposite surfaces of the three -sided section shall not be more than 3/4 inch unless beveled sections are being used to accommodate a curve in the alignment. 4. Reinforcing steel placement shall meet the tolerances specified in Section 6- 02.3(24)C. Tolerances for PRCBC and PRCSBC shall be as follows: 1. Internal Dimensions — The internal dimensions shall not vary more than 1 percent from the Plan dimensions. If haunches are used, the haunch dimensions shall not vary more than 1/4 inch from the Plan dimensions. 2. Slab and Wall Thickness — The slab and wall thickness shall not be less than that shown in the Plans by more than 5 percent or 3/6 inch, whichever is greater. A thickness more than that required in the Plans will not be a cause for rejection. 3. Length of Opposite Box Segments — Variations in lengths of two opposite surfaces of the box segments shall not be more than /8 inch per foot of internal span, with a maximum of 5/8 inch for all sizes through 7 feet internal span, and a maximum of 3/4 inch for internal spans greater than 7 feet, except where beveled sections are being used to accommodate a curve in the alignment. 4. Length of Box Segments — The underrun in length of a segment shall not be more than 1/8 inch per foot of length with a maximum of inch in any box segment. 5. Length of Legs and Slabs — The variation in length of the legs shall not be more than 1/8 inch per foot of the rise of the leg per leg with a maximum of 5/8 inches. The differential length between opposing legs of the same segment shall not be more than 1/2 inch. Length of independent top slab spans shall not vary by more than 1/8 inch per foot of span of the top slab, with a maximum of 5/8 inches. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 2 6. Reinforcing steel placement shall meet the tolerances specified in Section 6- 3 02.3(24)C. 4 5 This section is supplemented with the following new subsection: 6 7 7- 02.3(6)A5 Wingwalls and Retaining Walls 8 Wingwalls and retaining walls (including cutoff walls and headwalls) shall be 9 constructed in accordance with the Contractor's design and Working Drawing submittal 10 or when the Plans include a complete set of design details for a wall (defining panel 11 shapes and dimensions, concrete strength requirements, and steel reinforcing bar, joint, 12 and connection details),the details shown in the Plans. 13 14 Precast concrete construction shall conform to Sections 6- 02.3(28) and 6- 11.3(3). 15 16 Culvert bedding material shall be furnished, placed, and compacted in accordance with 17 Section 7- 02.3(6)A4. 18 19 7- 02.3(6)A1 Design Criteria 20 The first sentence of the last paragraph is revised to read: 21 22 Whenever the minimum finished backfill or surfacing depth above the top of the 23 Structure is less than 1' -0" (except when the top of the Structure is directly exposed to 24 vehicular traffic), either all steel reinforcing bars in the span unit shall be epoxy- coated 25 with 2" minimum concrete cover from the face of concrete to the face of the top mat of 26 steel reinforcing bars, or the minimum concrete cover shall be 21/2'. 27 28 The last sentence of the last paragraph is revised to read: 29 30 Concrete cover from the face of any concrete surface to the face of any steel 31 reinforcement shall be 1 -inch minimum end clearance at all joints, and 2- inches 32 minimum at all other locations. 33 34 7- 02.3(6)A2 Submittals 35 The first paragraph is revised to read: 36 37 The Contractor shall submit shop drawings of the precast Structures. Fabrication shop 38 drawings replicating complete design details when shown in the Plans shall be Type 2 39 Working Drawings. Submittals completing the design based on the schematic 40 geometric requirements shown in the Plans, or proposing a Contractor designed 41 alternative concrete culvert Structure shall be Type 2E Working Drawings with 42 supporting design calculations. 43 44 The last paragraph is revised to read: 45 46 For precast Structures with a span length greater than 20 -feet (as defined in Section 7- 47 02.3(6)A1), except when the depth of fill above the top of culvert exceeds the Structure 48 span length, a Type 2E Working Drawing shall be submitted consisting of a load rating 49 report prepared in accordance with the AASHTO Manual for Bridge Evaluation and 50 WSDOT Bridge Design Manual LRFD M 23 -50 Chapter 13. Soil pressures used shall 51 include effects from the backfill material and compaction methods, and shall be in AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 accordance with the WSDOT Geotechnical Design Manual M 46 -03 and the 2 geotechnical report prepared for the project. 3 4 7- 02.3(6)A3 Casting 5 This section is revised to read: 6 7 Concrete shall conform to Section 6- 02.3(28)B, with a 28 -day compressive strength as 8 specified in the Plans or the Working Drawings submittal. 9 10 7- 02.3(6)A4 Excavation and Bedding Preparation 11 The last paragraph is revised to read: 12 13 The upper layer of bedding course shall be a 6 -inch minimum thickness layer of culvert 14 bedding material, defined as granular material either conforming to Section 9- 03.12(3) 15 or to AASHTO Grading No. 57 as specified in Section 9- 03.1(4)C. The plan limits of the 16 culvert bedding material shall extend 1 -foot beyond the plan limits of the culvert or the 17 Structure footing as applicable. The culvert bedding material shall be compacted in 18 accordance with the Section 2- 09.3(1)E requirements for gravel backfill for drains. After 19 compaction, the culvert bedding material shall be screeded transversely to the specified 20 line and grade. Voids in the screeded culvert bedding material shall be filled and then 21 rescreeded prior to erecting the precast Structure. 22 23 7- 02.3(6)B3 Erection 24 The following sentence is inserted after the first sentence of the last paragraph: 25 26 The weld -tie anchor spacing shall not exceed 6' -0 ". 27 28 The last sentence of the last paragraph is revised to read: 29 30 Keyways shall be filled with grout conforming to Section 9- 20.3(2). 31 32 7- 02.3(6)C1 Casting 33 This section is revised to read: 34 35 PRCSBC shall consist of lid elements and "U" shaped base elements. The vertical legs 36 of the "U" shaped base elements shall be full height matching the rise of the culvert, 37 except as otherwise specified for culvert spans greater than 20 -feet. For PRCSBC 38 spans greater than 20 -feet (as defined in Section 7- 02.3(6)A1), the lid elements may 39 include vertical legs of a maximum length of 4 -feet. 40 41 All vertical and horizontal joints of PRCBC and PRCSBC elements shall be tongue and 42 groove type joints, except PRCBC and PRCSBC of 20 -foot span or less may have 43 keyway joints connected by weld -tie anchors in accordance with Section 6- 02.3(25)0. 44 The weld -tie anchor spacing shall not exceed 6' -0 ". There shall be at least two 45 galvanized steel tie plates across each top unit tongue and groove joint and each 46 tongue and groove joint between upper and lower units, unless otherwise shown in the 47 Plans or required by the seismic designed completed in accordance with Section 7- 48 02.3(6)A1. 49 50 7- 02.3(6)C3 Erection 51 This section is revised to read: 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 PRCBC and PRCSBC shall be erected and backfilled in accordance with the erection 2 sequence specified in the Working Drawing submittal, and the construction equipment 3 restrictions specified in Section 6- 02.3(25)0. 4 5 The Contractor shall install a continuous strip of butyl rubber sealant within all tongue 6 and groove joints prior to connecting the precast elements together. The butyl rubber 7 sealant shall have a minimum cross section of /2 -inch by 11/2 -inch, unless otherwise 8 shown in the Plans. 9 10 After connecting the joints with weld -tie anchors, the Contractor shall paint the exposed 11 metal surfaces with one coat of field primer conforming to Section 9- 08.1(2)F. Keyways 12 shall be filled with grout conforming to Section 9- 20.3(2). 13 14 The Contractor shall wrap all exterior joints along the top and sides of the PRCBC and 15 PRCSBC with a 12 -inch wide strip of external sealing band centered about the joint and 16 adhesively bonded to the concrete surface. 17 18 Backfill beside the PRCBC and PRCSBC shall be brought up in sequential layers, 19 compacted concurrently. The difference in backfill height on opposing sides of the 20 Structure shall not exceed 2 -feet. 21 22 7 -02.4 Measurement 23 This section is supplemented with the following: 24 25 Culvert bedding material will be measured by the cubic yard of material placed. 26 27 7 -02.5 Payment 28 This section is supplemented with the following: 29 30 "Culvert Bedding Material ", per cubic yard. 31 32 8- 01.AP8 33 Section 8 -01, Erosion Control and Water Pollution Control 34 August 1, 2016 35 8 -01.2 Materials 36 This section is supplemented with the following new paragraph: 37 38 Recycled concrete, in any form, shall not be used for any Work defined in Section 8 -01. 39 40 8- 01.3(7) Stabilized Construction Entrance 41 The last sentence of the first paragraph is revised to read: 42 43 Material used for stabilized construction entrance shall be free of extraneous materials 44 that may cause or contribute to track out. 45 46 8- 01.3(8) Street Cleaning 47 This section is revised to read: 48 49 Self- propelled street sweepers shall be used to remove and collect sediment and other 50 debris from the Roadway, whenever required by the Engineer. The street sweeper shall AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 effectively collect these materials and prevent them from being washed or blown off the 2 Roadway or into waters of the State. Street sweepers shall not generate fugitive dust 3 and shall be designed and operated in compliance with applicable air quality standards. 4 5 Material collected by the street sweeper shall be disposed of in accordance with Section 6 2- 03.3(7)C. 7 8 Street washing with water will require the concurrence of the Engineer. 9 10 8- 10.AP8 11 Section 8 -10, Guide Posts 12 January 4, 2016 13 14 15 16 8 -10.3 Construction Requirements The last sentence of the second paragraph is deleted. 8- 11.AP8 17 Section 8 -11, Guardrail 18 August 1, 2016 19 8- 11.3(1)F Removing and Resetting Beam Guardrail 20 The last sentence of the first paragraph is deleted. 21 22 8 -11.5 Payment 23 The paragraph following the Bid item "Removing and Resetting Beam Guardrail ", per linear 24 foot is revised to read: 25 26 The unit Contract price per linear foot for "Removing and Resetting Beam Guardrail" 27 shall be full payment for all costs to perform the Work as described in Section 8- 28 11.3(1)F, except for replacement posts and blocks. 29 30 The paragraph following the Bid item "Raising Existing Beam Guardrail ", per linear foot is 31 revised to read: 32 33 The unit Contract price per linear foot for "Raising Existing Beam Guardrail" shall be full 34 payment for all costs to perform the Work as described in Section 8- 11.3(1)E, except for 35 replacement posts and blocks. 36 37 8- 20.AP8 38 Section 8 -20, Illumination, Traffic Signal Systems, Intelligent Transportation 39 Systems, and Electrical 40 April 4, 2016 41 8- 20.3(5)A General 42 The last paragraph is revised to read: 43 44 Immediately after the sizing mandrel has been pulled through, install an equipment 45 grounding conductor if applicable (see Section 8- 20.3(9)) and any new or existing wire AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 or cable as specified in the Plans. Where conduit is installed for future use, install a 2 200 -pound minimum tensile strength pull string with the equipment grounding 3 conductor. The pull string shall be attached to duct plugs or caps at both ends of the 4 conduit. 5 6 8- 20.3(5)A1 Fiber Optic Conduit 7 The last paragraph is deleted. 8 9 8- 20.3(5)D Conduit Placement 10 Item number 2 is revised to read: 11 12 2. 24- inches below the top of the untreated surfacing on a Roadbed. 13 14 8- 20.3(9) Bonding, Grounding 15 The following two new paragraphs are inserted after the first paragraph: 16 17 Install an equipment grounding conductor in all new conduit, whether or not the 18 equipment grounding conductor is called for in the wire schedule. 19 20 For each new conduit with innerduct install an equipment grounding conductor in only 21 one of the innerducts unless otherwise required by the NEC or the Plans. 22 23 The fourth paragraph (after the preceding Amendments are applied) is revised to read: 24 25 Bonding jumpers and equipment grounding conductors meeting the requirements of 26 Section 9- 29.3(2)A3 shall be minimum #8 AWG, installed in accordance with the NEC. 27 Where existing conduits are used for the installation of new circuits, an equipment 28 grounding conductor shall be installed unless an existing equipment ground conductor, 29 which is appropriate for the largest circuit, is already present in the existing raceway. 30 The equipment ground conductor between the isolation switch and the sign lighter 31 fixtures shall be minimum #14 AWG stranded copper conductor. Where parallel circuits 32 are enclosed in a common conduit, the equipment - grounding conductor shall be sized 33 by the largest overcurrent device serving any circuit contained within the conduit. 34 35 The second sentence of the fifth paragraph (after the preceding Amendments are applied) is 36 revised to read: 37 38 A non - insulated stranded copper conductor, minimum #8 AWG with a full circle crimp 39 on connector (crimped with a manufacturer recommended crimper) shall be connected 40 to the junction box frame or frame bonding stud, the other end shall be crimped to the 41 equipment bonding conductor, using a "C" type crimp connector. 42 43 The last two sentences of the sixth paragraph (after the preceding Amendments are applied) 44 are revised to read: 45 46 For light standards, signal standards, cantilever and sign bridge Structures the 47 supplemental grounding conductor shall be #4 AWG non - insulated stranded copper 48 conductor. For steel sign posts which support signs with sign lighting or flashing 49 beacons the supplemental grounding conductor shall be #6 AWG non insulated 50 stranded copper conductor. 51 52 The fourth to last paragraph is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 Install a two grounding electrode system at each service entrance point, at each 3 electrical service installation and at each separately derived power source. The service 4 entrance grounding electrode system shall conform to the "Service Ground" detail in the 5 Standard Plans. If soil conditions make vertical grounding electrode installation 6 impossible an alternate installation procedure as described in the NEC may be used. 7 Maintain a minimum of 6 feet of separation between any two grounding electrodes 8 within the grounding system. Grounding electrodes shall be bonded copper, ferrous 9 core materials and shall be solid rods not less than 10 feet in length if they are 1/2 inch in 10 diameter or not less than 8 feet in length if they are % inch or larger in diameter. 11 12 8- 22.AP8 13 Section 8 -22, Pavement Marking 14 January 4, 2016 15 8 -22.4 Measurement 16 The first two sentences of the fourth paragraph are revised to read: 17 18 The measurement for "Painted Wide Lane Line ", "Plastic Wide Lane Line ", "Profiled 19 Plastic Wide Lane Line ", "Painted Barrier Center Line ", "Plastic Barrier Center Line ", 20 "Painted Stop Line ", "Plastic Stop Line ", "Painted Wide Dotted Entry Line ", or "Plastic 21 Wide Dotted Entry Line" will be based on the total length of each painted, plastic or 22 profiled plastic line installed. No deduction will be made for the unmarked area when the 23 marking includes a broken line such as, wide broken lane line, drop lane line, wide 24 dotted lane line or wide dotted entry line. 25 26 8 -22.5 Payment 27 The following two new Bid items are inserted after the Bid item "Plastic Crosshatch Marking ", 28 per linear foot: 29 30 "Painted Wide Dotted Entry Line ", per linear foot. 31 32 "Plastic Wide Dotted Entry Line ", per linear foot. 33 34 9- 03.AP9 35 Section 9 -03, Aggregates 36 August 1, 2016 37 9- 03.1(1) General Requirements 38 This first paragraph is supplemented with the following: 39 40 Reclaimed aggregate may be used if it complies with the specifications for Portland 41 Cement Concrete. Reclaimed aggregate is aggregate that has been recovered from 42 plastic concrete by washing away the cementitious materials. 43 44 9- 03.1(2) Fine Aggregate for Portland Cement Concrete 45 This section is revised to read: 46 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 Fine aggregate shall consist of natural sand or manufactured sand, or combinations thereof, accepted by the Engineer, having hard, strong, durable particles free from adherent coating. Fine aggregate shall be washed thoroughly to meet the specifications. 9- 03.1(2)A Deleterious Substances This section is revised to read: The amount of deleterious substances in the washed aggregate shall be tested in accordance with AASHTO M 6 and not exceed the following values: Material finer than No. 200 Sieve Clay lumps and friable particles Coal and lignite Particles of specific gravity less than 2.00 2.5 percent by weight 3.0 percent by weight 0.25 percent by weight 1.0 percent by weight. Organic impurities shall be tested in accordance with AASHTO T 21 by the glass color standard procedure and results darker than organic plate no. 3 shall be rejected. A darker color results from AASHTO T 21 may be used provided that when tested for the effect of organic impurities on strength of mortar, the relative strength at 7 days, calculated in accordance with AASHTO T 71, is not less than 95 percent. 9- 03.1(4) Coarse Aggregate for Portland Cement Concrete This section is revised to read: Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, or combinations thereof having hard, strong, durable pieces free from adherent coatings. Coarse aggregate shall be washed to meet the specifications. 9- 03.1(4)A Deleterious This section, including title, is revised to read: 9- 03.1(4)A Deleterious Substances The amount of deleterious substances in the washed aggregate shall be tested in accordance with AASHTO M 80 and not exceed the following values: Material finer than No. 200 Clay lumps and Friable Particles Shale Wood waste Coal and Lignite Sum of Clay Lumps, Friable Particles, and Chert (Less Than 2.40 specific gravity SSD) 1.01 percent by weight 2.0 percent by weight 2.0 percent by weight 0.05 percent by weight 0.5 percent by weight 3.0 percent by weight 'If the material finer than the No. 200 sieve is free of clay and shale, this percentage may be increased to 1.5. 9- 03.1(4)C Grading The following new sentence is inserted at the beginning of the last pargraph: Where coarse aggregate size 467 is used, the aggregate may be furnished in at least two separate sizes. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 9- 03.1(5) Combined Aggregate Gradation for Portland Cement Concrete 3 This section is revised to read: 4 5 As an alternative to using the fine aggregate sieve grading requirements in Section 9- 6 03.1(2)B, and coarse aggregate sieve grading requirements in Section 9- 03.1(4)C, a 7 combined aggregate gradation conforming to the requirements of Section 9- 03.1(5)A 8 may be used. 9 10 9- 03.1(5)A Deleterious Substances 11 This section is revised to read: 12 13 The amount of deleterious substances in the washed aggregates 3/8 inch or larger shall 14 not exceed the values specified in Section 9- 03.1(4)A and for aggregates smaller than 15 3/8 inch they shall not exceed the values specified in Section 9- 03.1(2)A. 16 17 9- 03.1(5)B Grading 18 The first paragraph is deleted. 19 20 9- 03.8(7) HMA Tolerances and Adjustments 21 In the table in item 1, the last column titled "Commercial Evaluation" is revised to read 22 "Visual Evaluation ". 23 24 9- 03.11(1) Streambed Sediment 25 The following three new sentences are inserted after the first sentence of the first paragraph: 26 27 Alternate gradations may be used if proposed by the Contractor and accepted by the 28 Engineer. The Contractor shall submit a Type 2 Working Drawing consisting of 0.45 29 power maximum density curve of the proposed gradation. The alternate gradation shall 30 closely follow the maximum density line and have Nominal Aggregate Size of no less 31 than 11/2 inches or no greater than 3 inches. 32 33 9- 03.21(1)B Concrete Rubble 34 This section, including title, is revised to read: 35 36 9- 03.21(1)B Recycled Concrete Aggregate 37 Recycled concrete aggregates are coarse aggregates manufactured from hardened 38 concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or 39 blended with coarse aggregate for Commercial Concrete. Recycled concrete aggregate 40 shall meet all of the requirements for coarse aggregate contained in Section 9- 03.1(4) 41 or 9- 03.1(5). In addition to the requirements of Section 9- 03.1(4) or 9- 03.1(5), recycled 42 concrete shall: 43 44 1. Contain an aggregated weight of less than 1 percent of adherent fines, 45 vegetable matter, plastics, plaster, paper, gypsum board, metals, fabrics, 46 wood, tile, glass, asphalt (bituminous) materials, brick, porcelain or other 47 deleterious substance(s) not otherwise noted; 48 2. Be free of harmful components such as chlorides and reactive materials unless 49 mitigation measures are taken to prevent recurrence in the new concrete; 50 3. Have an absorption of less than 10 percent when tested in accordance with 51 AASHTO T 85. 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 Recycled concrete aggregate shall be in a saturated condition prior to mixing. 2 3 Recycled concrete aggregate shall not be placed below the ordinary high water mark of 4 any water of the State. 5 6 9- 03.21(1)D Recycled Steel Furnace Slag 7 This section title is revised to read: 8 9 Steel Furnace Slag 10 11 9- 03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled 12 Material 13 The following new row is inserted after the second row: 14 15 16 17 Coarse Aggregate for Commercial Concrete 9- 03.1(4) 0 100 0 0 9- 04.AP9 18 Section 9 -04, Joint and Crack Sealing Materials 19 August 1, 2016 20 This section is supplemented with the following two new subsections: 21 22 9 -04.11 Butyl Rubber Sealant 23 Butyl rubber sealant shall conform to ASTM C 990. 24 25 9 -04.12 External Sealing Band 26 External sealing band shall by Type III B conforming to ASTM C 877. 27 28 9- 04.2(1) Hot Poured Joint Sealants 29 This section's content is deleted and replaced with the following new subsections: 30 31 9- 04.2(1)A Hot Poured Sealant 32 Hot poured sealant shall be sampled in accordance with ASTM D5167 and tested in 33 accordance with ASTM D5329. 34 35 9- 04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement 36 Hot poured sealant for cement concrete pavement shall meet the requirements of 37 ASTM D6690 Type IV, except for the following: 38 39 1. The Cone Penetration at 25°C shall be 130 maximum. 40 41 2. The extension for the Bond, non - immersed, shall be 100 percent. 42 43 9- 04.2(1)A2 Hot Poured Sealant for Bituminous Pavement 44 Hot poured sealant for bituminous pavement shall meet the requirements of ASTM 45 D6690 Type I or Type II. 46 47 9- 04.2(1)B Sand Slurry for Bituminous Pavement 48 Sand slurry is mixture consisting of the following components measured by total weight: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 1. Twenty percent CSS -1 emulsified asphalt, 3 4 2. Two percent portland cement, and 5 6 3. Seventy -eight percent fine aggregate meeting the requirements of 9- 03.1(2)B 7 Class 2. Fine aggregate may be damp (no free water). 8 9 9- 04.2(2) Poured Rubber Joint Sealer 10 The last paragraph is deleted. 11 12 9- 04.4(1) Rubber Gaskets for Aluminum or Steel Drain Pipe 13 "AASHTO M198" is revised to read "ASTM C 990 ". 14 15 9- 04.4(3) Gaskets for Aluminum or Steel Culvert or Storm Sewer Pipe 16 In the last sentence, "AASHTO M198" is revised to read "ASTM C 990 ". 17 18 9- 07.AP9 19 Section 9 -07, Reinforcing Steel 20 August 1, 2016 21 9- 07.1(1)A Acceptance of Materials 22 The first sentence of the first paragraph is revised to read: 23 24 Reinforcing steel rebar manufacturers shall comply with the National Transportation 25 Product Evaluation Program (NTPEP) Work Plan for Reinforcing Steel (rebar) 26 Manufacturers. 27 28 The first sentence of the second paragraph is revised to read: 29 30 Steel reinforcing bar manufacturers use either English or a Metric size designation while 31 stamping rebar. 32 33 9- 07.1(2) Bending 34 The first two sentences of the first paragraph are deleted and replaced with the following two 35 new sentences: 36 37 Steel reinforcing bars shall be cut and bent cold to the shapes shown on the Plans. 38 Fabrication tolerances shall be in accordance with ACI 315. 39 40 9- 10.AP9 41 Section 9 -10, Piling 42 August 1, 2016 43 9 -10.3 Cast -In -Place Concrete Piling 44 This section is revised to read: 45 46 Reinforcement for cast -in -place concrete piles shall conform to Section 9 -07.2. 47 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 INTRODUCTION TO THE SPECIAL PROVISIONS The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2016 edition, as issued by the Washington State Department of Transportation ( WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project- specific fill -ins; and project- specific Special Provisions. Each Provision 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 date of the GSP and its source, as follows: (May 18, 2007 APWA GSP) (August 7, 2006 WSDOT GSP) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition • King County Road Standards, current edition • City of Federal Way Public Works Development Standards, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. Marine Hills Stormwater Conveyance System Repair Phase II 1 RFB # 16 -011 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 Division 1 General Requirements DESCRIPTION OF WORK (March 13, 1995) This Contract provides for the improvement of * ** repairing storm sewer pipes and structures in Marine Hills area * ** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 -01 Definitions and Terms 1 -01.3 Definitions Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed. 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 date all 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 City of Federal Way Council accepts the Work as complete. Marine Hills Stormwater Conveyance System Repair Phase II RFB # 16 -011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Delete the second paragraph under heading Contract and replace it with the following: The Contract includes all Contract Documents defined in the Public Works Contractfor the Project which is included in the Request for Bid as Attachment I. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State ", "Department of Transportation ", "Washington State Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary ", "Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ". All references to "State Materials Laboratory" shall be revised to read "the location designated in the Contract ". All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency. The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1 -08.5. Contract Documents See definition for "Contract Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. Marine Hills Stormwater Conveyance System Repair Phase II 3 RFB # 16 -011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1 -02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. Add the following new section: 1- 02.1(1) Supplemental Qualifications Criteria (March 25, 2009 APWA GSP; may not be used on FHWA- funded projects) In addition, the Contracting Agency has established Contracting Agency- specific and /or project- specific supplemental criteria, in accordance with RCW 39.04.350(2), for determining Bidder responsibility, including the basis for evaluation and the deadline for appealing a determination that a Bidder is not responsible. These criteria are contained in the ** *Instructions to Bidders * * *. 1 -02.2 Plans and Specifications Delete this section and replace it with the following: ( * * * * * *) Information as to where Bid Documents can be obtained or reviewed can be found in the Request for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17 ") 5 Furnished automatically upon award. Contract Provisions 5 Furnished automatically upon award. Large plans (e.g., 22" x 5 Furnished automatically 34 ") upon award. *Additional copies furnished only upon justified request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Request for Bids, at the Contractor's own expense. The Contractor may keep the external hard drive containing the pipe video records. The $100 refundable check will be refunded to the Contractor. Marine Hills Stormwater Conveyance System Repair Phase II RFB # 16 -011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 1- 02.4(2) Subsurface Information Section 1- 02.4(2) is supplemented with the following: No subsurface investigations of the site of proposed work have been made. Contractor's attention is drawn to the fact that the project site is generally known to have high ground water table and high soil moisture content. 1 -02.13 Irregular Proposals (March 13, 2012 APWA GSP) Revise item 1 to read: A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1 -02.6; i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1 -02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1 -02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or I. More than one proposal is submitted far the same eject from a Bidder under the same or different names. 1 -03 Award and Execution of Contract 1 -03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Cor tract Provisions Inoludina the unsigned Form of Contract w0l be available for signature by the successful bidder on the first business day following award. Marine Hills Stormwater Conveyance System Repair Phase II 5 RFB # 16 -011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 The number of conies 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 the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of * ** 7 ** *additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1 -04 Scope of the Work 1- 04.1(2) Bid Items Not Included in the Proposal Delete Sections- 04.1(2) and replace it with the following: ( * * * * * *) Payment will be made only for the specific bid items listed in the Bid Schedule. No separate or additional measurement or payment will be made for any and all other work and materials necessary to complete the project. All work and materials not specifically included in the bid items listed in the Bid Schedule shall be considered to be included in the various unit price or lump sum bid prices. 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 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. Change Order or Written Construction Change Directive (if any), 2. Addenda (if any), 3. Instructions to Bidders, General Contractual Terms and Conditions including Attachments A through H, and Public Work Contract, 4. Special Provisions, 5. Contract Plans, 6. Amendments to the Standard Specifications, 7. Standard Specifications, 8. Contracting Agency's Standard Plans or Details Of any), and 9. WSDOT Standard Plans for Road — Bridge, and Munlcinal Construction. Marine Hills Stormwater Conveyance System Repair Phase II RFB # 16 -011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 1 -04.4 Changes Supplement section 1 -04.4 with the following: Contractor's quotations for Change Orders shall be in writing and firm for a period of 30 days. Any compensation paid in conjunction with terms of a Change Order shall comprise total compensation due to Contractor for the work or alteration defined in the Change Order unless specified otherwise in a change order document. By signing the Change Order, the Contractor acknowledges that the stipulated compensation includes payment for the work or alteration plus all payments for the interruption of schedules, extended overhead, delay, added or deleted working days, or any other impact claim or ripple effect, and by such signing specifically waives any reservation or claim for additional compensation in respect to the subject of the Change Order. 1 -04.6 Variation in Estimated Quantities (May 25, 2006 APINA GSP; may not be used on FHWA- funded projects) Supplement this Section with the following: The quantities for ***Tap Intrusion Removal, Preliner, and Tap Connection Reinstatement " *, have been entered into the Proposal only to provide a common proposal for bidders. Actual quantities will be determined in the field as the work progresses, and will be paid at the original bid price, regardless of final quantity. These bid items shall not be subject to the provisions of 1 -04.6 of the Standard Specifications. 1 -04.7 Differing Site Conditions (Changed Conditions) Supplement this section with the following: The Contractor shall be deemed to have waived any and all claim for additional time or claim for extra compensation for additional work and material required because of the alleged changed conditions if the Contactor disturbs the condition before the Engineer has indicated to the Contractor that he has completed his field evaluation of the situation. Changed conditions as a result of any negligence or inattention on the part of the Contractor or his subcontractors shall not be considered eligible for extra payment. 1 -05 Control of Work 1 -05.5 Record Drawing and As -Built Survey Add this new section 1 -05.5 with the following: Record Drawing The Contractor shall maintain one set of full size plans for Record Drawings, updated with clear and accurate red -lined field revisions on a daily basis, and within one working day after receipt of information that a change in Work has occurred. The Contractor shall not conceal any work until the required information is recorded. This Record Drawing set shall be used for this purpose alone, shall be kept separate from other Plan sheets, and shall be clearly marked as Record Drawings. These Record Drawings shall be kept on site at the Contractor's field office, and shall be available for Marine Hills Stormwater Conveyance System Repair Phase II 7 RFB # 16 -011 1 review by the Contracting Agency at all times. The Contractor shall bring the Record 2 Drawings to each weekly progress meeting for review. 3 4 The Record Drawing markups shall document all changes in Work, both concealed and 5 visible. Record at least the following on the Record Drawings: 6 Actual dimensions, arrangement, and materials used when different than shown on 7 the Plans. 8 Changes made by Change Order or Field Order. 9 Changes made by the Contractor. 10 Pothole information gathered by the Contractor. 11 Existing utility information not included in the Contract Plans, or that differs from the 12 Contract Plans. 13 14 Record Drawings shall be provided to the Contracting Agency prior to Physical Completion. 15 16 The work described in this section shall not be paid separately and all costs shall be 17 included in other Contract bid items associated with this work. 18 19 1 -05.7 Removal of Defective and Unauthorized Work 20 (October 1, 2005 APWA GSP) 21 22 Supplement this section with the following: 23 24 If the Contractor fails to remedy defective or unauthorized work within the time specified in a 25 written notice from the Engineer, or fails to perform any part of the work required by the 26 Contract Documents, the Engineer may correct and remedy such work as may be identified 27 in the written notice, with Contracting Agency forces or by such other means as the 28 Contracting Agency may deem necessary. 29 30 If the Contractor fails to comply with a written order to remedy what the Engineer determines 31 to be an emergency situation, the Engineer may have the defective and unauthorized work 32 corrected immediately, have the rejected work removed and replaced, or have work the 33 Contractor refuses to perform completed by using Contracting Agency or other forces. An 34 emergency situation is any situation when, in the opinion of the Engineer, a delay in its 35 remedy could be potentially unsafe, or might cause serious risk of loss or damage to the 36 public. 37 38 Direct or indirect costs incurred by the Contracting Agency attributable to correcting and 39 remedying defective or unauthorized work, or work the Contractor failed or refused to 40 perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from 41 monies due, or to become due, the Contractor. Such direct and indirect costs shall include in 42 particular, but without limitation, compensation for additional professional services required, 43 and costs for repair and replacement of work of others destroyed or damaged by correction, 44 removal, or replacement of the Contractor's unauthorized work. 45 46 No adjustment in contract time or compensation will be allowed because of the delay in the 47 performance of the work attributable to the exercise of the Contracting Agency's rights 48 provided by this Section. 49 50 The rights exercised under the provisions of this section shall not diminish the Contracting 51 Agency's right to pursue any other avenue for additional remedy or damages with respect to 52 the Contractor's failure to perform the work as required. Marine Hills Stormwater Conveyance System Repair RFB # 16 -011 Phase II 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date 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. Marine Hills Stormwater Conveyance System Repair Phase II 9 RFB # 16 -011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1 -05.12 Final Acceptance Delete the third and fourth sentences in the first paragraph and replace it with the following: Final acceptance date of the work shall be the date the Federal Way City Council accepts the project as complete. 1 -05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.14, it will take these performance reports into account. Marine Hills Stormwater Conveyance System Repair RFB # 16 -011 Phase II 10 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 Add the following new section: 1 -05.16 Water and Power (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. Add the following new section: 1 -05.17 Oral Agreements (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1 -07 Legal Relations and Responsibilities to the Public 1 -07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). 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. Marine Hills Stormwater Conveyance System Repair RFB # 16 -011 Phase II 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 Section 1 -07.1 is supplemented with the following: Confined Space Confined spaces are known to exist at the following locations: Catchbasins, pipes, manholes, vaults and similar facilities 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 submitted to the contracting agency at least 5 working 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 Project 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 -07.6 Permits and Licenses Section 1 -07.6 is supplemented with the following: (September 20, 2010) The Contracting Agency has obtained the below - listed permit(s) for this project. A copy of the permit(s) is attached in Appendix C for informational purposes. All contacts with the permitting agency concerning the below - listed permit(s) shall be through the Engineer. The Contractor shall obtain additional permits as necessary. All costs to obtain and comply with additional permits shall be included in the applicable bid items for the work involved. Copies of these permits are required to be onsite at all times. " *x 1. City of Federal Way, Right of Way Use Permit. Marine Hills Stormwater Conveyance System Repair Phase II 12 RFB # 16 -011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 1 -07.7 Load Limits Supplement this section with the following: Haul routes shall be approved in advance by the Engineer. Haul shall be restricted to the Hours of Work as specified in Special Provision section 1- 08.0(2) 1- 07.15(1) Spill Prevention, Control, and Countermeasures Plan Supplement this section 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. 1 -07.17 Utilities and Similar Facilities Section 1 -07.17 is supplemented with the following: The approximate locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The City assumes no responsibility for improper locations or failure to show utility locations on the Plans. The following names and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: District Code Company Name Marking Concerns Damage /Repair CC7760 COMCAST CABLE (425)392 -6412 (888)824 -8289 KCDPW02 KING COUNTY RIDS (206)296 -8153 (206)296 -8153 LKHAVN01 LAKEHAVEN U.D. (253)945 -1623 (253)946 -5409 PUGE03 PSE ELECTRIC (866)380 -2627 (888)225 -5773 PUGG03 PSE GAS (866)380 -2627 (888)225 -5773 QLNWAI6 QWEST LOCAL NW (253)833 -2343 (800)573 -1311 WSDOTI2 WSDOT- SIGNALS (206)442 -2110 (206)442 -2110 All existing utilities shall be maintained in continuous service during the Contractor's operations, unless the Contractor receives written approval from the utility owner for interruption of service. The Contractor shall check with the appropriate utility to determine the minimum notice required if interruption of service is anticipated. Notification shall be written, with a copy delivered to the Engineer, within a minimum of two working days prior to the commencement of work, and must be in such detail as to give the time of the commencement and completion of work and schedule of operations. Should the property owner or the Engineer have adequate reason, as determined by the Engineer, to avoid service interruption at the scheduled time, the Contractor shall reschedule his work to meet the new condition. Marine Hills Stormwater Conveyance System Repair Phase fI 13 RFB # 16 -011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 The Contractor is also warned that there may be utilities on the project that are not part of the One Call System. Notice shall be provided individually to those owners of utilities know to, or suspected of, having underground facilities within the area of the proposed excavation. The Contractor shall be responsible for any breakage of utilities or loss of services resulting from his operations, and shall hold the Contracting Agency and its agents harmless from any claims resulting from disruption of or damages to same. Unless specified otherwise within the contract documents, the Contractor shall be entirely responsible for coordination with utility owners to either arrange for the movement or adjustment of temporary or permanent utilities that prohibit completion of the contract work, or to coordinate with utility owners to allow the performance of such work by the Contractor. All work by the Contractor adjacent to or in the vicinity of existing utilities shall be performed in accordance with the requirements of the utility owners. The Contractor shall pay all permit, inspection, and other fees levied by the utility owners. All costs incurred as a result of performance of the Contractor's obligations in this section shall be included in the unit contract price for the item installed. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company and the Contractor shall consider such costs to be incidental to the other items of the contract. The Contractor shall anticipate that the requirements of utility owners may hinder, delay, and complicate execution of the Work. The Contractor shall not be entitled to any claim for damages because of hindrances, delays, and complications caused by or resulting from requirements imposed by utility owners. 1 -07.23 Public Convenience and Safety Section 1 -07.23 is supplemented with the following: If operations of the Contractor are shown to significantly impede traffic flow during peak hours of traffic, the Engineer shall have the authority to restrict the Contractor to time of operation on the street. The Contractor shall maintain convenient access for local traffic and pedestrians to driveways, houses, and buildings along the line of work. Such access shall be maintained as near as possible to which existed prior to the commencement of construction. The Contractor shall notify all property owners and tenants of street and alley closures, or other restrictions which may interfere with their access. Notification shall be at least forty -eight (48) hours in advance, and shall include placing notification signs within the affected areas, and delivering notices to all property owners and tenants. A copy of such notice shall also be provided to the Engineer. Work involved with the distribution of notices to all of the property owners shall be considered incidental to the Contract. The Contractor shall notify the local refuse /recycling collection services, transit services, school district, postal service, fire and police department in writing before the beginning of operations, and provide a schedule of activities along with the associated time line, so that these agencies may reroute their vehicles around the construction zone. A copy of such Marine Hills Stormwater Conveyance System Repair Phase II 14 RFB # 16 -011 to, 1 notice shall also be provided to the Engineer. If rerouting is not possible, as determined by 2 these agencies /services, the Contractor shall coordinate with these agencies /services to 3 provide reasonable access through the construction zone at all times. 4 5 No specific areas are provided for construction staging /storage, access and parking. 6 Unless otherwise indicated in the Plans, on- street parking areas will be allowed to be utilized 7 by the Contractor for work and storage areas, pending notification of the users and approval 8 by the Engineer, two (2) working days in advance. 9 10 The Contractor shall be responsible for locating and arranging for construction staging, 11 access and personnel parking spaces, and shall be responsible for maintaining these 12 spaces in a safe and orderly condition throughout the duration of the Project. Prior to any 13 construction activity, the Contractor shall provide written notification informing the City and 14 all employees, contractors, and subcontractors who intend to arrive at this Project with 15 vehicles, equipment or supplies, of the location, purpose and restrictions that apply to the 16 Construction Staging, Access, and Personnel Parking Area. 17 18 All unattended excavation shall be properly barricaded and covered at all times. All open 19 trenching or street cuts must be filled with material as detailed below before leaving the job 20 at the completion of each work shift. 21 22 Immediately upon request by the Engineer, the Contractor shall place, in the amounts 23 designated, any asphalt concrete pavement, cold plant mix, crushed surfacing and /or gravel 24 base deemed necessary by the Engineer to maintain the above required accessibility of all 25 streets, road approaches, street connections, driveways, etc. 26 27 The Contractor shall be solely responsible for the safety, efficiency and adequacy of the 28 Contractor's plant, appliances, and methods, and for any damage or injury resulting from the 29 failure or improper maintenance use or operation. The Contractor shall be solely and 30 completely responsible for conditions of the job site, including safety of all persons and 31 property during performance of the work. This requirement shall apply continuously and not 32 be limited to normal working hours. The required or implied duty of the Engineer to conduct 33 construction review of the Contractor's performance does not and shall not be intended to 34 include review and adequacy of the Contractor's safety measures in, on, or near the 35 construction site. The Contractor shall comply with the safety standards and provisions of 36 applicable laws, building and construction codes, and the safety regulations set forth in 37 "Safety Standards for Construction" and "General Safety Standards" published in effect at 38 the time of call for bids. These publications may be obtained from the Department of Labor 39 and Industries, Olympia, Washington. The Contractor shall also comply with the safety 40 standard provisions set forth in the "Manual of Accident Prevention in Construction" 41 published by the Associated General Contractors of America. 42 43 The work described in this section shall not be paid separately and all costs shall be 44 included in other Contract bid items associated with this work. 45 46 1- 07.23(1) Construction Under Traffic 47 48 Section 1- 07.23(1) is supplemented with the following: 49 Marine Hills Stormwater Conveyance System Repair Phase II 15 RFB # 16 -011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 (January 2, 2012) Work Zone Clear Zone 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: Regulatory Posted Speed Distance From Traveled Way (Feet) 35 mph or less 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 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. Marine Hills Stormwater Conveyance System Repair Phase II 16 RFB # 16 -011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. Supplement Section 1 -07.24 with the following: The Contractor shall, upon vacating the premises of any easement or right of entry area, obtain 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 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 -08 PROSECUTION AND PROGRESS Add the following new section:. Marine Hills Stormwater Conveyance System Repair Phase II 17 RFB # 16 -011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1- 08.0(1) Preconstruction Conference Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; 3. A list of material sources for approval if applicable; 4. Project signage & notifications; 5. Confirmation of staging areas; 6. Construction site safety; 7. Contractor's initial progress schedule (3 copies); 8. List of materials fabricated or manufactured off site, including estimated delivery dates for any critical items; 9. Names of principal suppliers; 10. Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates); 11. Weighted wage rates for all employee classifications anticipated to be used on Project; 12. Submittal schedule (bring preliminary list); 13. Testing lab accreditation and qualifications; 14. Prevailing wage rate certification; 15. Erosion control plan; and 16. Traffic control plan. Add the following new section 1- 08.0(2) Hours of Work Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8 -hour Marine Hills Stormwater Conveyance System Repair RFB # 16 -011 Phase II 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 p.m. on any day; or longer than an 8 -hour period on any day. The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal straight time working hours Monday through Friday shall be limited as per Federal Way Revised Code Section 19.105.040. Approval to continue work during these hours may be revoked at any time based on verified complaints that the Contractor does not meet the terms of the approved conditions, or if the Contractor's activity creates unanticipated and verifiable adverse effect(s). The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Director of City of Federal Way Community Development Department, and the Engineer. Conditions set forth by Engineer may include but are not limited to: The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: inspectors and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. 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. 1 -08.4 Prosecution of Work Delete the first paragraph and replace it with the following: Notice to Proceed will be given after the Contract has been executed and all the required documents 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. Unless otherwise approved in writing, the Contractor shall commence construction activities on the project site and diligently pursue the work to the physical completion date within the time specified in the Section 1.2 of the Public Works Contract of this project. 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. Within three (3) weeks following the Notice to Proceed Date and prior to any on -site work, whichever is earlier, the Contractor shall erect the project signs described in the Section 1- 09.7 of these special provisions. Marine Hills Stormwater Conveyance System Repair RFB # 16 -011 Phase II 19 1 1 -08.5 Time for Completion 2� 3 4 Revise the third paragraph to read: 5 6 Contract time shall begin on the first working day following the 40th calendar day after the 7 Notice to Proceed Date. If the Contractor starts Work on the project at an earlier date, then 8 Contract time shall begin on the first working day when on -site Work begins. The Contract 9 Provisions may specify another starting date for Contract time, in which case, time will begin 10 on the starting date specified. 11 12 Revise the sixth paragraph to read: 13 14 The Engineer will give the Contractor written notice of the completion date of the contract 15 after all the Contractor's obligations under the contract have been performed by the 16 Contractor. The following events must occur before the Completion Date can be 17 established: 18 1. The physical work on the project must be complete; and 19 2. The Contractor must furnish all documentation required by the contract and required 20 by law, to allow the Contracting Agency to process final acceptance of the contract. 21 The following documents must be received by the Project Engineer prior to 22 establishing a completion date: 23 a. Certified Payrolls (per Section-1 -07.9(5)).. 24 b. Material Acceptance Certification Documents 25 c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the 26 Contract Provisions. 27 d. Final Contract Voucher Certification 28 e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor 29 and all Subcontractors 30 f. Property owner releases per Section 1_07.24 31 32 1 -08.6 Suspension of Work 33 Section 1 -08.6 is supplemented with the following: 34 35 (......) 36 Contract time may be suspended for the procurement of critical materials (Procurement 37 Suspension). In order to receive a Procurement Suspension, the Contractor shall within 14 38 calendar days after Notice to Proceed Date, place purchase orders for all materials deemed 39 critical by the Contracting Agency for Physical Completion of the Contract. The Contractor 40 shall provide copies of purchase orders for the critical materials. Such purchase orders shall 41 disclose the purchase order date and estimated delivery dates for such critical material. 42 43 The Contractor shall submit request for Procurement Suspension and provide a list of critical 44 materials that have long lead times for procurement or fabrication. If the approved Progress 45 Schedule indicates that materials procurement are critical activities, and if the Contractor has 46 provided documentation that purchase orders are placed for the critical materials within the 47 prescribed 14 calendar days, then Contract time will be suspended upon Physical 48 Completion of all critical work except that work dependent upon the listed critical materials. 49 Marine Hills Stormwater Conveyance System Repair RFB # 16 -011 Phase II 20 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Charging of Contract time will resume upon the delivery of the critical materials to the Contractor or 56 calendar days after the Notice to Proceed Date, whichever occurs first. 1 -08.9 Liquidated Damages (March 13, 2012 APWA GSP) Revise the fourth paragraph to read: When the Contract Work has progressed to Substantial Completion as defined in the 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- 09.2(1) General Requirements for Weighing Equipment Revise the sixth and seventh paragraphs to read: Trucks and Tickets — Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contracting Agency will provide item quantity tickets for scales that are not self - printing. The Contractor shall provide tickets for self - printing scales. All tickets shall, at a minimum, contain the following information: 1. Date of haul; 2. Contract number; 3. Contract unit Bid item; 4. Unit of measure; Identification number of hauling vehicle; and 6. Weight delivered: Net weight in the case of batch and hopper scales. ii. Gross weight, tare and net weight in the case of platform scales (tare may be omitted if a tare beam is used). iii. Approximate load out weight in the case of belt conveyor scales. 7. Ticket serial number imprinted on the tickets: 8. Type of material; 9. Weighman's Identification; 10. Location of delivery by project station or street address. The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. The material delivery point is defined as the location where the material is incorporated into the permanent Work. It shall be the Contractor's responsibility to provide a certified wel ht ticket to the Engineers designated representative on the _ ro'ect at the time of delivery of materials for each truckload delivered. In the event that the Englneers designated representative is not laresent, the Contractor shall forward the ticket to the Marine Hills Stormwater Conveyance System Repair RFB # 16 -011 Phase II 21 1 Engineer within (1) working day,_aienq with sufficient verification of the specific stockpiled 2 location or area of use. Pay quantities will be prepared on the basis of said information. 3 Quantities for material delivered without adequate documentation will not be paid. 4 5 1 -09.6 Force Account 6 (October 10, 2008 APWA GSP) 7 8 Supplement this section with the following: 9 10 The Contracting Agency has estimated and included in the Proposal, dollar amounts for all 11 items to be paid per force account, only to provide a common proposal for Bidders. All such 12 dollar amounts are to become a part of Contractor's total bid. However, the Contracting 13 Agency does not warrant expressly or by implication, that the actual amount of work will 14 correspond with those estimates. Payment will be made on the basis of the amount of work 15 actually authorized by Engineer. 16 17 1 -09.7 Mobilization 18 Supplement this section 1 -09.7 with the following: 19 21 Mobilization shall include but not be limited to the following items: movement of the 22 Contractor's personnel, materials, equipment, supplies, and other items or work incidental 23 to construction of the project; the establishment of office /storage buildings, temporary 24 security fence and other facilities necessary for construction of the project; providing 25 sanitary facilities for the Contractor's personnel; obtaining permits or licenses required to 26 complete the project not furnished by the City; and other work and operations which must 27 be performed or costs that must be incurred. 28 29 Also to be included in the lump sum bid price for "Mobilization" is the following: 30 31 1. Written release, per Section 1 -07.24 shall be obtained from all property 32 owners whose property is used for storage or other purposes. 33 2. The Contractor shall be responsible for providing and installing two project 34 signs as described below. 35 36 The Contractor shall provide and maintain two (2) 8 -foot wide by 4 -foot high signs 37 constructed of 3/4 -inch exterior high density sign plywood. Signs shall bear the name of 38 the project, Owner, Contractor, Engineer, and other participating agencies. Lettering shall 39 be applied by an experienced sign painter. Paint shall be exterior type enamel. The 40 specific requirements are included in Appendix A. The location of the signs will be 41 provided by the Contracting Agency. The signs shall be erected within three (3) week 42 following the Notice to Proceed Date and before the beginning of construction, and remain 43 in place for the duration of construction. The Contractor shall remove and properly 44 dispose of the signs at project completion or when directed by the Engineer. 45 46 1 -09.9 Payments 47 48 (......) 49 Delete the first four paragraphs and replace them with the following: 50 51 The basis of payment will be the actual quantities of Work performed according to the 52 Contract and as specified for payment. Marine Hills Stormwater Conveyance System Repair RFB # 16 -011 Phase II 22 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 The Contractor shall submit a Lump Sum item cost breakdown to the Engineer for review and approval at the Preconstruction Conference to utilize for monthly progress payments. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. In the absence of an approved lump sum breakdown, the Project Engineer will determine the amounts for monthly payments on Lump Sum items based on information available. The Project Engineer's determination 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 Contractor shall submit to the Engineer a request for payment for work completed during the previous period. Copies of such a request for payment shall be submitted on a form provided by the Engineer. All monthly pay requests are subject to approval and /or verification by the Engineer. Errors or omissions in the request for payment may result in a delayed payment. It is the Contractor's responsibility to maintain and submit adequate documentation for work completed within each monthly pay period. The initial progress estimate will be made no 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); 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. Except when requested a minimum of (10) calendar days in advance by the Contractor, progress payments will be mailed to the address supplied in writing by the Contractor at the preconstruction conference. Marine Hills Stormwater Conveyance System Repair RFB # 16 -011 Phase II 23 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 1 -10 Temporary Traffic Control 1- 10.2(1) General Section 1- 10.2(1) is supplemented with the following: (January 8, 2016) 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 or (425) 814 -3930 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 Section 1- 10.2(2) is deleted and replaced with the following: A City of Federal Way Right of Way permit has been obtained for this project which includes minimum traffic control requirements (See Appendix C), The Contractor shall develop traffic control plans to be project site specific and to facilitate the Contractor's chosen method of performing the 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 Delete Sections 1- 10.5(2) and 1- 05(3). Section 1- 10.5(1) shall apply to this project. Marine Hills Stormwater Conveyance System Repair Phase II 24 RFB # 16 -011 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 a] kyj 1.1 [elm Draining Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits SECTION 7 -05 Manholes, Inlets, Catch Basins, and Drywells 7 -05.1 Description Supplement this section with the following: This work shall also consist of repairing existing catchbasin in accordance with the Plans and these Specifications. 7 -05.4 Measurement Delete this section and replace it with the following: No specific unit of measurement will apply to the lump sum item for "Catchbasin Rehabilitation ". 7 -05.5 Payment Delete this section and replace it with the following: Unless specifically listed as a separate bid item in the Bid Schedule, the lump sum bid item for "Catchbasin Rehabilitation" 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. Marine Hills Stormwater Conveyance System Repair Phase II W RFB # 16 -011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 SECTION 7 -06 Storm Drain Rehabilitation Using Cured In Place Method (New Section) Add this new section 7 -06 with the following: 7 -06.1 Description This work consists of rehabilitating existing storm drain by the installation of Cured -In -Place Pipe (CIPP) within the existing pipe. The CIPP shall be a resin - impregnated flexible tube which, when cured, shall be continuous, joint -less and tight- fitting throughout the entire length of the original pipe. Video inspection records of the pipes to be relined were provided to bidders. Video inspection records for some pipes are not complete due to obstructions in the pipe at the time of inspection. The pipes having only partial video record are listed in the table below. For the pipe sections that don't have video records, for the purposes of bidding the project, bidders shall assume that these pipes are full of sediments /debris /roots and other heavy obstructions, and that standard jet rodding method alone will not be sufficient to clean these pipes. Pipes with Partial Videos Pipe ID # Partial Video Partial Video 4569 8395 Partial Video - Can see end of pipe run 9046 Partial Video 9159 Partial Video 9355 Partial Video 9412 Partial Video - Can see end of pipe run 15526 Partial Video 15528 Partial Video - Can see end of pipe run 15544 Partial Video 15568 Partial Video 16690 Partial Video 16694 Partial Video 16702 Partial Video 16708 Partial Video 16710 Partial Video 16714 Partial Video 19018 Partial Video 24894 Partial Video 25016 Partial Video 25327 Partial Video Some of the pipe conditions have been altered since the last video inspection was performed. The alternations known to the city are listed in the table below: Marine Hills Stormwater Conveyance System Repair Phase II 26 RFB # 16 -011 Pipe ID 4 Known Alternation Since Last Video Inspection Active Utility Cross Bore- scheduled to be repaired before the project 4569 begins. Video includes multiple pipe runs. Video for pipe 49045 starts at 9045 168.2'- video is going with the direction of flow. Video includes multiple pipe runs. Video for pipe #9046 start at 252' - video is going with the direction of flow. Video stops at damaged 9046 location which has been repaired. 9159 Utility cross bore has been removed /repaired. 9180 Video stops at damaged location. Damage has been repaired. A short section at approximately 90' from upstream end has been 9228 replaced with a tap connection. Video shows hardened slurry deposits on the upstream end. This pipe was jet rodded after video inspection. Not clear how much deposits 9412 still remain, 9430 Video stops at damaged location. Damage has been repaired. 9433 Video stops at damaged location. Damage has been repaired. 15526 Video stops at utility cross bore which has been removed /repaired, 15528 Damage shown at the end of the video has been repaired. Pipe was Jet rodded after video inspection. Not clear if hardened 16690 slurry deposits are still there. Sediment in pipe. Pipe has been jet rodded several times. Not clear 16694 how much sediments remain. The damage at approximately 350' from upstream end has been 16696 repaired. Active Utility Cross Bore- scheduled to be repaired before the project 19018 begins. 24894 Video stops at damaged location. Damage has been repaired. Damaged segment at approximately 25' from downstream end has 25016 been repaired. This pipe was jet rodded but it is likely that there is still sediment in 25327 the pipe. Majority of pipe condition is unknown, 2 3 Contractor's attention is drawn to the fact that these are historical video inspection records 4 taken at various years and seasons. The City makes no expressed or implied guarantee as 5 to the accuracy or completeness of the information contained on its video files or documents 6 The Contractor shall make his or her own judgment as to the conditions of the pipes and 7 structures and shall not rely on the description provided on the City inspection records and 8 video files. 9 10 Marine Hills Stormwater Conveyance System Repair Phase H 27 RFB # 16 -011 1 7 -06.2 Materials 2 3 7- 06.2(1) General 4 Neither the CIPP system, nor its installation, shall cause adverse effects to any of the 5 City's facilities. The use of the product shall not result in the forrnation or production of any 6 detrimental compounds or by- products. The Contractor shall notify the Engineer and identify 7 any by- products produced as a result of the installation operations, test and monitor the levels; 8 any comply with any and all local, state and federal environmental laws. 9 10 All materials furnished, as part of this contract shall be marked with detailed product 11 information, stored in a manner specified by the manufacturer and tested to the requirement of 12 this contract. 13 14 7- 06.2(2) Fabric Tube 15 The fabric tube shall consist of one or more layers of flexible needled felt or an 16 equivalent non -woven material, or a combination of non -woven and woven materials capable 17 of carrying resin and withstanding installation pressures. 18 1. The fabric tube shall be continuous in length and the wall thickness shall be uniform. 19 The fabric tube shall have staggered longltudinal and circumferential joints between 20 multiple layers of fabric so as not to overlap. 21 2. The fabric tube will be capable of conforming to offset joints, bells, and disfigured 22 pipe sections. It shall be able to stretch to fit irregular pipe sections and negotiate 23 bends. 24 3. Seams in the fabric tube shall be stronger than the non - seamed fabric tube. 25 4. The fabric tube shall be marked at regular intervals along its entire length, not to 26 exceed 5 feet. Markings shall include Manufacturer /Assembler's name or identifying 27 symbol. 28 5. The fabric tube shall be manufactured with materials from a consistent supplier. All 29 materlals of a similar type shall be from a single source for the entire project. 30 6. The fabric tube shall be fabricated to a size that, when installed, will tightly fit to the 31 internal circumference and length of the host pipe. Allowance shall be made for 32 circumferential stretching during the installation process. 33 7. The fabric tube shall not extrude out from the host pipe after installation. 34 8. For liners inserted by the inversion process, the fabric tube shall be coated on one 35 side with a translucent, waterproof coating of: 36 a. polyvinyl chloride (PVC) 37 b. polyurethane 38 C. or polyethylene 39 9. For liners inserted by the pull /winch method, the fabric tube shall be coated on one 40 side with a translucent, waterproof coating of: 41 a. polyvinyl chloride (PVC) 42 b. polyurethane 43 C. polyethylene 44 d. polypropylene 45 e. or approved equal 46 10. The product shall not be of a dark or non - reflective material which would inhibit 47 proper television inspection. 48 49 7- 06.2(3) Resin 50 The resin shall have the following characteristics: 51 52 1. The thermosetting resin shall be either epoxy vinyl ester resin or polyester resin. Marine Hills Stormwater Conveyance System Repair Phase I1 28 RFB # 16 -011 a l a lF 1 2. The resin color shall be in contrast to the color of the liner fabric to assist in visual 2 inspection. 3 3. The CIPP resin shall be compatible with the liner fabric, other rehabilitation 4 systems it may contact, and the host pipe materials. 5 4. The resin shall form no excessive bubbling or wrinkling during lining. 6 5. The resin shall be manufactured with materials from a consistent supplier. All 7 materials of similar type shall be from a single source for the entire project. 8 6. The resin shall have no fillers added for the sole purpose of increasing the resin 9 volume. 10 11 7- 06.2(4) Preliner 12 Use a preliner tube sized to fit the host pipe. The preliner tube must be composed of 3 -ply 13 laminate sheet combining two layers of polyethylene film and high- strength -nylon cord grid 14 formed into a tube. The tube must be continuous for the entire length of the host pipe. 15 16 7 -06.3 Construction Requirements 17 18 7- 06.3(1) Design Requirements and Submittals 19 20 7- 06.3(1)A Design Criteria and Physical Properties 21 The CIPP design shall be in accordance with ASTM F1216 with final approval from the 22 Engineer. The liner thickness shall be designed based on the engineering formulas listed in 23 ASTM F1216 for fully deteriorated pipes, assuming groundwater at the surface, HS -20 live 24 loading, 130 pounds per cubic foot dry soil density, trench width of 3.25 feet, depth of cover 25 determined by the adjacent upstream or downstream structure (whichever is deeper), a 26 sandy gravel soil type, a maximum allowable deflection of 5 percent, ovality 2% or as 27 measured by field inspection, and a factor of safety of 2.00. 28 29 The liner thickness shall be sufficient to prevent groundwater from entering the pipe, while 30 maintaining the maximum cross - sectional pipe area possible. 31 32 The composite materials of the fabric liner tube and resin shall, upon installation inside the 33 host pipe, exceed the minimum test standards specified by the American Society for Testing 34 and Materials based upon restrained samples cured in host pipe and flat plate 35 36 Physical Properties 37 Flexural Strength (ASTM D790) 4,500 psi /min 38 Modulus of Elasticity (ASTM D790) 250,000 psi 39 40 7- 06.3(1)6 Submittals 41 Submit a work plan for installing the CIPP. The work plan must include: 42 1. Contractor's description of the proposed CIPP lining technology. Submittals shall include 43 information on the cured -in -place pipe intended for installation and all tools and 44 equipment required for a complete installation. Submittals shall identify which tools and 45 equipment will be redundant on the job site in the event of equipment breakdown. All 46 equipment, to be furnished for the project, including proposed back -up equipment, 47 shall be clearly described. The Contractor shall outline the mitigation procedure to be 48 implemented in the event of key equipment failure during the installation process 49 2. Summary sheet for each pipe segment. Identify the summary sheet by the pipe 50 identification number shown for the corresponding pipe. Summary sheets must include: 51 2.1. Calculated minimum thickness of liner 52 2.2. Manufacturer's recommendations for: Marine Hills Stormwater Conveyance System Repair RFB # 16 -011 Phase II 29 1 2.2.1. Minimum pressure to hold the tube tight against the host pipe 2 2.2.2. Maximum allowable pressures to ensure no damage to the tube nor to the 3 host pipe 4 2.2.3. Postcure temperature 5 2.2.4. Cure pressures including the minimum cold, maximum heated, and 6 maximum cold pressures 7 2.2.5. Cure time including accommodations for the effects of the anticipated heat 8 sink conditions and variation over the length of the host pipe. For UV light 9 curing include a full protocol for time, rate of travel of the UV assembly, 10 pressures, and amount of lamps in operation for the correct curing of the 11 fabric tube. 12 2.3. Resin trade name 13 2.4. Expected maximum exothermic temperature 14 2.5. Method of liner insertion such as air inversion, water inversion, or pulled -in -place 15 2.6. Proposed cure method such as water, UV light or hot steam, including curing 16 procedure detailing the curing medium and the method of application. 17 2.7. Proposed length, access and termination points for each segment 18 3. Manufacturer's information for: 19 3.1. Resin, resin enhancer, and bond enhancer identification and typical properties 20 including: 21 3.1.1. Identification of supplier 22 3.1.2. Pipe liner and resin manufacturer's certification that the resin and catalyst 23 system meets requirements of each site where CIPP will be placed and is 24 compatible with the intended installation method, service conditions and 25 existing host pipe material including bituminous coatings 26 3.1.3. Certificates of compliance for CIPP in compliance with ASTM F 2019, 27 ASTM D 5813, ASTM F 1216, or ASTM F 1743 28 3.2. Resin enhancer data including: 29 3.2.1. Certification from the resin manufacturer or formulator that bond enhancer 30 is compatible with the resin system 31 3.2.2. Certification from the bond enhancer manufacturer that the material is 32 suitable for use in aqueous environments 33 3.3. Fabric tube description including: 34 3.3.1. Identification of supplier 35 3.3.2. Types of impermeable membranes and relative juxtaposition such as inner 36 layer, outer layer, or both 37 3.3.3. Maximum pulling force that will not damage fabric tube for pulled -in -place 38 installations 39 3.4. Manufacturers' shipping, storage and handling recommendations for all 40 components of the CIPP System. 41 3.5. Installation procedure for both insertion and resin curing 42 3.6. Sealing materials such as quick -set epoxy mortar, high viscosity epoxy, or 43 hydrophilic vulcanized expansive rubber strip 44 3.7. Preliner description, preliner splicing recommendations, and identification of the 45 supplier 46 3.8. Description of nontoxic lubricant for inversion installation. Lubricant must not (1) 47 have any detrimental effects on the fabric tube, resin, or boiler and pump system, 48 (2) support the growth of bacteria, and (3) adversely affect the fluid to be 49 transported. 50 4. Test results from an independent testing lab for 10,000 -hour, 50 -year flexural creep 51 modulus test under ASTM D 2990. If authorized 10,000 -hour tests are not available, for 52 all formula calculations, use a minimum 75 percent reduction (25 percent retention) of Marine Hills Stormwater Conveyance System Repair Phase II 30 RFB # 16 -011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 the flexural modulus of elasticity for all formula calculations. Determine the flexural modulus of elasticity under ASTM D 790, Procedure A, and meet the requirements of ASTM D 5813, and Table 1 within ASTM F 2019, ASTM F 1216, or ASTM F 1743. 5. Certification on manufacturer's letterhead indicating you are approved by the fabric tube and resin manufacturer to perform CIPP installation work. Individuals installing the CIPP shall be certified by the product Manufacturer /Assembler. Submit certification documentation to the Engineer prior to installation. 6. Material safety data sheets for all hazardous chemicals that will be used on the job site including resin, catalyst, cleaners, and repair agents. Identify the proposed use for each hazardous chemical and where it will be used in the work. 7. Engineering design calculations, in accordance with the Appendix of ASTM F -1216, for each length of liner to be installed including the thickness of each proposed CIPP. These calculations shall be performed and certified by a qualified Professional Engineer. All calculations shall include data that conforms to the requirements of these specifications or has been pre- approved by the Engineer. 8. A detailed description of the Contractor's proposed procedures for removal of any existing blockages in the pipeline that may be encountered during the cleaning process. 9. An odor control plan that will ensure that project specific odors will be minimized at the project site and surrounding area. 10. The Contractor shall submit a Safety Plan to the Engineer, prior to beginning any work, identifying all competent persons. The plan shall include a description of a daily safety program for the job site and all emergency procedures to be implemented in the event of a safety incident. All work shall be conducted in accordance with the Contractor's submitted Safety Plan. Particular attention is drawn to the safety requirements involving Work with entering confined spaces. 11. A detailed quality control plan (QCP) shall be submitted to the Engineer that fully represents and conforms to the requirements of these specifications. At a minimum the QCP shall include the following: 11.1 Detailed discussion of -the proposed quality controls to be performed by the Contractor. 11.2 Defined responsibilities, of the Contractor's personnel, for assuring that all quality requirements, for this contract, are met. These shall be assigned, by the Contractor, to specific personnel. 11.3 Proposed procedures for quality control, product sampling and testing shall be defined and submitted as part of the plan. 11.4 Proposed methods for product performance controls, including method of and frequency of product sampling and testing. 11.5 A scheduled performance and product test result reviews between the Contractor and the Engineer at a regularly scheduled job meeting. 11.6 Inspection forms and guidelines for quality control inspections shall be prepared in accordance with the standards specified in this contract and submitted with the QCP. 11.7 A check list containing key elements of the CIPP installation criteria that is important for the inspector to ensure that quality control and testing requirements are performed in accordance with the contract documents. 12. Documentations to prove testing laboratory's qualification. The laboratory must be an independent third party testing laboratory selected by the city as recommended by the CIPP manufacturer. The laboratory must have facilities and staff capable of performing tests in accordance with applicable ASTM test methods to confirm compliance with the requirements specified in these contract documents. Marine Hills Stormwater Conveyance System Repair Phase II 31 RFB # 16 -011 1 13. A statement of the Contractors experience. The Contractor shall have a minimum of 2 three (3) years of continuous experience installing CIPP liners in pipe of a similar size, 3 length and configuration as contained in this contract. 4 14. Method for repairing large void in the existing host pipe prior to CIPP installation, and 5 proposed grout material. The cured grout must withstand submergence in water without 6 degradation. The grout must not be biodegradable. Residual grout shall be easily 7 removable from the pipe line to prevent blockage of the pipe flow. 8 9 7- 06.3(2) Pre - installation Video Inspection and Cleaning of Host Pipe 10 11 Cleaning of Host Pipe 12 The Contractor shall clean each pipe prior to the installation of Cured -in -Place pipe, to 13 assure that there are no obstructions or deleterious substances present that would interfere 14 with the installation and /or affect long -term performance of the CIPP. Such obstructions and 15 substances may include, but shall not be limited to, sludge, dirt, sand, mineral deposits, 16 rocks, gravel, sediments, grease, roots, hardened grout, hardened grout slurry, projecting 17 CMP wall, and other solid or semi -solid materials. 18 19 The minimum equipment required for performance of this work shall be standard 20 vacuum /jet rodding trucks that operate on the vacuum principle for the removal of solids 21 and must have sufficient 1" minimum inlet diameter hose with water pressure and capability 22 of jet rodding storm drain lines and removing solids /debris in a single operation for a 23 distance of at least 400 feet from said equipment. At a minimum, the following jet cleaning 24 nozzle types and other equipment shall be provided by the Contractor: Standard forward 25 facing jet; rotating chain flail head and root cutters in at least 8" through 18" sizes; and 1" 26 inlet diameter rotating multi - nozzle head. 27 28 Contractor's attention is drawn to the fact that the standard jet rodding method alone will 29 not be sufficient to clean some of the existing pipes of the project. Additional cleaning 30 methods and /or equipment such as root cutter, robotic cutter, or other equipment will be 31 necessary to clean up the obstructions in the pipe. It is the Contractor responsibility to 32 clean the host pipe prior to the CIPP installation utilizing whatever the method and 33 equipment that are necessary. Bidders shall carefully review the pipe video files provided 34 by the city to understand the conditions of the existing host pipes. 35 36 Precaution shall be taken, by the Contractor in the use of cleaning equipment to avoid 37 damage to the existing pipe. The repair of any damage, caused by the cleaning equipment, 38 shall be the responsibility of the Contractor 39 40 Waste Materials Removal, Haul and Disposal 41 Sludge, dirt, sand, rocks, gravel, grease and other solids or semi -solid material resulting 42 from the cleaning operation shall be trapped and removed from the manhole or catch basin 43 structure of the sections being cleaned. Passing materials from structure to structure, which 44 could cause line blockages or environmental damage, shall not be permitted. Shavings from 45 tap connection cut -outs shall be removed. A cleaning report for each line is to be submitted 46 after cleaning is completed. 47 48 It shall be the responsibility of the Contractor to haul and dispose of the waste materials. 49 Trucks hauling solids or semi - solids from the site shall be watertight so that no leakage or 50 spillage will occur. Under no circumstances shall waste material be dumped onto the ground 51 surface, streets, catch basins, or storm drains. Materials removed during the cleaning 52 operation, shall be disposed of in accordance with local ordinances associated with vactor Marine Hills Stormwater Conveyance System Repair RFB # 16 -011 Phase II 32 1 decanting. Contractor shall provide the Engineer with trip tickets documenting proper 2 disposal of waste materials. 3 4 Pre - installation Video Inspection 5 The Contractor shall perform video inspections prior to CIPP installation to facilitate host 6 pipe cleaning and to prove that the host pipe is ready for CIPP installation. Depending on the 7 conditions of the host pipe, multiple rounds of pre - installation video inspection could be 8 necessary. 9 10 After the host pipe is clean and before CIPP installation, the Contractor shall perform a video 11 inspection. The Contractor shall notify the Engineer at least (2) working days prior to 12 performing this video inspection and shall arrange for the Engineer to observe the video 13 inspection. The Contractor shall provide the Engineer with a copy of the video and report 14 prior to the installation of the liner. 15 16 The video inspection system shall consist of a 360 - degree radial view closed circuit 17 television camera (a.k.a. pan and tilt). All inspections should be done in a PACP format, with 18 uploadable capability to the City's Granite database. 19 20 The Contractor shall also, during this inspection, identify and determine the exact locations 21 of the tap connections. Once tap connection is detected, the Contractor shall notify the 22 Engineer as soon as possible. The Engineer will determine whether the tap connection is 23 live and need to be reinstated. The notice of physical completion of the project will not be 24 issued until all the pre - installation videos are reviewed by the Engineer and all tap 25 connections are reinstated by the Contractor. If the Contractor failed to determine the exact 26 location of any tap connection prior to the CIPP installation, it is the Contractor's 27 responsibility to find the location of the tap connection and reinstate it. The Contractor shall 28 be responsible for any and all additional costs above and beyond the unit bid price for Tap 29 Connection Reinstatement. If the installed mainline CIPP liner is damaged in the process of 30 locating the tap connection, the Contractor shall be responsible for repairing the damage to 31 the Engineer's satisfaction and shall bear all the costs of the repair work. 32 33 7- 06.3(3) Installation Preparation 34 7- 06.3(3)A Grout and Fill Holes and Voids 35 Holes and voids on the existing host pipe that would interfere with the installation and /or 36 affect the quality of the installed CIPP product shall be repaired by the Contractor prior to 37 CIPP installation. The Contractor shall submit the repair method for the Engineer's approval 38 prior to perform the repair work. The work described in this section will not be paid 39 separately. Compensation for costs incurred to perform the work shall be included in the unit 40 Contract price for CIPP Storm Pipe of the size. 41 42 7- 06.3(3)B Tap Connection Intrusion Removal 43 The Contractor shall remove all tap intrusions that may interfere with CIPP installation using 44 a robotic cutter or other means and methods as necessary. 45 46 7- 06.3(3)C Open Cut Repair 47 If pre - installation inspection reveals obstacles /damages that will prohibit proper CIPP 48 installation or will significantly reduce pipe flow capacity, and the obstacles /damages cannot 49 be removed without open trench repair, the Contractor shall notify the Engineer the 50 situation immediately. Examples of such obstacle /damage may include but not limited to: 51 pipe misalignment, broken or collapsed pipe section, sag, or large foreign objects. The 52 Engineer may, at his /her sole discretion, direct the Contractor to open cut repair a section of Marine Hills Stormwater Conveyance System Repair RFB # 16 -011 Phase II 33 1 the pipe prior to CIPP installation, install CIPP without repairing the obstacles /damages, or 2 not install CIPP on the pipe. If authorized, the open cut repair work will be compensated 3 under force account. 4 5 7- 06.3(4) Flow Bypassing 6 The Contractor shall furnish a temporary flow bypass system for each reline site. The 7 bypass system shall be designed to maintain uninterrupted flows in and around the line 8 segment to be relined. The pump and bypass system shall be of adequate size and capacity 9 to handle the type and quantity of flows at each location. 10 11 It shall be the Contractor's responsibility to determine the size and type of bypass system to 12 use. A plan for the bypass system must be submitted to the Engineer for review prior to 13 mobilization to the job site. The review is for content only and does not relieve the 14 Contractor of his /her responsibilities to design an adequate system. Any damage resulting 15 from the bypass operation shall be addressed by the Contractor, at the Contractor's 16 expense. The City shall be held harmless for any damages caused by the flow bypassing 17 operation. 18 19 In order to avoid bypassing large storm flow, Contractor may choose to postpone the CIPP 20 installation during and immediately after a storm event. In that case, unworkable days may 21 be granted if requested by the contractor and approved by the Engineer. 22 23 There may be minor sags in the existing pipe system at some locations. Contractor shall 24 pump out all water from sags and maintain a dry and workable condition for CIPP 25 installation. 26 27 7- 06.3(5) CIPP Installation 28 7- 06.3(5)A Resin Impregnation 29 30 1. Vacuum - impregnate the liner fabric with resin under controlled conditions. 31 2. Use a volume of resin sufficient to fill all voids in the liner material at nominal 32 thickness and diameter. Volume should be adjusted by adding excess resin for the 33 change in resin volume due to polymerization and to allow for any migration of resin 34 into the cracks and joints of the host pipe, per ASTM F1216, Section 7.2, Resin 35 Impregnation. 36 3. Trip tickets documenting roller gap setting and the amount of resin used for each 37 lining to be provided to the Engineer prior to each installation and signed by the Wet - 38 Out crew supervisor. 39 4. The resin impregnated tube shall be stored in such a manner that it will not be 40 damaged, exposed to direct sunlight, exposed to any curing environment, or result in 41 a public safety hazard. All materials shall be subject to inspection and review prior to 42 installation. 43 44 7- 06.3(5)B Liner Installation 45 46 1. Preliner 47 a. Existing site conditions may warrant preliner installation prior to CIPP 48 installation. Contractor shall inform the Engineer if preliner is necessary. 49 Install each preliner tube in the presence of the Engineer. Preliner will not be 50 paid if the installation cannot be verified by the Engineer. 51 b. Preliner tube must control resin loss and liner thickness and prevent blocked 52 tap connections. For long segments, several sections of preliner tube may be Marine Hills Stormwater Conveyance System Repair Phase II 34 RFB # 16 -011 11111111111--p 0 Gam'. 11 1 spliced together in compliance with the preliner manufacturer's instructions for 2 forming a tube of adequate length. 3 4 2. Inversion Method. 5 a. The impregnated tube shall be inserted through an existing manhole or catch 6 basin structure by means of the Manufacturer /Assembler's recommended 7 installation process and in accordance with ASTM F1216. The application of 8 a hydrostatic head, compressed air, or other means shall fully extend the liner 9 to the next designated structure or termination point, fully inflate and firmly 10 adhere the liner to the host pipe wall in accordance with ASTM F1216, 11 Section 7.4.1 Using Hydrostatic Head. 12 b. The rate of the liner installation shall not exceed the maximum rate 13 recommended by the Manufacturer /Assembler. 14 15 3. Pull/Winch Method 16 a. The impregnated tube shall be pulled into place in accordance with ASTM 17 F1743 within the host pipe with the aid of a power winch that for felt tubes is 18 equipped with a device to monitor the force and prevent excessive tension 19 and tube elongation. 20 b. The maximum allowable longitudinal elongation, or stretch, of the material 21 shall be one (1) percent. The longitudinal stretch of the tube shall be gauged 22 by comparing markers on the fully inserted tube to the actual length of pipe 23 being rehabilitated. 24 C. The Contractor shall use a flexible and impermeable calibration hose to inflate 25 the tube. The calibration hose may or may not remain in the complete 26 installation. Any dry tube or inflation hose material that enters the existing 27 pipe that has not been previously vacuum - impregnated with resin cannot be 28 included in the structural wall of the CIPP. Hose materials remaining in the 29 installation shall be compatible with the resin system used, shall bond 30 permanently with the tube, and shall be translucent to facilitate post - 31 installation inspection. Hose materials that are to be removed after curing 32 shall be of a non - bondable material. 33 4. The impact of slope and grade change shall be accounted for in the design and 34 installation of liners on steep slopes. 35 5. The first five CIPP installations, structure to structure, shall be made under the 36 supervision of the product Manufacturer /Assembler's representative. The locations 37 of these installations shall be representative of typical site conditions. These first five 38 CIPP installations shall be completed by the same crews and equipment to be used 39 for the remaining installations. 40 6. A lubricant may be used by the Contractor at their discretion to reduce friction during 41 the liner installation. The lubricant shall be approved for use by both the 42 Manufacturer /Assembler and the Engineer and shall be a nontoxic, oil -based product 43 that has no detrimental effect on the liner and resin, does not support bacteria 44 growth, or affect the general characteristics of the domestic sewage. 45 46 7- 06.3(5)C Curing 47 48 1. General 49 Start resin curing after liner installation and complete the cure with a cool -down period for 50 heat curing resin based CIPP. If UV cured, comply with curing procedures under ASTM F 51 2019. 52 2. Heat Cure Marine Hills Stormwater Conveyance System Repair Phase II Key RFB # 16 -011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 After installing the CIPP, use a suitable heat source that is either hot water, steam, or steam with air. The delivery system must be capable of providing the required amount of heat uniformly throughout the section to completely cure the resin. Monitor the temperature throughout the curing process by: a. Installing gages to measure the temperature of the incoming and outgoing heat source. b. Placing remote sensing devices at both ends between the impregnated tube and the pipe invert to monitor the outside temperature of the CIPP. c. Recording the temperature from each remote sensing device. The reading must represent the temperature from start to completion of the resin - curing process and draining the CIPP. d. Recording temperature every 5 minutes. Submit the log of recorded temperatures within 48 hours after completing the resin - curing process. Initial curing is complete when the remote sensing devices achieve the manufacturer's required curing temperatures for either resin, catalyst, or both. The curing temperature and schedule must comply with the submitted data and cool -down period. 3. Pressure Start the resin - curing process after complete dimpling of the pipe openings. Maintain the required pressure until the resin - curing process is complete. Monitor the pressure throughout the curing process and record the pressure every 5 minutes. Submit the recorded pressure within 48 hours after completing the resin - curing process. 4. UV Cure UV curing must conform to ASTM F 2019, Section 6.7 Curing Methods - Ultraviolet Light Curing. All light train sensor readings, recorded by the tamper proof computer, shall provide output documenting the cure along the entire length of the installed liner. The city's representatives shall be allowed to visually observe the curing process during application through the Contractor's monitoring system. 7- 06.3(5)D Cool Down 1. Cool the liner down to the temperature specified by the Resin Manufacturer following the cure period, at the cooling rate specified by the Resin Manufacturer, for the duration specified by the Resin Manufacturer, prior to relieving static head. 2. Care should be taken to ensure that a vacuum is not induced which could damage the new CIPP during the release of head on the new CIPP. 3. Discharging hot water to storm system is strictly prohibited. Hot water used for curing must be cooled down to ambient temperature before discharging. Alternatively, it might be pumped to sanitary sewer system. Contractor shall be responsible for obtaining appropriate permit from the sewer district for such discharge and be responsible for all the costs associated with the discharge. 7- 06.3(6) Sealing of Pipe Liner at the Ends & the Finished Pipe Liner For all installations, the ingress and egress of the new pipe liner shall be sealed to the rehabilitated host pipe to prevent water movement between the two systems. The Contractor shall seal the ingress and egress of the new pipe liner with a hydrophilic end seal. The seal shall be watertight. The Contractor shall submit the sealing method for Engineer's review and approval prior to performing the work. Marine Hills Stormwater Conveyance System Repair RFB # 16 -011 Phase II 36 1 The finished pipe liner shall be continuous over the length of the host pipe mainline run and 2 shall conform to the walls of the host pipe. The liner shall be free of all visual and material 3 defects. There shall be no pits, pinholes, pilot holes, gouges or cracks. The surface shall be 4 smooth and free of waviness, bumps, or bulges throughout the pipe. Any defects which 5 may, in the opinion of the Engineer, affect the integrity or strength of the pipe liner, shall be 6 repaired at the Contractor's expense in a manner satisfactory to the Engineer. 7 8 7- 06.3(7) Reinstatement of Tap Connections & Post - Installation Video Inspection 9 10 After the relined material has cured, and material testing has been completed, the Contractor 11 shall immediately relieve each tap connection, to be reinstated, by opening a hole large 12 enough to allow the liquid to drain off. The Contractor shall then proceed to reinstate the tap 13 connection to a minimum of 95% of their original diameter. The liner shall be made flush with 14 the invert of the tap connection. The opening, when complete, shall be smooth with no 15 rough edges that could cause debris to collect and cause future blockages. The opening 16 shall not be more than 100 percent of the tap connection opening. In the event that tap 17 connection reinstatements result in openings that are greater than 100 percent of the tap 18 connection opening, the Contractor shall install a CIPP type repair, sufficiently in size to 19 completely cover the over -cut tap connection. All tap connections will be completely 20 reinstated within 36 hours. If reinstatement is delayed for any reason, it shall be the 21 Contractor's responsibility to accommodate the need of by- passing the tap connection, at no 22 additional cost to the City. 23 24 The Contractor shall perform post - installation video inspection after all tap connections are 25 reinstated. The video inspection system shall consist of a 360- degree radial view closed 26 circuit television camera (a.k.a. pan and tilt). All inspections should be done in a PACP 27 format, with uploadable capability to the City's Granite database. The video inspection shall 28 be made with no flow in the pipe. The Contractor shall notify the Engineer at least (2) 29 working days prior to performing the video inspection and shall arrange for the Engineer to 30 observe the video inspection. The view shall be up close, and shall slowly pan the entire tap 31 opening. During the post video inspection, the camera must show the new CIPP at the initial 32 structure as well as the end structure to provide visual on the sealer for the liner. A clear and 33 close up view of the cut at the tap connection invert shall be a part of the post installation 34 video. The quality of the picture must be clear, in focus, and adequately lighted. The 35 Contractor shall provide the Engineer with a copy of the video and report. If, in the opinion of 36 the Engineer, the post video inspection videos are dimly lit, out of focus, or do not clearly 37 show the restored tap connection cut outs, etc., the Engineer will reject said videos and will 38 require re- inspections by the Contractor, at no additional cost to the City. If the re- inspection 39 with new video files are not submitted to the Engineer within 30 calendar days of written 40 notification, the Engineer reserves the right to have the lines in question, re -TV inspected by 41 other forces at the Contractor's expense. 42 43 7- 06.3(8) Testing 44 7- 06.3(8)A Material Testing 45 The Contractor shall be responsible for all material sampling and testing. 46 1. Provide restrained field samples as per ASTM F1216 8.1.1. The sample should be 47 cut from a section of cured CIPP at an intermediate structure or at the termination 48 point that has been inverted through a like diameter pipe which has been held in 49 place by a suitable heat sink, such as sandbags. Flat plate sample may be used 50 upon Engineer's approval if placing a like diameter pipe at an intermediate structure 51 is proven to be infeasible. The Contractor shall submit the procedures and other 52 details of flat plate sampling for Engineer's approval prior to the CIPP installation. No Marine Hills Stormwater Conveyance System Repair RFB # 16 -011 Phase II 37 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 additional compensation shall be made by the city regardless of which sampling method is actually used. 2. The sample shall be large enough to allow for a minimum of five specimens for flexural testing per ASTM D790. One sample and test per installation shall be taken for each liner installed. An installation is defined as a continuous liner installed, cured and cooled down at the same time. Tests will be conducted in accordance with ASTM standards for flexural modulus, flexural strength, and wall thickness. Samples shall be clearly marked, identifying the location, date, diameter and wall thickness. 3. All testing shall be performed by an independent third party testing laboratory approved by the city as recommended by the CIPP manufacturer. The laboratory must have facilities and staff capable of performing tests in accordance with applicable ASTM test methods to confirm compliance with the requirements specified in these contract documents. 4. Within 21 days of completing the resin curing at a given pipe location, submit the test results from an independent testing lab. Allow 3 business days for the City's review. The report must be signed by an engineer who represents the independent testing lab and is registered as a civil engineer in the State. The report must include: a. Flexural strength and flexural modulus test results for field samples b. Thickness measurements for the liner using prepared core samples c. Description of the defects in the tested samples in terms of the effect on CIPP performance 7- 06.3(8)6 Low Pressure Air Test Low pressure air testing is not required for this project. 7- 06.3(9) Quality Assurance The Manufacturer /Assembler shall send a representative familiar with the CIPP processes to the work site to observe the initial five (5) installations of each product installed by the Contractor. The Manufacturer /Assembler's representative shall provide certification to the Engineer stating that the Contractor's installation methods meet the Manufacturer /Assembler's requirements. After the initial five installations, the product Manufacturer /Assembler's representative shall meet with the Engineer to discuss inspection items that the Engineer should observe and record for subsequent installations. Inspection items include pre - installation activities, product identification, installation procedures, equipment operations, and post - installation activities. The finished pipe liner shall be continuous over the length of the host pipe mainline run and shall conform to the walls of the host pipe. The liner shall be free of all visual and material defects such as foreign inclusions, dry spots, soft spots, lift spots, delaminating, pits, pinholes, pilot holes, gouges or cracks. The surface shall be smooth and free of waviness, bumps, or bulges throughout the pipe. Any defects which may, in the opinion of the Engineer, affect the integrity or strength of the pipe liner, shall be repaired at the Contractor's expense in a manner satisfactory to the Engineer. Wrinkles in the finished CIPP greater than 5 percent of the pipe diameter are unacceptable and shall be removed and repaired by the Contractor at the Contractor's expense, except the wrinkles caused by the existing host pipe conditions that were specifically accepted by Marine Hills Stormwater Conveyance System Repair RFB # 16 -011 Phase II 38 1 the Engineer prior to the CIPP installation. Methods of repair shall be proposed by the 2 Contractor and submitted to the Engineer for review and approval. No wrinkles in the CIPP 3 are allowed within 4 feet of liner terminations at structures or access points. 4 5 Repairable defects that may occur in the installed CIPP shall be specifically defined by the 6 Contractor based on manufacturer's recommendations, including a detailed step -by -step 7 repair procedure, resulting in a finished product meeting the requirements of these contract 8 specifications. 9 10 Un- repairable defects that may occur to the CIPP shall be clearly defined by the Contractor 11 based on the manufacturer's recommendations, including a recommended procedure for the 12 removal and replacement of the CIPP if possible, or excavation and replacement of the 13 section of pipe where the defect occurs. 14 15 All repair /replacement procedures and methods shall be reviewed and approved by the city 16 prior to application. Any defects or unacceptable CIPP liner installation shall be corrected by 17 the Contractor at the Contractor's expense. 18 19 7- 06.3(10) Warranty 20 I� 21 The Contractor shall provide a full materials warranty from the pipe liner manufacturer for a 22 period of five (5) years from the date of liner installation. In the event that any materials 23 defects are found during the 18 month warranty period, the 5 year materials warranty will 24 start from the time any repairs have been made and accepted by the Engineer. The 25 Contractor shall warrant each mainline lined with the specified product against defects in 26 surface preparation, lining application, and workmanship for a period of 18 months from the 27 date of final acceptance of the Project. The Contractor shall, within one month of written 28 notice thereof, repair defects in materials and workmanship that may develop during said 18- 29 month period. Defects shall be defined as: evidence of visible leakage of groundwater 30 through the CIPP system, delaminating of any portion of the CIPP system as visible from 31 video inspection, or separation of any part of the CIPP system from the host pipe to the 32 extent that the CIPP system inside diameter in the separated area is 95 percent or less of 33 the completed CIPP system inside diameter. The Contractor shall also repair any damage to 34 other Work; damage to pipe system components; damage to buildings, houses, or 35 environmental damage caused by the backup of the system because of the failure of the 36 lining system or repairing of same. 37 38 7- 06.3(11) Cleanup and Restoration 39 40 The Contractor shall maintain the Project Site in a neat and orderly condition throughout the 41 construction period. The Contractor shall absorb any type of lubricant used in the relining 42 process that has spilled in the Right -of -Way as well as on private property. * 43 44 On or before the physical completion date, the Contractor shall clean and remove from the 45 Project Site all surplus and discarded materials, temporary structures, and debris of any 46 kind. The Project Site shall be left in a neat and orderly condition, similar or equal to that 47 prior to construction. 48 49 50 51 Marine Hills Stormwater Conveyance System Repair RFB # 16 -011 Phase II 39 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 7 -06.4 Measurement The length of pre - installation video inspection, cleaning of host pipe including waste material removal haul & disposal, CIPP storm pipe of the size, and preliner will all be the number of linear feet of completed work measured as a straight line between the inside faces of the two end structures. Curves and bends in between structures will not be measured. Depending on the existing conditions of the host pipe, it might be necessary to perform multiple rounds of pre - installation video inspections. Pre - installation video inspection will only be measured and paid once for each pipe even if multiple rounds of the inspections are necessary and performed. Tap intrusion removal will be measured per each. Tap connection reinstatement will be measured per each. 7 -06.5 Payment Payment will be made for each of the following Bid items that are included in the Bid Schedule: "Pre- installation Video Inspection ", per linear foot. "Cleaning of Host Pipe, Incl. Waste Material Removal, Haul & Disposal", per linear foot. "Tap Intrusion Removal", per each. "Preliner ", per linear foot. "CIPP Storm Pipe _ In. Diam. ", per linear foot. Unless specifically listed as a separate bid item in this section, the unit Contract price per linear foot for CIPP of the size specified shall be full pay for all costs in connection with furnishing all materials, labor, tool, and equipment necessary for furnishing and installation of CIPP, including but not limited to, flow bypassing, pumping water out of sag, grout and fill holes and voids, resin impregnation, liner installation, curing, cool down, sealing of pipe liner at ends, post - installation video inspection, sampling and testing, and cleanup and restoration. "Tap Connection Reinstatement ", per each. Open Cut Repair, per force account. Marine Hills Stormwater Conveyance System Repair Phase II 40 RFB # 16 -011 r. 0 1 Division 8 2 Miscellaneous Construction 3 4 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 5 6 8- 01.3(1) General 7 Section 8- 01.3(1) is supplemented with the following: 8 9 10 The Contractor shall clean all roadways, streets, sidewalks, open spaces and appurtenances 11 of all material or debris which are dropped or otherwise deposited thereon as a result of the 12 Contractor's operations. All such areas shall be cleaned at the conclusion of each day's 13 operations and at such other times as ordered by the City. 14 15 If the roadways, streets, and appurtenances are not properly cleaned, as determined by the 16 City, and the condition of the excavation so warrants, the Contractor shall provide facilities to 17 remove clay or other deposits from tires or between dual wheels or outside of truck beds 18 before trucks and other equipment may be allowed to travel over paved streets. 19 20 Any violation of the above requirements will be sufficient grounds for the City to order the 21 roadways, streets, sidewalks and appurtenances cleaned by others and to deduct all costs 22 of such cleaning from any monies due or to become due to the Contractor. 23 24 8- 01.3(1)A Submittals 25 Section 8- 01.3(1)A is supplemented with the following: 26 27 (......) 28 The preliminary Temporary Erosion and Sediment Control (TESC) general requirements are 29 shown on the Plan. These general requirements are the minimum TESC measures that will 30 be required. It is included on the Plan as a guide for the Contractor's convenience. 31 Additional control measures may be required and the Plan modified due to weather 32 conditions and /or the Contractor's means and methods of construction. The Contractor is 33 required to submit his /her own TESC Plan to the City for review. The TESC Plan shall be 34 developed for construction activities required by this Contract, and include a detailed 35 description of the methods, sequencing, proposed types and quantities of materials, and 36 schedule of implementation, inspection, and removals, in accordance with the plans and 37 these special provisions. 38 39 As construction progresses and or seasonal conditions dictate, the Contractor shall 40 anticipate that more water pollution /erosion control measures may be necessary. The 41 Contractor shall be solely responsible for the adequacy of the TESC Plan and if erosion 42 sediment and other pollutant control measures in deviation or addition to those described in 43 the TESC Plan become necessary to minimize erosion and prevent storm water 44 contamination from sediment and other pollutants, the Contractor shall prepare and submit a 45 revised TESC Plan to the Engineer for review. 46 47 8- 01.3(1)C1 Disposal of Dewatering Water 48 Delete this Section and replace it with the following: 49 51 When uncontaminated groundwater with a pH range of 6.5 — 8.5 is encountered, it may be 52 disposed of as follows: Marine Hills Stormwater Conveyance System Repair Phase II 41 RFB # 16 -011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 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 at a 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 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. Marine Hills Stormwater Conveyance System Repair Phase II 42 RFB # 16 -011 APPENDIX A STANDARD PLANS, DETAILS AND PROJECT SIGN DETAILS m Q N A(a , «. 0 { 3t °w w C � _ mrya O L O O 5 w N G. e — atn v o00 51 t, O CD O LL. U J r..1 m U F- p :=E,: M G d o Y IQ LL z O L+- o U O w 3 ilr v O �{ Es �Q O O 3 U z ''` f m O OU 7 S Fes- J � U LX H O CL m -j cl, L� w f m �.""' �' Q o z o Q W Q w r wo ox r U� U w a cn U >- �� S X p d U z NO ¢ a J r Z X X Q Q � z W a t�� C G �—� Co U U X X aQ x x 3 f- cn . �. x x w O x x wffi O_ � Can LLJ Z X X nY w N N W 3 /�/ w O L.� F,-, W o a a o> Ll. � LL O ¢ s U O �m •v � Z � � rya � � p � U w aWa O Z ^,ly, M a No UI m C- m m ado 0 0 w°�w yQ�. F 2r w 0 V) 0. 0 vi V) 0.00 _tA � �i w w _ r Z CV N7 N W tea° yy O <O r - w C Mo-- Sw WX Of, w o pia tw a O APPENDIX B 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: 11/22/2016 Co_ unty King King King King King King King King King King King King King King King King King King King Ki ng King King King King King King King King King Trade Asbestos Abatement WorLg[s Boilermakers Brick Mason Brick Mason Buitding Service Employees Building Sery ce Em to ees Building Service Employees Building Service Employees Cabinet Makers din Shopl Carpenters C -ter Carpenter Carpenters Carpenters Carpenters Carpenters Carpenters Carpenters Cement Masons Divers Et Tenders Diver Tenders Divers Et Tenders € Divers Fx Tenders givers F± Tenders D ed e Workers Dredge Workers Dredge Workers Dredge Worker Dredge Workers Dredge Workers Job Classification Journey Level Journey Level Journey Level Pointer - Caulker - Cleaner Janitor Traveling Waxer /Shampooer Window Cleaner (Non - Scaffold) Window Cleaner (Scaffold) Journey Level Acoustical Worker Bridge, Dock And Wharf Carpenters Carpenter Carpenters on Stationary Tools Creosoted Material Floor Finisher Floor Layer Scaffold Erector Journey Level Diver Diver On Standby Diver Tender Surface Rcv Et Rov Operator Surface Rcv Et Rov Operator Tender Assistant Engineer Assistant Mate (Deckhand) Boatmen Engineer Welder Leverman, Hydraulic Mates Wage Holiday,Overtime Note $45.25 5D 1H 564.29 5N 1C $54.32 5A 1M $54.32 5A 1M 522.84 5S 2F $23.29 5S 2F $23.99 25 2F $26.78 5S 2F $22.74 1 $55.51 5D 4C $55.51 5D 4C $55.51 5D 4C $55.64 5D 4C $55.61 5_D 4C $55.51 5D 4C $55.51 5D 4C $55.51 5D 4C $55.56 7A 1M $108.77 5D 4C 8A $66.05 5D 4C $59.88 5D 4C $59.88 5D 4C $55.76 5A 4C $56.44 5D 3F $56.00 5D 3F $56.44 5D 3F $57.51 5D 3F $58.67 5D 3F $56.44 50 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $55.51 5D 1H King Drywall Tapers Journey Level $55.66 5P 1E King Electri�gl- Fixture Maiotenance - - - Journey Level $27.24 5L 1 E Workers King Electricians - Inside Cable Splicer $69.77 7C King Electricians - Inside Cable Splicer (tunnel) $74.95 7C 4E King Ete= ricians - Inside Certified Welder $67.41 7C 4E King Electricians - Inside Certified Welder (tunnel) $72.37 7C 4E King ,Electricians - Inside Construction Stock Person $37.94 7C 4E King Electricians - Inside Journey Level $65.05 7-C 4E King Electricir} { nside Journey Level (tunnel) $69.77 7C 4E King. Electrician - Motor Shop Craftsman $15.37 1 King Electricians- Motor Shoo Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $71.85 5A 4D Construction King Electricians - Powerline Certified Line Welder $65.71 5A 4D Construction King Electricians - Powerline Groundperson $44.12 5A 4D Construction King Electricians - Powerline. Heavy Line Equipment Operator $65.71 5A 4D Construction King Electricians - Powerline Journey Level Lineperson $65.71 5A 4D Construction King Electricians - Powerline Line Equipment Operator $55.34 5A 4D Construction King Electricians - Powerline Pole Sprayer $65.71, 5A 4D Construction King Electricians - Powerline Powderperson $49.16 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $85.45 7D 4A King elevator Constructors Mechanic In Charge $92.35 ZP 4A King 1 abriated Pr+ecastColicrete All Classifications - In- Factory $16.55 5B 1R Products Work Only King Fence Erectors Fence Erector $15.18 1 King Flagge . Journey Level $38.36 7A 31 King Glaziers Journey Level $58.31 7L 1y King U!gB- Frog: Insulators And Journeyman $65.43 5J 1S Asbestos Workers King l-leatine Eguioment Mechanics Journey Level $75.46 7F 1E King Hod Carriers ft Mason Tenders Journey Level $46.66 7A King Industrial Power Vacuum Cleaner Journey Level $9.47 1 King Inland Boatmen Boat Operator $56.78 5B K King Inland Boatmen Cook $53.30 5B 1K King Inland Boatmen Deckhand $53.30 5B 1K King Inland Boatmen Deckhand Engineer $54.32 5B 1K King Inland Boatmen Launch Operator $55.57 5B K King Inland] agatme Mate $55.57 5B K King Inspection /Cleaning /Seatjne Of Cleaner Operator, Foamer $31.49 1 Sewer_ WaL._ _'er Systems By Remote Operator Control King Insgeckion&l aning /Sealing Of Grout Truck Operator $11.48 1 Sewer Et Water S,yste!D5 By Remote Control King inspection /Cleaning /Sealing Of Head Operator $24.91 1 Sewer 6t_WaLet Systems By Remote Control King InspectionlCleanlnR $eatine Of Technician $19.33 1 .Sewer Ft Water Systems By Remote 'Control King Inspection /Cleaning /Sealing 0 Tv Truck Operator $20.45 1 Sewer a Water Systems By Remote Control King Insulation Awlicators Journey Level $55.51 5D 4C King Ironworkers Journeyman $65.53 7N 10 King Laborers Air, Gas Or Electric Vibrating $45.25 7A 31 Screed King Laborers Airtrac Drill Operator $46.66 7A I King Laborers Ballast Regular Machine $45.25 7A 31 King Laborers Batch Weighman $38.36 7A 31 King Laborers Brick Pavers $45.25 7A 31 King Laborers Brush Cutter $45.25 7A 31 King Laborers Brush Hog Feeder $45.25 7A 31 King Laborers Burner $45,25 7A 31 King Laborers Caisson Worker $46.66 7A 3) King La_ _bqrgr s Carpenter Tender $45.25 77A 31 King Laborgrs Caulker $45.25 7A 3� King laborers Cement Dumper - paving $46.09 7A 31 King Laborer s Cement Finisher Tender $45.25 Z_A 31 King Laborers Change House Or Dry Shack $45.25 7A 31. King Laborers Chipping Gun (under 30 Lbs.) $45.25 7A 31 King Lilbare rs Chipping Gun(30 Lbs. And Over) $46.09 ZA 31 King Laborer Choker Setter $45.25 7A 3 King Laborers Chuck Tender $45.25 7A 31 King Laborers Clary Power Spreader $46.09 ZA 31 King Laborers Clean -up Laborer $45.25 7A 31 King Laborers Concrete Dumper /chute Operator $46.09 7A 31 King Laborers Concrete Form Stripper $45.25 7A 31 King Laborers Concrete Placement Crew $46.09 7A 31 King Laborers Concrete Saw Operator /core $46.09 7A 3l Driller King Laborers Crusher Feeder $38.36 7A 31 King abor rs Curing Laborer $45.25 7A 31 King Laborers Demolition: Wrecking Et Moving $45.25 7A 31 (incl. Charred Material) King Laborers Ditch Digger $45.25 7A 31 King Laborers Diver $46.66 7A 31 King Laborers Drill Operator $46.09 7A 31 (hydraulic, diamond) King Laborers Dry Stack Walls $45.25 7A 31 King Laborers Dump Person 545.25 7A 31 King Laborers Epoxy Technician $45.25 7A 31 King Laborer s Erosion Control Worker $45.25 7A 31 King Laborers Faller Et Bucker Chain Saw $46.09 7A 31 King Laborers Fine Graders $45.25 7A 31 King Laborers Firewatch $38.36 7A 31 King La r rs Form Setter $45.25 7A 31 King Labore r Gabian Basket Builders $45.25 7A 31 King Laborers General Laborer $45.25 7A 311, King Laborers Grade Checker Et Transit Person $46.66 7A 31 King Laborers Grinders $45.25 7A 31 King Labo[ers Grout Machine Tender $45.25 7A 31 King Ls1bg r Groutmen (pressure)including Post $46.09 7A Tension Beams King Lagers Guardrail Erector $45.25 ZA 31 King Laborers Hazardous Waste Worker (level A) $46.66 7A 31 King Laborers Hazardous Waste Worker (level B) $46.09 7A 31 King Laborers Hazardous Waste Worker (level C) $45.25 7A 31 King Laborers High Scaler $46.66 7A I King Laborers Jackhammer '$46.09 7A 31 King Laborers Laserbeam Operator $46.09 7A 31 King Laborers Maintenance Person $45.25 7A 31 King Laborers Manhole Builder - mudman $46.09 ZA 31 King laburer Material Yard Person $45.25 Z 31 King Laborers Motorman -dinky Locomotive $46.09 7A 31 King abo er Nozzleman (concrete Pump, $46.09 7A 31 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Labore rs Pavement Breaker $46.09 7A 31 King Labgrg Pilot Car $38.36 7A 31 King Laborers Pipe Layer Lead $46.66 7A 31 King Labore Pipe Layeritai(or $46.09 7A 31 King Laborers Pipe Pot Tender $46.09 7A 31 King Laborers Pipe Refiner $46.09 Z. 31 King Laborers Pipe Wrapper $46.09 7A 31 King Laborm Pot Tender $45.25 ZA King Labgrers Powderman $46.66 7A 31 King Laborers Powderman's Helper $45.25 7A 3 King Laborers Power Jacks $46.09 7A 31 King Laborers, Railroad Spike Puller - Power $46.09 7A 31 King Laborers Raker - Asphalt $46.66 ZA it King Laborers Re- timberman $46.66 7A 31 King Lab Qre rs Remote Equipment Operator $46.09 7A 31 King Laborers Rigger /signal Person $46.09 7A 31 King Laborers Rip Rap Person $45.25 7A 31 King Laborers Rivet Buster $46.09 7A 31 King Laborers Rodder $46.09 7A J King Laborers Scaffold Erector $45.25 7A 31 King Laborers Scale Person $45.2.5 7A 31 King 0boren Sloper (over 20 ") $46.09 7A 31 King Laborer Sloper Sprayer $45.25 7A 31 King Laborers Spreader (concrete) $46.09 7A 31 King Laborers Stake Hopper $45.25 7A 31 King Laborers Stock Piler $45.25 7A 31 King Laborers Tamper Et Similar Electric, Air Ft $46.09 7A 31 Gas Operated Tools King Laborers Tamper (multiple Ft Self- $46.09 7A 31 propelled) King Laborers Timber Person - Sewer (lagger, $46.09 Shorer Et Cribber) King 'Laborers Toolroom Person (at Jobsite) $45.15 7A King Laborers Topper $45.25 7A 33 King Laborers Track Laborer $45.25 7A it King �.ab_Qre rs Track Liner" (power) $46.09 ZA 31 King Laborers Traffic Control Laborer $41.02 7A 31 King Laborers Traffic Control Supervisor $41,02 7A 2 King Laboners Truck Spotter $45.25 7A 31 King La rs Tugger Operator $46.09 7A 31 King Laborers Tunnel Work- Compressed Air $83.12 7A 31 Worker 0.30 psi King Laborers Tunnel Work- Compressed Air $88.15 7A 31 Worker 30.01 -44.00 psi King Laborers Tunnel Work- Compressed Air $91.83 7A I Worker 44.01 -54.00 psi King bor rs Tunnel Work- Compressed Air $97.53 7A 3 Worker 54.01 -60.00 psi King Laborers Tunnel Work- Compressed Air $99.65 7A 31 Worker 60.01 -64.00 psi King Laborers Tunnel Work- Compressed Air $104.75 7A 31 Worker 64.01 -68.00 psi King Laborers Tunnel Work- Compressed Air $106.65 7A 31 Worker 68.01 -70.00 psi King Laborers Tunnel Work- Compressed Air $108.65 7A 31 Worker 70.01 -72.00 psi King Laborers Tunnel Work- Compressed Air $110.65 7A 31 Worker 72.01 -74.00 psi King Laborers Tunnel Work -Guage and Lock $46.76 7A 31 Tender King Laborers Tunnel Work -Miner $46.76 7A 31 King LatQre rs Vibrator 546.09 7A 31 King Laborers Vinyl Seamer $45.25 7A 31 E 8R S� 8� King Laborers King Laborer s King La ersr King Laborer King Laborers - Underground Sewer Et O e ators Water King Laborers • Underground Sewer fA 7A Wa ter King Landscape Construction King Landscape Constructionn King King King,. King. King King King King King King King King King King King King King King King King King King King King King. King King King King King King King King King Landsca g Construction Lathers Marble Setters Metal Fabrication (In Shoo] Metal Fabrication (In Shoo) Metal Fabrication (In Shop, Metal Fabrication (In Shop, Metal Fabrication (In Shop) Millwrieht Modular Buildings Modular Buildings Modular Buildings Modular Buildings Modular Buildings Modular Buildings Modular Buildings Modular Buildings Painters Pile Driver Plasterers Eaveround Et Park Equipment Installer Numbers-4 P.Joefitters Po er E ui rnent O orators Power Equipment Operators Power Eauiornent aerators Power Equipment oerators Power Equipment Operators Power Equipment Operators Power Lcuipment Operators Power EquillMeptQperators 31 Power Egu)p -neat Operators Power E uq inment Qperators Po r nt Operators ?QVgr -Eguiurnent O e ators Watchman $34.86 A 31 Welder $46.09 A 31 Well Point Laborer $46.09 7A 31 Window Washer /cleaner $34.86 7A 31 General Laborer Et Topman $45.25 7A 31 Pipe Layer $46.09 A I Irrigation Or Lawn Sprinkler Installers Landscape Equipment Operators Or Truck Drivers Landscaping or Planting Laborers Journey Level Journey Level fitter Laborer Machine Operator Painter Welder Journey Level Cabinet Assembly Electrician Equipment Maintenance Plumber Production Worker Tool Maintenance Utility Person Welder Journey Level Journey Level Journey Level Journey Level Journey Level Asphalt Plant Operators Assistant Engineer Barrier Machine (zipper) Batch Plant Operator, Concrete Bobcat Brokk - Remote Demolition Equipment Brooms Bump Cutter Cableways Chipper Compressor Concrete Pump: Truck Mount With $13.56 1 $28.17 1 $17.87 $55.51 $54.32 $15.86 $9.78 $13.04 $11.10 $15.48 $57.01 $11.56 $11.56 $11.56 $11.56 $9.47 $11.56 $11.56 $11.56 $40.60 $55.76 $53.20 $9.47 5D 5A 5D b2 5D Za 1H IM 1 i 4C 1 1 1 1 1 1 1 1 26 4C 1R 1 $75.06 6Z 1 G $58.69 7A 3C 8P $55.21 7A 3C 8P $58.17 7A 3C 8P $58.17 A K 8P $55.21 7A 3C 8P $55.21 7A 3C 813 $55.21 7A 3C 8P $58.17 7A 33CC 8P $58.69 7A 3C 8P $58.17 7A 3-� 8P $55.21 7A 3C 8P $58.69 7A 3 C 8P 8P 8P At 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P $I' 8P 8P 8P 8P 8P 8P 8P V Boom Attachment Over 42 M King Power Equipirrent Op"tors Concrete Finish Machine -laser $55.29 7A 3C Screed King Power Equipment Operators Concrete Pump - Mounted Or $57.72 7A 3C Trailer High Pressure Line Pump, Pump High Pressure. King Power Eeuipment O12erator Concrete Pump: Truck Mount With $58.17 7A 3C Boom Attachment Up To 42m King Power Equipment Operators Conveyors 557.72 ZA 3C King Power Equipment Operators Cranes Friction: 200 tons and over $60.47 7A, 3C King Power Fpuipmen( Orators Cranes: 20 Tons Through 44 Tons $58.17 7A IL With Attachments King bower Equipment Operators Cranes: 100 Tons Through 199 $59.28 7A 3C Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Ecuipment Operators Cranes: 200 tons- 299 tons, or $59.88 7A 3C 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or 300' $60.47 7A 3C of boom including jib with attachments King Power i guioment Operators Cranes: 45 Tons Through 99 Tons, $58.69 7A 3C Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A -frame - 10 Tons And $55.21 7A 3C Under King Power Eouipment Operators. Cranes: Friction cranes through $59.88 7A 3C 199 tons King Power Equipment Operators Cranes: Through 19 Tons With $57.72 7A 3C Attachments A -frame Over 10 Tons King Power Equipment_ Operators Crusher $58.17 7A 3C King Power Eguil2ment Operator5 Deck Engineer /deck Winches $58.17, 7A 3C ( power) King Power Equipment Oper_atm Derricks, On Building Work $58.69 77A 3C King Power Equipment Operators :Dozers D -9 ft Under $57.72 7A 3C King Power Eauipment. Operators Drill Oilers: Auger Type, Truck Or $57.72 7A 3C Crane Mount King Power Equipment Operators Drilling. Machine $59.28 7A 3_C King Power Equipment Operators Elevator And Man -lift: Permanent $55.21 7A 3C And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $58.17 7A 3C Gamaco it Similar Equipment King Power EgLiiprlient Qperators Forklift: 3000 Lbs And Over With $57.72 7A 3C Attachments King Power Equipment Operatpr� Forklifts: Under 3000 Lbs. With $55.21 7A 3C Attachments King Power Equipment Operators Grade Engineer: Using Blue Prints, $58.17 7A 3C Cut Sheets, Etc King Power Equipment Operators Gradechecker /stakeman $55.21 7A 3C King Power E ui ment Operators Guardrail Punch $58.17 7A 3C King Power Equipment Operators Hard Tail End Dump Articulating $58.69 7A 3C 8P 8P At 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P $I' 8P 8P 8P 8P 8P 8P 8P V Off- Road Equipment 45 Yards. Et Over King Power E uij2ment Op, 1� ators Hard Tail End Dump Articulating $58.17 7A 3C 82- Off -road Equipment Under 45 Yards King Power Eauipment Operators Horizontal / directional Drill $57.72 7A 3C 8P Locator King Power Equipment Operators Horizontal /directional Drill $58.17 7A 3C 8P Operator King Power Equipment Operators Hydralifts /boom Trucks Over 10 $57.72 7A 3,C 8P Tons King Power Equipment Opera ar Hydralifts /boom Trucks, 10 Tons $55.21 7A 3C 8P And Under King Power Eauior rent Ooerators Loader, Overhead 8 Yards. Et Over $59.28 7A 3C 8P King Power Eauipment Operators Loader, Overhead, 6 Yards. But $58.69 7A 3C 8P Not Including 8 Yards King Power E u mment Operators Loaders, Overhead Under 6 Yards $58.17 7A 8P' King Power Equipment 0 erators Loaders, Plant Feed $58.17 7A 3C - P King Power Eauipment Operators Loaders: Elevating Type Belt $57.72 7A 3C King Power Equipment Operators Locomotives, All $58.17 7A 8p King P r n O rgt:ors Material Transfer Device $58.17 7A 3C $2 King Power Eauipment Operators Mechanics, All (teadmen - $0.50 $59.28 7A 3C 8P Per Hour Over Mechanic) King Bower E ui ment O erators Motor Patrol Graders $58.69 7A 3C 8P King Power Eauipment Operators Mucking Machine, Mole, Tunnel $58.69 7A 3C 8P Drill, Boring, Road Header And /or Shield King Power Eauipment Operators Oil Distributors, Blower $55.21 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $57.72 7A 3C 8P Manlifts), Air Tuggers, strato King Power, Equipment Operators Overhead, Bridge Type Crane: 20 $58.17 7A 3L 8P Tons Through 44 Tons King Power Eauipment O erp ators Overhead, Bridge Type: 100 Tons $59.28 7A 3C 8P And Over King PQw,er Eauipment Operators Overhead, Bridge Type: 45 Tons $58.69 7A 3—C A2 Through 99 Tons King Power Equipment Operatoc's Pavement Breaker $55.21 7A 3C 8P King Power Eauipment Operator Pile Driver (other Than Crane $58.17 7A 3C BE Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P King Power Egufornent Operators Posthole Digger, Mechanical $55.21 7A 3C 8P King Power Eauipment peratrors Power Plant $55.21 7A 3C 8P King Power Equipmenj Opr rators Pumps - Water $55.21 ZA 3C 8P King, Power Equipmen Operators Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P King Power Equipment Qperators Quick Tower - No Cab, Under 100 $55.21 7A 3C 8P Feet In Height Based To Boom King Power EcLujprpgo Operators Remote Control Operator On $58.69 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $55.21 7A 3C 8P King Power Eguiprnerrt Operators Rigger /Signal Person, Bellman $57.72 7A 3C 8P (Certified) King power Equipment O ep ralors Rollagon $58.69 7A 3C 8P King Power Equipment Qperators Roller, Other Than Plant Mix $55.21 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi -lift $57.72 7A 3C 8P Materials King Power Equipment Operators Roto -mill, Roto - grinder $58.17 7A 3C 8P King Power Equipment Operators Saws - Concrete $57.72 Z 3C 8P King Power Eguiprneni: Qj2grp�ors Scraper, Self Propelled Under 45 $58.17 7A 3C 8P Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $57.72 7A 3C 8P King Power Equioment Operators Scrapers, Self - propelled: 45 Yards $58.69 7A 3C 8P And Over King Power Equipment Osaerators Service Engineers - Equipment $57.72 7A 3C 8P King Power Equipment Opena. nM Shotcrete /gunite Equipment $55.21 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $57.72 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: Over $58.69 7A 3C 8P 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $58.17 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operator's Shovel, Excavator, Backhoes: $59.28 7A 3_C 813 Over 50 Metric Tons To 90 Metric Tons King &wer Equipment Operators Shovel, Excavator, Backhoes: $59,88 ZA, 3L 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $58,69 7A 3C 8P King Power Equipment O erp ators Spreader, Topsider Et Screedman $58.69 7A 3C 8P Icing Power E ui men( Qpgratgr5 Subgrader Trimmer $58.17 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $57.72 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In Height $59.28 7A 8P Base To Boom King Power Equipment Operators Tower Crane: over 175' through $59.88 ZA 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in height $60.47 7A 3C 813 from base to boom King Power Equipment Operators Transporters, All Track Or Truck $58.69 7A 3—C 8P Type King PQ)Ner Equipment Operators Trenching Machines $57.72 MA 3C 8P King Power Equipment_Operator_s Truck Crane Oiler /driver - 100 $58.17 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler /driver Under $57.72 7A 3C 8P 100 Tons King 2gwer Equigment Dorators Truck Mount Portable Conveyor $58,17 ZA, K 8P King Power Equipment OpgrajW Welder $58.69 7A 3C 8'P King Power Equipment Operators Wheel Tractors, Farman Type $55.21 77A 3C LP. King Power Equipment Operators Yo Yo Pay Dozer $58.17 7ZA, 3C 8P King Power Equipment Operators- Asphalt Plant Operators $58.69 7A 3C 8P UndeLground Se w r a3 W er' Benefit Code Key —Effective 8/31/2016 thru 3/2/2017 Overtime Codes Continued 0. The first ten (10) hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make -up days due to conditions beyond the control of the employer)) shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one -half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. Benefit Code Key— Effective 8/31/2016 thru 3/2/2017 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. R The first eight (8) howl worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one -half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. 0. All hours worked on Sundays and holidays shall be paid at one and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. ' U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten -hour weekly schedule, either Monday thin 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 howl worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 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 pin 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. 1 9- 35.AP9 2 Section 9 -35, Temporary Traffic Control Materials 3 August 1, 2016 4 9 -35.12 Transportable Attenuator 5 The second sentence of the first paragraph is revised to read: 6 7 The transportable attenuator shall be mounted on, or attached to, a host vehicle that 8 complies with the manufacturer's recommended weight range. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 8/1/16 APPENDIX C PERMIT AND AGENCY APPROVALS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City an:deral way Comtnunity Development Dept. 33323 8th Ave S Federal Way, WA 95003 Ph: (253) 835-2700 Fax: (253) 835 -2709 Job Start: Contact (or called by) Final: ROW - Public Permit #:16- 105533 -00 -AR Call Job Start #: (253) 835 -2725 Project Name: SWM RFB 16 -011 MARINE HILLS STORMWATER REPAIR PHASE II Project Address: S MARINE HILLS WAY Project Description: Repair /Rehabilitate approximately 16,000 linear feet of deteriorated stormwater sewer pipes in Marine Hills subdivision. The work will be performed using cured -in -place pipe (CIPP) method. Minor amount of open trench repair might be needed depending on the site conditions. Owner Applicant Contractor CITY OF FEDERAL WAY TBD - NOT YET SELECTED 33325 8TF{ AVE S FEDERAL WAY WA 98003 CONDITIONS: * Call 811 For Underground Utility Locates Prior To Excavation In City Right Of Ways * Provide Schedule Of Work & Staging Area Information Prior To Beginning Of Construction. * Permittce Must Notify Public Works @ 253- 835 -2725 24 Hours Prior To Job Start. * Notify Residents of Work To Be Performed - Neighborhood signage or mail flyers. Do Not Block Driveway Access. * Work hours TBD by SWM Project Engineer - 7am to 6pm M -F * Provide Traffic Control In Accordance With WSDOT Standard Plans And The MUTCD. * Crew must have copy of right of way permit & traffic control plan on job site at all times. * Do Not Store Equipment Or Materials In The Right -Of -Way Without Permission Of The City Engineer or Representative. * Close All Pavement Cuts, Areas Of Sidewalk Removal & Trenches With Backfill & Temporary Patch Or Cover With A Steel Plate Anchored At Edges When Not Working. Post required signage if plating. * Backfill in ROW to be 100% crushed rock; export native material. * Call 24 Hrs Prior To Any Concrete Curb, Gutter, Sidewalk Pour For Form Inspection. Concrete Shall Be Class 3000, WSDOT spec 8 -14. Minimum 4" Depth. Use Felt Expansion Joint, No Monolithic Pour Permitted. Vandalized concrete must be replaced. * Pavement Cut Restoration: Backfill with 100% crushed surfacing compacted to 95% density, Sawcut Edges, No waste water from the sawcutting operation shall be released directly to any stream or storm sewer system. Patch With Minimum 3" Depth HMA or Match Existing Pavement Section If Thicker, Seal Edges. * Any Deviation Of The Approved Plans Must Be Resubmitted To The City For Approval. * Restore R.O.W. Landscape, i.e. Bark, Shrubbery, Irrigation, etc., to Existing Or Better Condition. * Failure To Comply With Terms & Conditions Of Permit Will Result In A Stop Work Order And /Or Permit May Be Revoked. * See Attachment II. General Terms & Conditions Related To Right Of Way Permit. * Immediately notify 911 Emergency Services and the Operator of the affected utility when damage occurs to a gas line or other hazardous substance which potentially endangers life, health, or property. * Notify Public Works Department If Damage Occurs To A Utility Or Storm System.* No Work On Weekends, Holidays Or During Non Working Hours Unless Approved In Advance By Public Works & Community Development. Variance Required Per Ord 09 -608 * Clean & Secure Construction Area At The End Of Each Work Day. * Notify Public Works @ 253- 835 -2725 To Close Permit When All Work Is Complete. PERMIT EXPIRES Friday, 29 June, 2018 Permit Issued on Friday, November 18, 2016 I hereby certify that the above information is correct and that the construction on the above described property and the occupancy and the use will be in accordance with the laws, rules and regulations of the State of Washington and the City of Federal Way, Owner or agent: Date: RIGHT OF WAY PERMIT GENERAL TERMS & CONDITIONS Performance of work — All construction, excavation, installation, maintenance, and restoration ("Work ") to be performed in connection with this Permit shall be done in conformance with all applicable federal, state, and local laws and all City ordinances, codes, resolutions, regulations, standards, and procedures, as now or hereafter amended, including, but not limited to the following: 1.1 Traffic Controls Traffic controls, signs, road obstructions, barricades, and traffic plans shall be in accordance with the Section K of the Washington State Standard Plans and Part VI of the Manual on Uniform Traffic Control Devices. In addition, multi -lane roads require sequential arrow board(s), Lane closure permitted between 8:30am & 3:OOpm only. 1.2 Ciry Standards. All Work shall be in accordance with the Federal Way Development Standards or when applicable KC Road Standards, Standards and Specifications for Road, Bridge and Municipal Constriction, as amended, and subject to the approval of the Public Works Director, or the Director's designee. 13 Plans. The Permit shall be accompanied by plans ( "Plans ") drawn to working scale; commonly twenty feet (20') equals one inch (1 "). The Plans shall describe the nature and location of the Work, specifying the names and/or numbers and widths of any affected rights -of -way. The Plans shall specify the location of existing utility facilities including storm drainage systems and specify the type of construction in detail. The Plans shall be approved by the Public Works Director of the Director's designee prior to the issuance of this Pemit. Any deviation from the Plans may be made only after Permtttee has submitted revised plans showing the proposed revisions, which revised plans must be approved by the Public Works Director or the Director's designee prior to commencement of the modified Work. 1.4 Pavement - Material Specifications. All hard surface roads are to be jacked or bored, unless otherwise agreed to in writing by the Public Works Director or the Director's designee, Asphalt to be neat line saw cut one (1) foot back from the edge of the trench. Restoration of the right of way surface shall either include 100% crushed surfacing top course or CDF and three (3 ") inches of hot mix asphalt or be replaced to the original condition if thicker, at the City's sole discretion Concrete is not to be used in travel lanes. All materials and compaction shall be in accordance with the "Standards and Specifications for Road, Bridge, and Municipal Construction," as amended, HMA wearing 'A" PG 64 -22, base 1" PG 64 -22. 1.5 Backlill Materials. All trenches in the right of way shall be backfilled with 100% 5/8" crushed rock, When trench width is 18 inches or less, and is within the traveled way, trench will be backfilled with control density backfill (self compacted tlowable fill) Class B as defined by Washington Aggregates and Concrete Association, The aggregate will be 3/8 inch minus. 1.6 Storage of Equipment & Matgrigjs. Equipment and materials are not to be stored in the right of way unless approved in writing by the City of Federal Way, 1.7 Sidewalk /Driveway. Whenever part of a square or slab of existing concrete sidewalk or driveway is cut or damaged, the entire square or slab shall be removed arid replaced, All materials and compaction shall be in accordance with the City of Federal Way Development Standards, Wheel Chair Ramps must be replaced to meet ADA Standards. Concrete may not be placed in temperatures at or below freezing, 3000 psi. Maximum concrete accelerator .5 %, Calcium is not permitted. No monolithic pours allowed. 1.8 Burs, Depth, All underground utility lines must have a minimum thirty -six (36 ") inch cover from finished grade, ditch bottom, or natural ground. Refer to WSDOT Utility Manual for pipe cover requirements on State Routes; SR 18, SR 99, SR 161, SR 509. 1,9 Piet(_otl, f.4i5((gn, M ,ling. In the event the City requires a pre- construction meeting, the necessity of such meeting is to be at the City's sole discretion, Permittee shall be responsible for scheduling the meeting at least five (5) working days prior to the commencement of the Work. 1.10 Hours of Operation. Permittee may only perform work in the right of way between the hours of 8:30a.m. and 3:OOp.m., Monday through Friday, unless different hours of operation are approved in writing by the City. No Work is Permitted In The ROW On Weekends Or Holidays Observed By The City. 1.1 1 Removal of 'I'Bgg Pennittee shall not clear, remove or disturb any trees or vegetation in the right of way without submitting a revegetation and erosion control plan, in font and content acceptable to the City. 2. NOTICE TO PUBLIC WORKS — Permittee shall notify the Public Works Department at least twenty -four (24) hours, but not more than Seventy -two (72) hours, prior to commencing the Work. Crew must call permit k and work location each morning they are to be working in town to verify the start of work, Failure to provide such notice will result in the assessment of a job start penalty charec per each occurrence in addition to any other fees provided for in this Permit. 3 PENALTIES- Penalties up to One Thousand Dollars ($1,000.00) per day may be imposed by the City, payable on demand, if Permittee delays restoration, relocation, or removal of facilities beyond the time limits prescribed by the City pursuant to paragraphs 4, 5, 6, 7 or 8 herein or otherwise, or fails to complete the Work in a workmanlike manner, at the city's sole discretion, or to complete the work prior to the expiration of this Permit, unless an extension has been granted. This penalty shall not constitute liquidated damages or an election of remedies by the City, but will be in addition to any other remedies available to the City at law, in equity, or by statute, 4. CITY'S RIGHT TO COMPLETE WORK- The City reserves the right to complete the Work, relocate or remove the facilities pursuant to paragraphs 5, 6, 7 or 8 herein or otherwise, and upon demand, Permittee shall pay to the City an amount equal to all of the City's costs and expenses in performing such work. 5. RESTORATION- After completion of work authorized by this permit, the Permittee shall restore the right of way at its sole cost and expense, to a condition which is equivalent to or better than the condition of the right of way prior to commencing the Work and to a condition satisfactory to the City within 30 days. Permittee shall repair the damage at its sole cost and expense, without delay or intemtption and within the time period prescribed by the City. 6. REPAIRING DAMAGE BY PERMITTEE- In the event that the Permittee in the course of performing the Work causes damage of any kind, Permittee shall repair the damage at its sole cost and expense, without delay or interruption and within the time period prescribed by the City. 7. RIGHTS RESERVED TO THE CCTV •- REMOVAL OF FACILITIES — The City reserves the right to use, occupy and enjoy its property for such purposes as it shall desire including, but not limited to, constructing or installing structures and facilities on the right of way, or developing, improving, repairing, or altering the right of way. Upon the City's demand, the Permittee will, at its sole cost and expense, remove, repair, relocate, change, or reconstruct such facilities or installations pursuant to the City's instructions and within the time period prescribed by the City. 8. ABATEMENT OF UNSAFE CONDITIONS- The City may, at any time and in its sole discretion, perform all work necessary to restore to a safe condition, any right of way left by the Permittee in a dangerous condition to life or property. Upon demand, the Permittee shall pay to the City all costs and expenses of such work, 9 BUSiNESS LICENSE — Per Federal Way Revised Code section 12, all contractors/businesses pert-arming work in the City of Federal Way must possess a valid City of Federal Way business license. 10. PAYMENT OF FEES — Permittee shall pay to the City immediately upon receipt of the City's monthly invoice, all costs and expenses involved in administering this Permit, including, but not limited to, a permit fee and hourly rate charges for plan review and inspection of the Work, 11. PERMIT REVOCATION — This permit is revocable at any time by the City. The right to revoke is expressly reserved to the City. 12, TERMINATION OF PERMIT — In the event the City does not revoke this Permit pursuant to paragraph 11, this Permit expires on the date set forth on the cover page of this Permit; provided, however, that the Public Works Director or the Director's designee may grant up to a six -month extension to this Permit, at his or her sole discretion, and only in the event the Permittee makes written application for an extension, pays all fees in advance, and has been found to have fully 'complied with all of' the conditions and requirements of this Permit. 13. INDEMNIFY AND HOLD HARMLESS — The Permittee agrees to indemnify and hold harmless the City and its appointed and elected officials, officers, employees, agents, and volunteers from and against liability for all assessments, claims, demands, suits, and judgements, including costs and attorney fees, for injury to persons, death, or by Permittee's breach of this permit, In the event it is determined that RCW 4.24.115 applies to this Pertnit, the Permittee agrees to defend, hold harmless, and indemnity the City to the maximum extent permitted thereunder, and specifically for its negligence concurrent with that of the City to the full extent of Permittee's negligence. Permittee agrees to defend, indemnify, and hold harmless the City for claims by Permittee's employees and agrees to waiver its immunity under the industrial insurance provisions of Title 51 RCW, which waiver has been mutually negotiated by the parties, unless such claim is caused by the City's negligence. 14. NOTICE — Permittee shall notify all property owners adjoining or in proximity to the right of way and all utility companies having facilities or installations in the right of way when such property may be exposed to the possibility of injury or damage. Permittee shall make all arrangements necessary to protect such property or utility from injury or damage. Coordinate with property owners for access during construction. 15. . TITLE — This permit grants only the right to use the City's interest in the right of way, The granting of this Permit is not a warranty that good title to any specific property is vested in the City. 16. INSURANCE -• The Permittee shall procure and maintain, for the duration of this permit, the following insurance 16.1 Minimum Limits of Insurance, In the case of a coturactor performing the work, comprehensive general liability insurance, in form approved by the City, with limits of liability not less than $500,000 per occurrence and $2,000,000 in the aggregate for personal injury, including death, and property damage, in the case of a homeowner performing the work on their own property, homeowners insurance is form acceptable to the City, with limits of liability not less than $300,000 for personal injury, including death, and property damage. 16,2 Deductibles and Self - Insured Retent12ng. The City must approve all deductible or self - insured retention. At the option of the City, Permittee shall reduce or eliminate any such deductibles or self-insured retentions. 16,3 )vLaioqaLi, Mali P.13visjgns. Each policy shall contain, or be endorsed to contain, the following provisions: (i) The City, its officers, officials, employees and volunteers are to be named as additional insured; (ii) Coverage shall state that the Permittee's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability; (iii) Coverage shall not be suspended, cancelled or reduced in coverage or in limits except after thirty (30) days prior written notice to the City by certified mail, and return receipt requested; and (iv) Coverage shall be primary insurance as respects the City, its officers, employees, and volunteers. Any insurance or self - insurance by the City, its officers, officials, employees, or volunteers shall be in excess of the Permittee's, insurance and shall not contribute with it, 16.4 Verification of Coverage. Permittee shall furnish the Public Works Department with Cenificate(s) of Insurance and with original endorsement(s) affecting evidencing the coverage's required by this permit 'fhe certificate and endorsements shall be signed by a person authorized by that insurer to bind coverage on its behalf and are to be received and approved by the City before this Permit shall be issued. At the City's request, Permittee shall deliver certified copies of all required insurance policies, 17. BONDS OR ASSIGNMENT OF FUNDS — The Permittee shall delivery to the City, infonn satisfactory to the City, prior to the issuance of this Permit, either a Bond to Perform Work on City Rights of Way, or an assignment of Funds and Bank Certification in Lieu of Bond, in an amount not less than Ten Thousand Dollars and No/100 ($10,000), in favor of the City, 18. ANTI - DISCRIMINATION— In all hiring or employment made possible or resulting from this Permit and in all benefits of any services or activities resulting from this Permit, Pertnittee shall not discrimination against any person because of race, color, religion, national origin, age (except minimum age and retirement provisions), sex, sexual orientation, martial status, parental status, the presence of any sensory, mental or physical handicap, or the use of a trained dog - guide by a blind or deaf person unless based upon a bona fide occupational qualification, and this requirement shall apply to, but not be limited to, the following: employment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Permittee shall not violate any of the terms of RCW 49.60, Title Vl of the Civil Rights Act of 1964, or any other applicable federal, state, or local law or regulation regarding nondiscrimination. Any violation of this provision shall be grounds for termination of this Permit and may result in ineligibility for further permits. 19, NON - EXCLUSIVE RIGHT — This permit shall not be deemed to be an exclusive right, It does not prohibit the City from granting any other permits to other public or private entities, and it does not prevent the City from using any affected right of way or affect its jurisdiction over any part of the right of way. 20, REMEDIES NOT EXCLUSIVE — No remedy provided for by this Permit shall be deemed exclusive, but shall be deemed cumulative and in addition to every other remedy available to the City existing at law, in equity or by statute, 21. NO ASSIGNMENT — This Permit shall not be assigned by Permittee to any person or entity without the written consent of the City, which consent may be withheld for any reason. * *SPECIAL TERMS & CONDITIONS AS PRINTED ON PERMIT - FAILURE To COMPLY WILL RESULT IN STOP WORK ORDER Last Update SEPTEMBER 2016