Loading...
HomeMy WebLinkAboutCP1402 Final Specs Signed.pdf 2014 WSDOT CITY OF AUBURN KING AND PIERCE COUNTIES, WASHINGTON CONTRACT PROVISIONS WITH SAMPLE PROPOSAL AND CONTRACT FORMS for Project Number CP1402 2014 CITYWIDE PAVEMENT PATCHING AND OVERLAY PROJECT Contract No. 15-02 Bid Opening Date: January 29, 2015 11:00 AM PST City of Auburn Engineering Division Community Development and Public Works Department 25 West Main St. Auburn, WA 98001-4998 (253) 931-3010 FAX (253) 931-3053 ii Introduction Description of Work The work provides for the construction of Project CP1402, 2014 Citywide Pavement Patching and Overlay Project. The major items of work include grind and overlay of 1.00 lane-miles of arterial and collector streets, pavement patching on 9.53 lane-miles of arterial and collector streets; thick overlay of 0.37 lane-miles of arterial and collector streets; and thin overlay of 1.04 lane-miles of local residential streets as part of the Save Our Streets Program; and 30 ADA curb ramps in the project area. Project Location Citywide Project Funding This project is funded with City of Auburn monies iii TABLE OF CONTENTS Introduction Table of Contents Invitation for Bids SAMPLE BID PROPOSAL PACKAGE Bidder’s Checklist Proposal Form Responsible Bidder Information Proposed Equipment and Manpower Schedule Local Agency Subcontractor List Bid Bond SAMPLE CONTRACT FORMS Contract Contract Bond Request to Sublet Work PART 1: GENERAL SPECIAL PROVISIONS DIVISION 1 PART 2: TECHNICAL SPECIAL PROVISIONS DIVISIONS 2 through 9 APPENDIX ‘A’ Standard Details & Standard Plans APPENDIX ‘B’ Prevailing Wage Rates iv INVITATION FOR BIDS CITY OF AUBURN PROJECT NO. CP1402, CONTRACT NO. 15-02 2014 CITYWIDE PAVEMENT PATCHING AND OVERLAY PROJECT The Office of the City Clerk will receive sealed bids at the Auburn City Hall, 25 West Main Street, Auburn, Washington until 11:00 AM PST on January 29, 2015, and will then and there be opened and publicly read aloud at the City Hall. All bids shall be filed with the City Clerk on or before the time set for bid opening. The major items of work include grind and overlay of 1.00 lane-miles of arterial and collector streets, pavement patching on 9.53 lane-miles of arterial and collector streets; thick overlay of 0.37 lane-miles of arterial and collector streets; and thin overlay of 1.04 lane-miles of local residential streets as part of the Save Our Streets Program; and 30 ADA curb ramps in the project area. The proposed bid range for the project is from $1,736,000.00 to $2,120,000.00. The entire project, including cleanup, shall be physically completed within 72 working days. This project is funded with City of Auburn monies All bid proposals shall be accompanied by a bid deposit in cash, certified check, cashier’s check or proposal bond (surety bond) in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such Contract and furnish satisfactory Contract Bond within the time stated in the Bid Documents, the bid deposit shall be forfeited to the City of Auburn. Disadvantaged, Minority, and Women’s Business Enterprises are encouraged to respond. The City of Auburn does not discriminate on the grounds of race, color, religion, national origin, sex, sexual orientation, age or handicap in consideration for a project award. The Plans, Specifications, Addenda, Bidders List, and Bid Proposal Package for this project are available exclusively through the City of Auburn’s online plan room. Access is provided by going to Builders Exchange of Washington (http://www.bxwa.com) and clicking on: “Posted Projects”; “Public Works”; “City of Auburn”, and “Projects Bidding”. Bidders are encouraged to “Register” in order to receive automatic email notification of future addenda and to be placed on the “Bidders List”. This online plan room provides bidders with fully usable online documents, with the ability to download, print to your own printer, order document sets from numerous reprographic sources, and a free online digitizer/take-off tool. Contact Builders Exchange of Washington at 425.258.1303 should you require assistance. The City reserves the right to reject any and all bids, waive technicalities or irregularities and to accept any bid if such action is believed to be for the best interest of the City of Auburn. Intended dates of publication: Seattle Daily Journal of Commerce January 15, 2015 and January 22, 2015; and Seattle Times January 15, 2015 v SAMPLE BID PROPOSAL PACKAGE for Project Number CP1402 2014 CITYWIDE PAVEMENT PATCHING AND OVERLAY PROJECT Contract No. 15-02 vii BIDDER’S CHECKLIST Bidder must execute and return with submittal: 1. PROPOSAL FORM The unit prices bid must be shown in the space provided. The proposal shall be filled in and signed by the bidder. 2. RESPONSIBLE BIDDER INFORMATION To show contractor’s ability to perform jobs of a similar nature. 3. PROPOSED EQUIPMENT AND MANPOWER SCHEDULE Provide a complete list of equipment and manpower to be used on project. 4. LOCAL AGENCY SUBCONTRACTOR LIST (Required on $1,000,000 or larger projects) List all subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, and electrical. Failure to submit this with the bid shall render the bid nonresponsive. (Form 271-015 included for this purpose). See Section 1-02.6 (Preparation of Proposal). 5. BID BOND This form is to be executed by the bidder and the Surety Company unless cash, cashier’s check or a certified check in the amount of 5% of the total bid accompanies bid. The amount of this bond shall be not less than five percent (5%) of the total amount bid and may be shown in dollars or on a percentage basis. After the Contract is awarded, execute: 1. CONTRACT To be executed by the successful bidder in triplicate. 2. CONTRACT BOND To be executed by the successful bidder and his surety company in triplicate. 3. POWER OF ATTORNEY To be submitted in triplicate. 4. EVIDENCE OF INSURANCE To be submitted in triplicate. 5. PRELIMINARY CONSTRUCTION PROGRESS SCHEDULE Submitted in duplicate, showing the first 30 working days, to the Engineer one (1) working day prior to the date of the Pre-construction Conference. To be provided in conformance with Section 1-08.3 (Progress Schedule) of the Standard Specifications. 6. REQUEST TO SUBLET WORK One copy for each subcontractor and lower tier subcontractor shall be submitted and approved by the City, prior to the subcontractor entering the project work site(s) to perform work. (Sample form is included). viii P R O P O S A L F O R M Page 1 CITY OF AUBURN 2014 Citywide Pavement Patching and Overlay Project Contract No. 15-02 Project No. CP1402 Bid Opening: January 29, 2015 Bids received after this time will be returned to sender unopened in accordance with Section 1-02.9 (Preparation of Proposal) of the Specifications. The undersigned hereby certifies that: 1. The project site has been inspected. 2. The Bid Documents governing the work have been read and are thoroughly understood. 3. The bidder is willing and able to execute the Contract, provide a Contract Bond and Evidence of Insurance within 7 calendar days following the receipt of the dated “Notice of Award”. 4. The “Responsible Bidder Information” and “Proposed Equipment and Manpower Schedule” forms have been completed and are enclosed with this Bid Proposal. 5. A “Local Agency Subcontractor List” per Section 1-02.6 (Preparation of Proposal) of the specifications has been completed and is enclosed with this Bid Proposal if applicable. . 6. A 5% Bid Deposit has been enclosed with this Bid Proposal. 7. All addendums have been acknowledged in the space provided in this Bid Proposal. 8. The bidder will promptly undertake the work upon receipt of the dated “Notice to Proceed” that will be issued within 5 working days of the contract execution date and complete the work embraced in this improvement in accordance with the Contract Documents at the following schedule of rates and prices, and it is understood that failure to complete the work within the time stated in Section 1-08.5 (Time for Completion) of the Specifications will be cause for assessment of liquidated damages in accordance with Section 1-08.9 (Liquidated Damages) of the Specifications. 9. The City may choose to include additive and/or alternate bid items on the Proposal Form and, if included, the City has the right to select any or all of the additive and/or alternate bid items. The additive and/or alternate bid items selected shall be added to the basic bid and the Contract award will be made based on the lowest and most acceptable total bid including selected additives and/or alternates. 10. The method of payment will be made only on the unit prices for items appearing on this Bid Proposal form. 11. The bidders must bid all items in the bid proposal. If any items are left blank or represent $0.00, the bid may be disqualified. NOTE: Unit prices for all items, all extensions and the total amount of bid must be shown. All proposals shall be typed or written in ink. FIRM NAME ix P R O P O S A L F O R M Page 2 2014 Citywide Pavement Patching and Overlay Project Contract No. 15-02 Project No. CP1402 Schedule A: Roadway Improvements Bid Item Sec. No.Description QuantityUnitUnit PriceTotal Price 11-04Minor Changes 1Eq. Adj. $ 15,000.00 $ 15,000.00 21-09Mobilization 1LS LS $ 31-10Traffic Control Supervisor 1LS LS $ 41-10 Traffic Control Labor - Flagging (Min. Bid $38.00 per hour)3264HR $$ 51-10Sequential Arrow Sign 90Day $$ 61-10Portable Changeable Message Sign123Day $$ 71-10 Outside Agency Uniformed Police Flagging Labor 1Eq. Adj.5,000.00$ $ 5,000.00 82-02Removal of Cement Concrete Flat Work 647SY $$ 92-02Removal of Curb and Gutter 1106LF $$ 102-02 Remove Extruded Asphalt Concrete Curb 1300LF $$ 112-03 Unsuitable Foundation Excavation 217CY $$ 124-04Crushed Surfacing Top Course 493TON $$ 134-04Crushed Surfacing Base Course 100TON $$ 145-04HMA for Overlay Cl. 3/8-inch PG 64-22 877TON $$ 155-04HMA for Overlay Cl. 1/2-inch PG 64-22 2675TON $$ 165-04 HMA for Pavement Repair Cl. 1/2-inch PG 64-22 5720TON $$ 175-04Commercial HMA 26TON $$ 185-04 Planing Bituminous Pavement 19750SY $$ 195-04 Rubberized Asphalt for Crack Sealing 1TON$$ 205-04 Pavement Repair Excavation Including Haul 20985SY $$ FIRM NAME x P R O P O S A L F O R M Page 3 2014 Citywide Pavement Patching and Overlay Project Contract No. 15-02 Project No. CP1402 Bid Item Sec. No.DescriptionQuantityUnitUnit PriceTotal Price 217-05Asphalt Cold Patch Mix 20TON $$ 227-05 Adjust Manhole with New Ring and Solid Cover39EA $$ 237-05Adjust Catch Basin 19EA $$ 247-12Adjust Valve Box 56EA $$ 258-01 Inlet Protection 131EA $$ 268-02 Topsoil Type A 23CY $$ 278-02 Lawn Sod 205SY $$ 288-02 Bark Mulch 5CY$$ 298-02 Miscellaneous Roadside Restoration 1Eq. Adj.7,500.00$ $ 7,500.00 308-04 Cement Concrete Traffic Curb and Gutter 1106LF $$ 318-04Extruded Cement Concrete Curb Type 61300LF $$ 328-06Residential Driveway Apron 10SY $$ 338-06Industrial or Commercial Driveway Apron60SY $$ 348-09Raised Pavement Marker Type 2 277EA $$ 358-13Monument Type B (Modified)9EA $$ 368-13 Adjust Surface Monument with City Provided Case 16EA $$ 378-14 Cement Concrete Sidewalk 159SY $$ 388-14 Cement Concrete Curb Ramp 418SY $$ 398-20 Induction Loop Vehicle Detector 17EA $$ FIRM NAME xi P R O P O S A L F O R M Page 4 2014 Citywide Pavement Patching and Overlay Project Contract No. 15-02 Project No. CP1402 Bid Item Sec. No.DescriptionQuantityUnitUnit PriceTotal Price 408-22Paint Line 21870LF $$ 418-22Painted Wide Line 8490LF $$ 428-22Plastic Wide Line 116LF $$ 438-22 Plastic Crosswalk Stripe and Stop Bar (24 inch wide)791LF $$ 448-22 Painted Bicycle Lane Symbol 18EA $$ 458-22 Plastic Traffic Arrow 5EA$$ 468-22 Plastic Traffic Letter 12EA $$ 478-22 Removal of Painted Markings 3790LF $$ 488-23 Temporary Pavement Markings 7865LF $$ Subtotal Schedule A $ FIRM NAME xii P R O P O S A L F O R M Page 5 2014 Citywide Pavement Patching and Overlay Project Contract No. 15-02 Project No. CP1402 Schedule B: Roadway Improvements – 312th Ave Bid Item Sec. No.DescriptionQuantityUnitUnit PriceTotal Price 491-09 Mobilization 1LS LS $ 501-10Traffic Control Supervisor 1LS LS $ 511-10 Traffic Control Labor - Flagging (Min. Bid $38.00 per hour)24HR $$ 521-10Sequential Arrow Sign 1Day $$ 532-02Remove Raised Pavement Markings1LS $$ 544-04Crushed Surfacing Top Course 6TON $$ 555-04 HMA for Overlay Cl. 1/2-inch PG 64-22 (Class B)73TON $$ 565-04 Planing Bituminous Pavement 80SY $$ 577-05 Adjust Manhole with Ring and Solid Cover 2EA$$ 588-01 Inlet Protection 3EA$$ 598-02 Miscellaneous Roadside Restoration 1Eq. Adj. $ 250.00 $ 250.00 608-13Monument Type B (Modified)1EA $$ 618-22 Plastic Crosswalk Stripe and Stop Bar (24 inch wide)10LF $$ Subtotal Schedule B $ FIRM NAME xiii P R O P O S A L F O R M Page 6 2014 Citywide Pavement Patching and Overlay Project Contract No. 15-02 Project No. CP1402 Bid Summary: Subtotal Schedule A $ Subtotal Schedule B $ Total Bid $ If sales tax is not identified above Contractor shall include appropriate sales tax in each bid item price as applicable (Rule 171). RECEIPT OF ADDENDA. I certify and acknowledge receipt of the following Addenda to the Bid Documents and that due consideration thereof has been used in preparing and submitting this Bid Proposal. Addendum No. Date of Receipt of Addendum Signed Acknowledgment 1 2 3 4 (NOTE: Failure to herein acknowledge receipt of the addenda may be considered an irregularity in this proposal.) FIRM NAME xiv P R O P O S A L F O R M Page 7 2014 Citywide Pavement Patching and Overlay Project Contract No. 15-02 Project No. CP1402 Submitted by: I certify under penalty of perjury under the laws of the State of Washington that I am the official authorized to submit this Bid Proposal on behalf of: FIRM NAME: Address: Phone #: FAX #: Email: Authorized Official: Title: (Please print name) Date: (Signature) Authorized Official: Title: (Please print name) Date: (Signature) Place of Execution: City and State NOTE: 1. Bidder is a(n): [ ] Corporation [ ] Individual [ ] Partnership [ ] Joint Venture [ ] Other 2. If the bidder is a corporation, its duly authorized officials must execute this proposal. Incorporated in the State of . State Contractor State Contractor License #: License Expiration Date: State Unified Business Employment Security Identifier (UBI) #: Department #: State Excise Tax Registration #: Federal Tax ID #: Construction Contractors: Please use the following City of Auburn Tax Code Numbers on retail sales where the labor and services are primarily performed in Auburn; 1. Number 1702 when the work is performed in King County 2. Number 2724 when the work is performed in Pierce County Submit Bid Proposal to: Office of City Clerk City of Auburn 25 West Main Street Auburn, WA. 98001-4998 xv RESPONSIBLE BIDDER INFORMATION Bidder has been in business continuously from (year). Bank Reference: Bank Name Account Officer Phone No. Number of regular full-time employees: Number of projects in the past 5 years completed: ahead of schedule on schedule behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for years. As a subcontractor for years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project manager, Foreman, Site Superintendent, Engineer, etc.): Name Title Years with firm List below, non City of Auburn construction work successfully completed by the bidder within the past five years which was similar in size, scope, and difficulty to the work herein being bid upon. Year Contract Project Name Completed Amount Owner/Reference Name & Phone List all projects undertaken in the last 5 years which have resulted in partial or final settlement of the contract by arbitration or litigation in the courts: Name of Client & Project Contract Amount Total Claims Arbitrated or Litigated Amount of Settlement of Claims FIRM NAME xvi RESPONSIBLE BIDDER INFORMATION (continued) Has Bidder, or any representative or partner, ever failed to complete a contract? [ ] No [ ] Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? [ ] No [ ] Yes If yes, please state: Project Name Contracting Party Bond Amount Has Bidder changed bonding companies in the last 3 years? [ ] No [ ] Yes If yes, give details: Has Bidder ever been found guilty of violating any State or Federal employment laws? [ ] No [ ] Yes If yes, give details: Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? [ ] No [ ] Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman’s Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? [ ] No [ ] Yes If yes, please state: Date Type of Injury Agency Receiving Claim Will you, upon request from the City, fill out a detailed financial statement and furnish any other information that may be required by the City? [ ] No [ ] Yes The Bid Proposal signature warrants under penalty of perjury that the foregoing information is true and accurate to the best of his/her knowledge. The Bid Proposal signature authorizes the City of Auburn to verify all information contained herein. FIRM NAME xvii PROPOSED EQUIPMENT AND MANPOWER SCHEDULE (Use additional sheets, if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT Manpower schedule: FIRM NAME xviii Project CP1402 - 2014 Citywide Pavement Patching and Overlay Project Failure to list subcontractors who are proposed to perform the work of HVAC (heating, ventilation and air conditioning), plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW, or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void. Subcontractor(s) that are proposed to perform the work of Heating, ventilation and air conditioning, plumbing, as described in chapter 18.106 RCW, and electrical as described in chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. The requirement to name the prime contract bidder’s proposed HVAC, Plumbing and electrical subcontractors applies only to proposed HVAC, plumbing, and electrical subcontractors who will contract directly with the prime contract bidder submitted the bid to the public entity. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Bidder’s are notified that in the opinion of the enforcement agency PVC or metal conduit, junction boxes, etc. are considered electrical equipment and must be installed by a licensed electrical contractor, even if the installation is for future use and no wiring or electrical current is connected during the project. A licensed electrical contractor must be listed to perform the work. FIRM NAME DOT Form 271-015A EF Rev. 07/2011 Local Agency Name Local Agency Subcontractor List CITY OF AUBURN Prepared in compliance with RCW 39.30.060 as amended Local Agency Address 25 W. Main Street, Auburn, WA 98001 To Be Submitted with the Bid Proposal xix BID BOND BOND NO. KNOW ALL MEN BY THESE PRESENTS: That we, _______________________________________________________, as Principal, (hereinafter called the “Principal”), and ______________________________________________, a corporation duly organized under the laws of the ___________________________ as Surety, (hereinafter called the “Surety”), are held and firmly bound unto the CITY OF AUBURN, Washington, as Obligee, (hereinafter called the “Obligee”), in the sum of FIVE PERCENT (5%) OF TOTAL AMOUNT BID not to exceed _____________________________________________ dollars ($_____________), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 2014 CITYWIDE PAVEMENT PATCHING AND OVERLAY PROJECT, CP1402, 15-02 NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the proper payment of labor and material in the prosecution thereof, or in the event of the failure of the Principal to enter into such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. SIGNED, SEALED AND DATED THIS DAY OF , 20 . Name of Contractor Signed by Principal Surety Name Signed by Surety SAMPLE CONTRACT FORMS for Project Number CP1402 2014 CITYWIDE PAVEMENT PATCHING AND OVERLAY PROJECT Contract No. 15-02 xxvi C O N T R A C T Contract No. 15-02 THIS AGREEMENT AND CONTRACT, made and entered into, in triplicate, at Auburn, Washington, this _____ day of ___________, 20___, by and between the CITY OF AUBURN, WASHINGTON, a municipal corporation, and , hereinafter called the CONTRACTOR. WITNESSETH: That, in consideration of the terms and conditions contained in the Contract Documents entitled “CP1402, 2014 Citywide Pavement Patching and Overlay Project,” which are by this reference incorporated herein and made a part of this Contract, the parties hereto covenant and agree as follows: I. The CONTRACTOR shall do all work and furnish all tools, materials and equipment for Project CP1402, 2014 Citywide Pavement Patching and Overlay Project __ grind and overlay of 1.00 lane-miles of arterial and collector streets, pavement patching on 9.53 lane-miles of arterial and collector streets; thick overlay of 0.37 lane-miles of arterial and collector streets; and thin overlay of 1.04 lane-miles of local residential streets as part of the Save Our Streets Program; and 30 ADA curb ramps in the project area for a total contract value of $___________ in accordance with and as described in the Contract Documents which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. This Contract shall be executed by the Contractor and returned to the City within 7 calendar days after the receipt of the dated notification of award and the Contract time shall commence within 5 working days after execution of the Contract by the City and so designated on the Notice to Proceed. Physical completion shall be within 72 working days of the date on the Notice to Proceed. If said work is not completed within the time specified, the CONTRACTOR agrees to pay liquidated damages to the CITY OF AUBURN, as specified in Section 1-08.9 (Liquidated Damages) of the Standard Specifications. The CONTRACTOR shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Contract Documents to be furnished by the CITY OF AUBURN. II. The CITY OF AUBURN hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to said Contract Documents and the aforesaid proposal hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III. The CONTRACTOR for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon by part of the CONTRACTOR. xxvii IV. It is further provided that no liability shall attach to the CITY OF AUBURN, WASHINGTON by reason of entering into this Contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this Contract to be executed the day and year first hereinabove written. CITY OF AUBURN, WASHINGTON By Nancy Backus, Mayor Countersigned: this ____ day of _____________, 20___ ATTEST: Danielle E. Daskam, City Clerk APPROVED AS TO FORM: Daniel B. Heid, City Attorney CONTRACTOR By Authorized Official Signature xxviii C O N T R A C T B O N D CONTRACT NO. 15-02 BOND NO. ________________ BOND TO CITY OF AUBURN, WASHINGTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, , as 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, are jointly and severally held and firmly bound to the City of Auburn, Washington, in the penal sum of ____________________________________________________________________ dollars, for the payment of which sum we jointly and severally bind ourselves and our successors, heirs, administrators or personal representatives as the case may be. This obligation is entered into in pursuance of the Statutes of the State of Washington and the Ordinances of the City of Auburn, Washington. Dated at Auburn, Washington, this ______ day of _____________________, 20____. Nevertheless, the conditions of the above obligation are such that: WHEREAS, the City of Auburn on the _____ day of ___________________, 20____, let to the above bounden principal a certain Contract. The said Contract being numbered 15-02, and providing for the construction of Project CP1402, 2014 Citywide Pavement Patching and Overlay Project - grind and overlay of 1.00 lane-miles of arterial and collector streets, pavement patching on 9.53 lane-miles of arterial and collector streets; thick overlay of 0.37 lane-miles of arterial and collector streets; and thin overlay of 1.04 lane-miles of local residential streets as part of the Save Our Streets Program; and 30 ADA curb ramps in the project area (which Contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said principal has accepted, or is about to accept, the said Contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, if the above bounden principal shall faithfully and truly observed and comply with the terms, conditions, and provisions of said Contract in all respects and shall well and truly and fully do and perform all matters and things by them undertaken to be performed under said Contract, upon the terms proposed therein, and any and all duly authorized modifications of said Contract that may hereafter by made, and within the time prescribed therein, and until the same is accepted, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply principal or subcontractors with provisions and supplies for the carrying on of said work and shall hold said City of Auburn, Washington, harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal or any subcontractor in the performance of said work, and shall in all respects faithfully perform said Contract according to law, and shall indemnify and hold the City of Auburn, Washington, harmless from any damage or expense by reason of failure of performance, as specified in said Contract, and xxix The undersigned principal and the undersigned surety present this contract bond related to the Contract, PROVIDED that this document shall not be enforceable unless and until the City of Auburn awards and executes the Contract to the undersigned principal. No obligations under this bond, for the performance of the above-referenced contract, shall be enforceable until the City of Auburn has executed the contract to the undersigned principal. The Surety, hereby agrees that modifications and changes may be made in the terms and provisions of the aforesaid 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 Contract Bond in a like amount, such increase; however, not to exceed twenty – five percent (25%) of the original amount of this bond without the consent of the Surety. PROVIDED, however, that after the acceptance of this Contract and the expiration of the lien period, and if there are no liens pending, then the penal sum of this bond, shall be reduced to either ten percent (10%) of the value of the improvements to the City or two thousand dollars ($2,000), whichever is greater, to warranty against defects appearing or developing in the material or workmanship provided or performed under this Contract within a period of one (1) year after acceptance. Not withstanding the reduction of this bond, the principal and surety shall hold the City of Auburn harmless from all defects appearing or developing in the material or workmanship provided or performed under this Contract within a period of one (1) year after acceptance, THEN and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. It is hereby expressly agreed that if any legal action is necessary to be brought under the conditions of this bond, that the decisions of the Courts of the State of Washington shall be binding. IN WITNESS WHEREOF, the above-bounden parties have executed this instrument this _____________ day of _______________________, 20_____. Principal Surety By Attorney in Fact _______________________________________ _______________________________________ Resident Agent’s Address & Phone Number xxx REQUEST TO SUBLET WORK SUBCONTRACTOR LOWER TIER SUBCONTRACTOR PRIME CONTRACTOR FEDERAL EMPLOYEE I.D. NO. * CITY CONTRACT NO. 15-02 JOB DESCRIPTION (Title) CP1402, 2014 Citywide Pavement Patching and Overlay Project REQUEST NUMBER APPROVAL IS REQUESTED TO SUBLET THE FOLLOWING DESCRIBED WORK TO: SUBCONTRACTOR OR LOWER TIER SUBCONTRACTOR UBI # EMPLOYMENT SECURITY I.D. NO.* L & I LICENSE # EXPIRATION DATE FEDERAL EMPLOYEE I.D. No. * EXPIRATION DATE CITY BUSINESS LICENSE # EXPIRATION DATE ADDRESS TELEPHONE NO CITY STATE ZIP ESTIMATED STARTING DATE IF LOWER TIER SUBCONTRACTOR, ID OF CORRESPONDING SUBCONTRACTOR . : * If no Federal Employer ID No., use owner’s Social Security No. WORK TO BE SUBLET ITEM NO. PARTIAL ITEM DESCRIPTION AMOUNT I understand and will ensure that the Subcontractor will comply fully with the plans and specifications under which this work is being performed. PRIME CONTRACTOR SIGNATURE DATE THIS AREA FOR CITY OF AUBURN USE ONLY PERCENT OF TOTAL CONTRACT THIS REQUEST ______________________ PREVIOUS REQUESTS ______________________ % SUBLET TO DATE ______________________ % DBE MBE WBE REMARKS: PROJECT INSPECTOR DATE APPROVED Form: FC155.doc 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, 2014 edition as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereinafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by these Special Provisions, shall govern all of the work. The deletion, 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. In case of conflict between the various elements of the Contract Documents, refer to Section 1-04.2 (Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda) of these Special Provisions for order of precedence. IMPORTANT – PLEASE READ The Special Provisions are documents that: supplement, add new specifications, replace, or modify the Standard Specifications. To clarify the purpose of each section provided, Special Provisions have the following section descriptions. Supplement: Text supplements or adds clarification to that Section of the Standard Specifications. Revision: Parts of that Section of the Standard Specification are altered. Replacement: Text replaces the entire identified Section of the Standard Specifications. New Section: This Section is a City of Auburn specification or is unique to this project and will not be found in the Standard Specifications. Deletion: This Section is deleted in its entirety. PART 1: GENERAL SPECIAL PROVISIONS for Project Number CP1402 2014 CITYWIDE PAVEMENT PATCHING AND OVERLAY PROJECT Contract No. 15-02 TABLE OF CONTENTS PART 1: GENERAL SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS................................................................. 1-1  1-01 DEFINITIONS AND TERMS ............................................................................................................... 1-1  1-01.3 DEFINITIONS ........................................................................................... Supplement ....... 1-1  Additive .................................................................................................................................................... 1-1  Alternate ................................................................................................................................................... 1-1  Business Day ............................................................................................................................................ 1-1  Contract Bond ........................................................................................................................................... 1-1  Contract Documents ................................................................................................................................. 1-2  Contract Time ........................................................................................................................................... 1-2  Dates ......................................................................................................................................................... 1-2  Bid Opening Date ................................................................................................................................. 1-2  Award Date ........................................................................................................................................... 1-2  Contract Execution Date ...................................................................................................................... 1-2  Notice to Proceed Date ......................................................................................................................... 1-2  Substantial Completion Date ................................................................................................................ 1-2  Physical Completion Date .................................................................................................................... 1-2  Completion Date ................................................................................................................................... 1-2  Final Acceptance Date ......................................................................................................................... 1-2  Notice of Award ....................................................................................................................................... 1-3  Notice to Proceed ...................................................................................................................................... 1-3  Traffic ....................................................................................................................................................... 1-3  Bid Documents ......................................................................................................................................... 1-3  Bid Proposal Package ............................................................................................................................... 1-3  City of Auburn .......................................................................................................................................... 1-3  Contract Documents ................................................................................................................................. 1-3  Contracting Agency .................................................................................................................................. 1-4  Current Edition ......................................................................................................................................... 1-4  Equal Products .......................................................................................................................................... 1-4  Estimate .................................................................................................................................................... 1-4  Incidental Work ........................................................................................................................................ 1-4  Major Contract Bid Item ........................................................................................................................... 1-4  Or Equivalent ............................................................................................................................................ 1-5  Plans ......................................................................................................................................................... 1-5  Shop Drawings.......................................................................................................................................... 1-5  Special Provisions ..................................................................................................................................... 1-5  Standard Details ........................................................................................................................................ 1-5  Standard Plans .......................................................................................................................................... 1-5  Standard Specifications............................................................................................................................. 1-5  Supplemental Drawings and Instructions ................................................................................................. 1-5  1-02 BID PROCEDURES AND CONDITIONS .......................................................................................... 1-6  1-02.1 PREQUALIFICATION OF BIDDER .......................................................Replacement ....... 1-6  1-02.1 QUALIFICATIONS OF BIDDER ........................................................................... 1-6  1-02.2 PLANS AND SPECIFICATIONS ............................................................Replacement ....... 1-6  1-02.4 EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF WORK ....................................................................................................... Supplement ....... 1-6  1-02.4(1) GENERAL ................................................................................................. Supplement ....... 1-6  1-02.4(2) SUBSURFACE INFORMATION ............................................................. Supplement ....... 1-7  1-02.5 PROPOSAL FORM ..................................................................................Replacement ....... 1-7  1-02.6 PREPARATION OF PROPOSAL .............................................. Supplement/Revision ....... 1-7  1-02.7 BID DEPOSIT ............................................................................ Revision/Supplement ....... 1-8  1-02.9 DELIVERY OF PROPOSAL ...................................................................Replacement ....... 1-9  1-02.10 WITHDRAWAL OR REVISION OF PROPOSAL ................... Revision/Supplement ....... 1-9  1-02.12 PUBLIC OPENING OF PROPOSALS ..................................................... Supplement ..... 1-10  1-02.13 IRREGULAR PROPOSALS ......................................................................... Revision ..... 1-10  1-02.14 DISQUALIFICATION OF BIDDERS .....................................................Replacement ..... 1-11  1-02.15 PRE-AWARD INFORMATION .................................................................... Revision ..... 1-12  1-03 AWARD AND EXECUTION OF CONTRACT ................................................................................ 1-12  1-03.1 CONSIDERATION OF BIDS ........................................................................ Revision ..... 1-12  1-03.3 EXECUTION OF CONTRACT ..................................................................... Revision ..... 1-12  1-03.4 CONTRACT BOND ................................................................... Supplement/Revision ..... 1-13  1-03.7 JUDICIAL REVIEW ................................................................................Replacement ..... 1-14  1-03.8 CITY DETERMINATION ....................................................................... New Section ..... 1-14  1-04 SCOPE OF THE WORK ..................................................................................................................... 1-14  1-04.2 COORDINATION OF CONTRACT DOCUMENTS, PLANS, SPECIAL PROVISIONS, SPECIFICATIONS AND ADDENDA ................ Revision ..... 1-14  1-04.3 CONTRACTOR-DISCOVERED DISCREPANCIES.............................. New Section ..... 1-15  1-04.4(1) MINOR CHANGES ................................................................................... Supplement ..... 1-15  1-04.6 VARIATION IN ESTIMATED QUANTITIES ......................... Supplement/Revision ..... 1-15  1-04.11 FINAL CLEANUP ..................................................................................... Supplement ..... 1-16  1-05 CONTROL OF WORK ....................................................................................................................... 1-16  1-05.3(1) CONTRACTOR-REQUESTED ALTERNATE DESIGN OR MATERIALS ............................................................................................ New Section ..... 1-16  1-05.4 CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES.......................................................................................................... Revision ..... 1-17  1-05.4(1) ROADWAY AND UTILITY SURVEYS................................................. New Section ..... 1-17  1-05.4(3) RECORD CONSTRUCTION DRAWINGS ............................................ New Section ..... 1-18  1-05.7 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK ............ Supplement ..... 1-19  1-05.10 GUARANTEES ......................................................................................... Supplement ..... 1-20  1-05.11 FINAL INSPECTION ...............................................................................Replacement ..... 1-20  1-05.11 FINAL INSPECTIONS AND OPERATIONAL TESTING .................................. 1-21  1-05.11(1) SUBSTANTIAL COMPLETION DATE .............................................................. 1-21  1-05.11(2) FINAL INSPECTION and PHYSICAL COMPLETION DATE .......................... 1-21  1-05.12 FINAL ACCEPTANCE .................................................................................. Revision ..... 1-21  1-05.13 SUPERINTENDENTS, LABOR, and EQUIPMENT of CONTRACTOR .............................................................................................. Revision ..... 1-21  1-05.14(1) COOPERATION WITH OTHERS ........................................................... New Section ..... 1-21  1-05.15 METHOD OF SERVING NOTICES ............................................................. Revision ..... 1-22  1-05.16 WATER AND POWER ........................................................................... New Section ..... 1-22  1-05.17 ORAL AGREEMENTS ........................................................................... New Section ..... 1-22  1-06 CONTROL OF MATERIAL .............................................................................................................. 1-23  1-06.1(2) REQUEST FOR APPROVAL OF MATERIAL (RAM) ................................ Revision ..... 1-23  1-06.1(4) FABRICATION INSPECTION EXPENSE .................................................... Deletion ..... 1-23  1-06.7 SUBMITTALS .......................................................................................... New Section ..... 1-23  1-06.7(1) SUBMITTAL TRANSMITTAL PROCEDURES ................................................. 1-23  1-06.7(1)A REQUEST FOR SUBMITTAL APPROVAL (RSA) FORM ................................ 1-24  1-06.7(1)B REQUEST FOR APPROVAL OF MATERIAL (RAM) SUBMITTAL CONTENT ............................................................................................................. 1-25  1-06.7(1)D ENGINEER’S SUBMITTAL REVIEW ................................................................ 1-26  1-06.7(1)E SUBMITTAL APPROVAL AND ACCEPTANCE CODES ................................ 1-27  1-06.7(2) SCHEDULE OF SUBMITTALS ........................................................................... 1-28  1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC .......................................... 1-29  1-07.1 LAWS TO BE OBSERVED ...................................................................... Supplement ..... 1-29  1-07.2 STATE TAXES ........................................................................................Replacement ..... 1-29  1-07.2 STATE TAXES ..................................................................................................... 1-30  1-07.2(1) STATE SALES TAX – RULE 171 ........................................................................ 1-30  1-07.2(2) STATE SALES TAX – RULE 170 ........................................................................ 1-30  1-07.2(3) SERVICES ............................................................................................................. 1-31  1-07.5(5) CITY OF AUBURN REQUIREMENTS .................................................. New Section ..... 1-31  1-07.6 PERMITS AND LICENSES ...................................................................... Supplement ..... 1-31  1-07.9 WAGES ..................................................................................................... Supplement ..... 1-31  1-07.11(2) CONTRACTUAL REQUIREMENTS ...................................................... Supplement ..... 1-32  1-07.13(2) RELIEF OF RESPONSIBILITY FOR COMPLETED WORK ................Replacement ..... 1-32  1-07.13(3) RELIEF OF RESPONSIBILITY FOR DAMAGE BY PUBLIC TRAFFIC ........................................................................................................ Revision ..... 1-33  1-07.14(1) ATTORNEY’S FEES, COSTS, AND INTEREST ................................... New Section ..... 1-33  1-07.15 TEMPORARY WATER POLLUTION/EROSION CONTROL ............... Supplement ..... 1-33  1-07.16 PROTECTION AND RESTORATION OF PROPERTY ......................... Supplement ..... 1-33  1-07.16(1)A PROTECTION AND RESTORATION OF EXISTING MARKERS AND MONUMENTS ............................................................................... New Section ..... 1-34  1-07.16(2) VEGETATION PROTECTION AND RESTORATION .......................... Supplement ..... 1-34  1-07.17 UTILITIES AND SIMILAR FACILITIES ...............................................Replacement ..... 1-35  1-07.17(1) DISRUPTIONS TO CITY WATER SERVICES .................................................. 1-36  1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE ......Replacement ..... 1-36  1-07.18(1) GENERAL REQUIREMENTS ............................................................................. 1-36  1-07.18(2) ADDITIONAL INSURED ..................................................................................... 1-37  1-07.18(3) SUBCONTRACTORS ........................................................................................... 1-37  1-07.18(4) EVIDENCE OF INSURANCE .............................................................................. 1-38  1-07.18(5) COVERAGES AND LIMITS ................................................................................ 1-38  1-07.18(5)A COMMERCIAL GENERAL LIABILITY ............................................................ 1-38  1-07.18(5)B AUTOMOBILE LIABILITY ................................................................................. 1-39  1-07.18(5)C WORKERS’ COMPENSATION ........................................................................... 1-39  1-07.18(5)D EXCESS OR UMBRELLA LIABILITY ............................................................... 1-39  1-07.23 PUBLIC CONVENIENCE AND SAFETY ............................................... Supplement ..... 1-39  1-07.23(1) CONSTRUCTION UNDER TRAFFIC ..................................................... Supplement ..... 1-40  1-07.23(1)A DUST AND MUD CONTROL AND STREET CLEANING .................. New Section ..... 1-40  1-07.23(1)B DAILY CLEANUP AND MAINTENANCE ITEMS .............................. New Section ..... 1-41  1-07.23(1)C CLOSURE RESTRICTIONS ................................................................... New Section ..... 1-41  1-07.23(2) CONSTRUCTION AND MAINTENANCE OF DETOURS .................. Supplement ..... 1-42  1-07.23(3) PAYMENT ............................................................................................... New Section ..... 1-43  1-07.24 RIGHTS OF WAY ....................................................................................Replacement ..... 1-43  1-07.28 HAUL ROUTES ....................................................................................... New Section ..... 1-44  1-08 PROSECUTION AND PROGRESS ................................................................................................... 1-44  1-08.0 PRELIMINARY MATTERS .................................................................... New Section ..... 1-44  1-08.0(1) PRECONSTRUCTION CONFERENCE ............................................................... 1-44  1-08.0(2) HOURS OF WORK ............................................................................................... 1-45  1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CITY EMPLOYEES ........................................................................................................ 1-46  1-08.1 SUBCONTRACTING ............................................................................... Supplement ..... 1-47  1-08.3 PROGRESS SCHEDULE ...................................................................................... 1-47  1-08.3(1) GENERAL REQUIREMENTS ................................................................. Supplement ..... 1-47  1-08.3(2) PROGRESS SCHEDULE TYPES ............................................................. Supplement ..... 1-47  1-08.3(2)A TYPE A PROGRESS SCHEDULES ........................................................Replacement ..... 1-47  1-08.3(5) PAYMENT ...............................................................................................Replacement ..... 1-48  1-08.3(6) CONTRACTOR’S ACTION LIST OF ITEMS TO BE CORRECTED AND COMPLETED ................................................................................. New Section ..... 1-48  1-08.3(7) PROGRESS MEETING ............................................................................ New Section ..... 1-48  1-08.4 NOTICE TO PROCEED AND PROSECUTION OF THE WORK ............... Revision ..... 1-48  1-08.5 TIME FOR COMPLETION ........................................................ Supplement/Revision ..... 1-49  1-08.6 SUSPENSION OF WORK ........................................................................ Supplement ..... 1-50  1-08.6(1) NO DAMAGE CLAUSE .......................................................................... New Section ..... 1-50  1-08.9 LIQUIDATED DAMAGES ............................................................................ Revision ..... 1-50  1-08.9(1) PENALTIES ............................................................................................. New Section ..... 1-51  1-09 MEASUREMENT AND PAYMENT ................................................................................................. 1-51  1-09.1 MEASUREMENT OF QUANTITIES ....................................................... Supplement ..... 1-51  1-09.3 SCOPE OF PAYMENT ............................................................................. Supplement ..... 1-51  1-09.4 EQUITABLE ADJUSTMENT ...................................................................... Revision ..... 1-51  1-09.6 FORCE ACCOUNT ................................................................................... Supplement ..... 1-52  1-09.7 MOBILIZATION ....................................................................................... Supplement ..... 1-52  1-09.8 PAYMENT FOR MATERIAL ON HAND ............................................... Supplement ..... 1-53  1-09.9 PAYMENTS ............................................................................... Revision/Supplement ..... 1-53  1-09.9(1) RETAINAGE .................................................................................................. Revision ..... 1-54  1-09.11 DISPUTES AND CLAIMS ............................................................................ Revision ..... 1-54  1-09.11(1) DISPUTES REVIEW BOARD ........................................................................ Deletion ..... 1-55  1-09.11(2) CLAIMS.......................................................................................................... Revision ..... 1-55  1-09.13 CLAIMS RESOLUTION ................................................................................. Deletion ..... 1-55  1-10 TEMPORARY TRAFFIC CONTROL .............................................................................................. 1-55  1-10.1 GENERAL ................................................................................................ Supplement ..... 1-55  1-10.2 TRAFFIC CONTROL MANAGEMENT .............................................................. 1-55  1-10.2(2) TRAFFIC CONTROL PLANS .................................................................. Supplement ..... 1-55  1-10.3(1)B OTHER TRAFFIC CONTROL LABOR ................................................... Supplement ..... 1-56  1-10.3(3)L TEMPORARY SIGNAGE FOR ROADWAY TRAFFIC REVISIONS .. New Section ..... 1-56  1-10.4 MEASUREMENT .......................................................................................... Revision ..... 1-56  1-10.5 PAYMENT ...............................................................................................Replacement ..... 1-57  DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-1 Special Provisions «proj_name» DIVISION 1 GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS 1-01.3 DEFINITIONS Supplement (April 2006 City of Auburn) Whenever the words “as directed”, “as required”, “as permitted”, or words of the like effect are used, it shall be understood that the direction, requirement or permission of the City of Auburn is intended. The words “sufficient”, “necessary”, “proper”, and the like shall mean sufficient, necessary or proper in the judgment of the City of Auburn. The words “approved”, “acceptable”, “satisfactory”, or other words of the like shall mean approved by, or acceptable to, the City of Auburn. (March 8, 2013 APWA GSP) All references in the Standard Specifications, amendments, or WSDOT General Special Provisions, to the terms “State”, “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”. All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”. All references to “final contract voucher certification” shall be interpreted to mean the final payment form established by the Contracting Agency. The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency’s headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or materials of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specification for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-2 Special Provisions «proj_name» 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. (March 8. 2013 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date (April 2009, City of Auburn) See Physical Completion Date. Physical Completion Date (April 2009, City of Auburn) The day all work is physically completed on the project. All documentation required under the contract and required by law does not necessarily need to be furnished by the Contractor before the establishment of this date, unless identified in the Contract documents. 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 (September 2013, City of Auburn) DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-3 Special Provisions «proj_name» The date upon which the Auburn City Council accepts the work as complete and approves the final payment due the Contractor is the final acceptance date. 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. (March 2012 City of Auburn) Bid Documents Contract Documents may be referred to as “Bid Documents” before award and execution of the Contract. Bid Proposal Package The documents to be submitted by the Contractor for bid consideration. The “Bid Proposal Package” includes those documents identified in the Bidder’s Checklist, and may include, but not be limited to the following:  Bidder’s Checklist  Proposal Form  Responsible Bidder Information  Proposed Equipment and Manpower Schedule  Local Agency Subcontractor List  Bid Bond City of Auburn See Contracting Agency Contract Documents The Standard Specifications for Road, Bridge and Municipal Construction 2014 (English) edition, except as modified or superseded by these Contract Provisions, shall govern all phases of work under this Contract and are, by reference, made an integral part of the Contract Documents as if herein fully set forth. Also incorporated into the Contract Documents by reference are: 1. City of Auburn “Standard Details” 2. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation, current edition; DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-4 Special Provisions «proj_name» 3. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 4. American Water Works Association Standards, current edition, and; 5. Work Zone Traffic Control Guideline, WSDOT, latest edition. The Contract Documents will be known as Project CP1402, 2014 Citywide Pavement Patching and Overlay Project. Contracting Agency City of Auburn, also referred to as the City, is responsible for the execution and administration of the contract. Current Edition The latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the work is advertised for bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. Equal Products The terms “or equal”, “approved equivalent”, etc., as used in the Contract Documents, shall mean equal as determined by the Auburn City Engineer. Estimate The term Estimate used in the Bid Proposal Form for Unit shall mean that the City has included an estimated dollar amount for that bid item, only to provide a common proposal for Bidders. All such dollar amounts are to become part of the Contractor’s total bid. However, the City does not warrant expressly or by implication that the actual amount of work will correspond with that estimate. Payment will be made on the basis of the amount of work actually authorized by the Engineer and shall follow the requirements of 1-09.4 and 1-09.6. Incidental Work The terms incidental to the project, incidental to the involved bid item(s), etc., as used in the Contract Documents shall mean that the Contractor is required to provide the specified work complete and the cost of such work shall be incidental and included in the unit contract prices as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. Major Contract Bid Item A major contract bid item is any bid item, unless specifically excluded in the special provisions, for which the contract price amounts to 10 percent or more of the total contract price as determined by the original proposed quantities and the unit contract prices at the time of award. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-5 Special Provisions «proj_name» Or Equivalent A manufactured article, material, method, or work, which in the opinion of the Engineer, is equally desirable or suitable for the purposes intended in the Contract Documents, as compared with similar articles specifically mentioned therein. Plans The Contract Plans and the Standard Details or Standard Plans referenced in these Special Provisions, which show location, character, and dimensions of prescribed work including layouts, profiles, cross-sections, and other details. Shop Drawings Same as “Working Drawings” as defined in the Standard Specifications. Special Provisions These provide modifications to the Standard Specifications. To clarify the purpose of each section provided, Special Provisions have the following section descriptions. Supplement: Text supplements or adds clarification to that Section of the Standard Specifications. Revision: Parts of that Section of the Standard Specification are altered. Replacement: Text replaces the entire identified Section of the Standard Specifications. New Section: This Section is a City of Auburn specification or is unique to this project and will not be found in the Standard Specifications. Deletion: This Section is deleted in its entirety. Standard Details A document of specific plans or drawings developed and adopted by the City of Auburn, Department of Public Works which show frequently recurring components of work that have been standardized for use. Standard Plans A manual of specific plans or drawings developed, adopted and titled “Standard Plans (M21-01) for Road, Bridge and Municipal Construction” prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; Standard Specifications The Standard Specifications for Road, Bridge and Municipal Construction, 2014 (English) edition as issued by the Washington State Department of Transportation, hereinafter referred to as the “Standard Specifications”. Supplemental Drawings and Instructions Additional instructions by the Engineer at the request of the Contractor by means of drawings or documents necessary, in the opinion of the Engineer, for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-6 Special Provisions «proj_name» 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 PREQUALIFICATION OF BIDDER Replacement Delete this Section and replace it with the following: 1-02.1 QUALIFICATIONS OF BIDDER (January 2012, City of Auburn) Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. This action may include a prequalification procedure prior to the bidder being furnished a proposal form on any contract, or a pre-award survey of the bidder’s qualifications prior to award. (April 2006 City of Auburn) The bidder shall fill out and sign the “Responsible Bidder Information” and the “Proposed Equipment and Manpower Schedule” contained in the “Bid Proposal Package” of this document. These forms must be completed and submitted with the bid. 1-02.2 PLANS AND SPECIFICATIONS Replacement (January 2014, City of Auburn) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Contract Provisions 3 Furnished upon award. Reduced plans (11” x 17”) 3 Furnished upon award. Large plans (22” x 36”) 3 Furnished upon award. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor’s own expense. 1-02.4 EXAMINATION OF PLANS, SPECIFICATIONS AND SITE OF WORK Supplement (March 2012 City of Auburn) 1-02.4(1) GENERAL Supplement Minor variations and miscellaneous items may not be shown on the Contract Plans. Contractors shall examine the site, become familiar with all conditions, and determine the difficulties and work involved. The Contractor shall accept the site in the condition existing at the time of the bid opening of the Contract. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-7 Special Provisions «proj_name» 1-02.4(2) SUBSURFACE INFORMATION Supplement (September 2013, City of Auburn) Because of the varying soil composition and ground water levels encountered in various areas and at different seasons of the year, the City of Auburn makes no representation of such conditions as they may pertain to this project. The Contractor shall be responsible for any and all cribbing, sheet piling, de-watering, or other construction methods or procedures, which may be necessary to complete the project and additional compensation will not be allowed unless otherwise specified in this document. 1-02.5 PROPOSAL FORM Replacement (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; the bidder’s D/M/WBE commitment, if applicable; a State of Washington Contractor’s Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. (March 2009 City of Auburn) Prospective bidders may obtain Bid Documents and a “Bid Proposal Package” for the advertised project using the process specified in the “Invitation for Bids”. 1-02.6 PREPARATION OF PROPOSAL Supplement/Revision (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-8 Special Provisions «proj_name» A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. (March 2012 City of Auburn) The second sentence of the first paragraph is deleted and replaced with the following: The City will not accept proposals from Contractors on documents included in the Bid Proposal Package that are stamped “SAMPLE”. Such proposals will be deemed irregular and rejected as identified in Section 1-02.13 (Irregular Proposals) of these Special Provisions. According to RCW 39.30.060, if the Total Base Bid for this project exceeds $1,000,000 the bidder shall submit, as part of the bid, the names of the specific subcontractors, if awarded the contract, 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 to name itself for the work. The bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the bidder must indicate which subcontractor will be used for which alternative. Failure to name such subcontractors or itself shall render the bidder’s bid non-responsive and, therefore, void. The Local Agency Subcontract List, has been included herein for this purpose. 1-02.7 BID DEPOSIT Revision/Supplement (January, 2012 City of Auburn) This section is revised as follows: The third and forth sentences of the first paragraph are deleted. The last Paragraph is deleted and replaced with the following: The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-9 Special Provisions «proj_name» 5. Signature of the bidder’s officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety’s officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 DELIVERY OF PROPOSAL Replacement (April 2006 City of Auburn) Delete this section and replace it with the following: The City will not consider proposals it receives after the time fixed for opening bids as specified in Section 1-02.12 (Public Opening of Proposals). Executed “Bid Proposal Package” documents shall be submitted in a sealed envelope provided by the Bidder, to the following address: Office of the City Clerk City of Auburn 25 West Main Street Auburn, WA 98001-4998 The sealed envelope shall be plainly marked with the Bidder’s firm name, return address and telephone number, and in the lower left hand corner marked with “Sealed Bid for Project CP1402, 2014 Citywide Pavement Patching and Overlay Project; opening 11:00 AM <<PST>> on January 29, 2015”. Proposals sent by mail shall be sealed in a second envelope, also addressed and marked as stated above. 1-02.10 WITHDRAWAL OR REVISION OF PROPOSAL Revision/Supplement (January 2012 City of Auburn) The second sentence of the second paragraph is deleted. The last paragraph is deleted. This section is supplemented with the following: Bidders may withdraw or revise their “Bid Proposal Package” by facsimile (fax). To be official, these faxes must be received at City of Auburn Fax No. (253) 804-3116 before the time set for opening bids. The official time of receipt will be the time and date posted by the City’s fax machine on said fax. Faxes shall be plainly marked with the Bidder’s firm name, return address and telephone number and signed by the authorized official(s) whom signed the firms original “Proposal Form” and also marked with “ATTN: OFFICE OF CITY CLERK, CITY OF AUBURN REVISION TO BID FOR” or “WITHDRAWAL OF BID FOR Project CP1402, 2014 DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-10 Special Provisions «proj_name» Citywide Pavement Patching and Overlay Project; opening 11:00 AM PST on January 29, 2015.” 1-02.12 PUBLIC OPENING OF PROPOSALS Supplement (April 2006 City of Auburn) Bid Proposal Packages will be opened and publicly read aloud at 11:00 AM PST on January 29, 2015 by the City Clerk in the Auburn City Hall located at 25 West Main Street, Auburn WA. 1-02.13 IRREGULAR PROPOSALS Revision (January 2014 City of Auburn) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified, when so required; b. The Bid Proposal Package submitted by the bidder contains documents marked “SAMPLE”; c. The authorized Proposal Form furnished by the Contracting Agency is not used or is altered; d. The completed Proposal Form contains any unauthorized additions, deletions, alternate bids, or conditions; e. The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract; f. A price per unit cannot be determined from the bid proposal; g. The Proposal Form is not properly executed; h. The bidder fails to submit or properly complete a Subcontractor List, if applicable, as required in Section 1 02.6 (Preparation of Proposal).; i. The bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6 (Preparation of Proposal); j. 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 (Preparation of Proposal), or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; k. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6 (Preparation of Proposal), or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; l. The Bid Proposal Package does not constitute a definite and unqualified offer to meet the material terms of the bid invitation; m. More than one proposal is submitted for the same project from a Bidder under the same or different names. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-11 Special Provisions «proj_name» 1-02.14 DISQUALIFICATION OF BIDDERS Replacement (March 8, 2013 APWA GSP, Option A) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. As evidence that the Bidder meets the mandatory bidder responsibility criteria, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. The Contracting Agency also reserves the right to obtain information from third parties concerning a Bidder’s compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency’s determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency’s final determination. (April 2014 City of Auburn) Supplement this section with the following: The City of Auburn reserves the right to determine the lowest responsible bidder based on factors other than just price, including but not limited to the following: 1. Liability exposure; 2. References and past performance; 3. Judgments entered against the bidder within the last five (5) years that shows a history of failing to meet the terms of the contract; 4. History of claims with other agencies on similar projects; 5. Inadequate or ambiguous specifications; 6. Specifications have been revised; 7. Lowest responsible bid deemed not the best price obtainable; 8. Bids not independently arrived or submitted in bad faith (i.e., price fixing); 9. A determination made that all the necessary requirements of the bid process have not been met; 10. Insufficient competition; and, DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-12 Special Provisions «proj_name» 11. Other claims or other indications that cancellation or rejection of all bids is clearly in the best interest of the City. For the purpose of this criterion, ‘bidder’ shall include the registered construction company submitting the bid, as well as the owner(s) of the company, and any other construction companies the owner(s) may currently or previously have owned. 1-02.15 PRE-AWARD INFORMATION Revision (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 CONSIDERATION OF BIDS Revision (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 EXECUTION OF CONTRACT Revision (April 2006 City of Auburn) DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-13 Special Provisions «proj_name» Section 1-03.3 (Execution of Contract) the first sentence of the first paragraph is deleted and replaced with the following: Within seven (7) calendar days after the receipt of the Notice of Award, the successful bidder shall return the following: 1. The signed City prepared contract; 2. Insurance certificate as required by Section 1-07.18 (Public Liability and Property Damage Insurance); 3. A copy of a business license to do business in the City of Auburn, King County and in Pierce County (if applicable); 4. A copy of State of Washington Contractor’s Registration; 5. A satisfactory bond, including the Power of Attorney from the Surety, as required by the law and Section 1-03.4 (Contract Bond); and 6. The City provided Retainage Document. Section 1-03.3 (Execution of Contract) third paragraph is deleted and replaced with the following: If the bidder experiences circumstances beyond their control that prevents return of the contract documents within seven (7) calendar days after the Notice of Award date, the City may grant up to a maximum of seven (7) additional calendar days for return of the documents provided the City deems the circumstances warrant it. 1-03.4 CONTRACT BOND Supplement/Revision (April 2006 City of Auburn) The “Contract Bond” shall remain in force for one year following the “Final Acceptance Date” of the Contract to insure Contract defects during the one-year guarantee period in compliance with Section 1-05.10 (Guarantees). (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency-furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-14 Special Provisions «proj_name» b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 JUDICIAL REVIEW Replacement (April 2006 City of Auburn) Any decision made by the City of Auburn regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of King County, Washington. 1-03.8 CITY DETERMINATION New Section (April 2007 City of Auburn) The City reserves the right to determine the following. 1. Whether a proposal is irregular under the terms of Section 1-02.13, 2. Whether a bidder is not responsible under Section 1-02.14, 3. Whether any aspect of the bidding constitutes an informality that may be waived, and 4. Whether any submittal from a bidder or contractor conform to the requirements of Division 1. 1-04 SCOPE OF THE WORK 1-04.2 COORDINATION OF CONTRACT DOCUMENTS, PLANS, SPECIAL PROVISIONS, SPECIFICATIONS AND ADDENDA Revision (March 2012 City of Auburn) The second paragraph is deleted and replaced with the following: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 3, 4, 5, 6, and 7; 2 presiding over 3, 4, 5, 6, and 7; and so forth): 1. Addenda; 2. Proposal Form; 3. Part 1: General Special Provisions, Division 1; 4. Part 2: Technical Special Provisions, Divisions 2 through 9; DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-15 Special Provisions «proj_name» 5. Special Provisions Appendix (Excluding Appendix A); 6. Contract Plans; 7. City of Auburn Standard Details (Appendix A); 8. Work Zone Traffic Control Guideline, WSDOT, latest edition; 9. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction; 10. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation, current edition; 11. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition; and 1-04.3 CONTRACTOR-DISCOVERED DISCREPANCIES New Section (April 2006 City of Auburn) Upon receipt of award of contract, the Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. The Contractor shall, prior to ordering material or performing work, report in writing to the Engineer any error, inconsistency, or omission in respect to design or mode of construction. If the Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to the design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be the Contractor’s duty to inform the Engineer immediately in writing, and the Engineer will promptly do the same. Any work done after such discovery, until correction of the Plans or authorization of extra work is given, if the Engineer finds that extra work is involved, will be done at the Contractor’s risk. If extra work is involved, the procedure shall be as provided in Section 1-04.4 (Changes) of the Standard Specifications. 1-04.4(1) MINOR CHANGES Supplement Add the following to the identified section. (April 2006 City of Auburn) Minor Changes Equitable Adjustment 1-04.6 VARIATION IN ESTIMATED QUANTITIES Supplement/Revision (October 1, 2005 APWA GSP) Delete the first paragraph, and replace it with the following: Payment to the Contractor will be made only for the actual quantities of work performed and accepted in conformance with the contract. When the accepted quantity of work performed under a unit item varies from the original proposal quantity, payment will be at the unit contract price for all work unless the total accepted quantity of any contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original proposal quantity, and if the total extended bid price for that item at time of award is equal to or greater than 10 DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-16 Special Provisions «proj_name» percent of the total contract price at time of award. In that case, payment for contract work may be adjusted as described herein: Supplement this Section with the following: The quantities for the following items 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.  Traffic Control Labor  Portable Changeable Message Sign  Sequential Arrow Sign  Removal of Cement Concrete Flatwork  Removal of Curb and Gutter  Unsuitable Foundation Excavation  Gravel Borrow Including Haul  Crushed Surfacing Top Course  Pavement Repair Excavation Including Haul  HMA for Pavement Repair Cl. 1/2-inch PG 64-22  Rubberized Asphalt for Crack Sealing  Topsoil Type A  Lawn Sod  Bark Mulch  Cement Concrete Traffic Curb and Gutter  Industrial and Commercial Driveway Apron  Cement Concrete Sidewalk  Induction Loop Vehicle Detector These bid items shall not be subject to the provisions of 1-04.6 of the Standard Specifications. 1-04.11 FINAL CLEANUP Supplement (April 2006 City of Auburn) Final cleanup shall also include cleaning out all storm drain pipe and structures and any ditches that may have been filled during the work, replacing damaged surfacing, and putting the site in a neat, orderly condition and, in respect to structures, cleaning all windows and leaving buildings broom clean. 1-05 CONTROL OF WORK 1-05.3(1) CONTRACTOR-REQUESTED ALTERNATE DESIGN OR MATERIALS New Section (April 2006 City of Auburn) In the event that the Contractor shall request, or submit, an alternate design or material for some portions of his work, the Engineer will consider such alternative designs with reasonable promptness. Such request for either a design review from alternate plans DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-17 Special Provisions «proj_name» submitted by the Contractor, or request for a redesign initiated by the Contractor, as set forth above, shall be made in writing to the Engineer. When the Contractor submits plans for an alternate design, it shall be in the form of reproducible drawings. For each proposed substitution, the Contractor shall submit samples, descriptive and technical data, and reports of tests to the Engineer for approval. The Contractor shall also indicate the difference in contract cost by reason of the proposed substitution. No substitute items shall be furnished or installed without the Engineer’s written approval. Provided that such proposed alternate design or requested redesign appears reasonable and satisfactory to the Engineer, the Engineer will perform an engineering review of the proposed alternate design, or if requested by the Contractor, the Engineer will perform an engineering redesign of the work to assure its compatibility within the framework of the complete operating list or system ready for use between the contract limits. The cost of the engineering review of the proposed alternate, or the cost of an engineering redesign as requested by the Contractor if performed by the City or its authorized representatives, will be deducted from amounts owed the Contractor at the actual rate for direct payroll costs and direct expenses. The Contractor shall reimburse the City for any resulting additional engineering charges and for any charges for changes in the work of other contractors resulting from such substitution. 1-05.4 CONFORMITY WITH AND DEVIATIONS FROM PLANS AND STAKES Revision (April 2006 City of Auburn) Replace the second sentence of the second paragraph with the following: The allowable tolerance for the Contractor’s work shall not exceed 0.02 feet from lines, grades, slopes, depths and cross-sections shown on the Plans or as established by the Engineer unless otherwise specified in these contract documents. 1-05.4(1) ROADWAY AND UTILITY SURVEYS New Section (October 1, 2005 APWA GSP) Unless otherwise specified, the Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Slope stakes for establishing grading; 2. Curb grade, and Curb Ramp grade stakes; 3. Centerline finish grade stakes for pavement sections wider than 25 feet; and 4. Offset points to establish line and grade for underground utilities such as water, sewers, and storm drains. (January 2015 City of Auburn) The Contractor shall inform the Engineer at least five (5) working days in advance where he intends to work, thus enabling the Engineer to set the engineering control point, lines, and grades with a minimum of delay and interference. The Engineer may require additional advance notice dependent upon survey requirements and scheduling. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-18 Special Provisions «proj_name» Delays caused by lack of stakes shall not be the basis for claims for additional compensation by the Contractor. 1-05.4(3) RECORD CONSTRUCTION DRAWINGS New Section (January 2014 City of Auburn) The following requirements are intended to provide the project Contractor with the information necessary to furnish the City with satisfactory record construction drawings: 1. The Contractor shall be responsible for tracking all relevant field changes to the approved construction drawings. These changes shall be clearly identified in red ink in a comprehensive manner on one set of City-provided Plans to be known as the “Record Construction Drawings”. 2. The 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. The Record Drawings shall be kept on site, and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for review when such meetings are included in the Contract. 3. The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative effort by the Contracting Agency. 4. The record construction drawings shall identify all existing or abandoned utilities that were encountered during construction that were not shown on the approved construction drawings. 5. The Record Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to:  Actual dimensions, arrangement, and materials used when different than shown in the Plans.  Changes made by Change Order or Field Directive.  Changes made by the Contractor as approved by the Engineer.  Accurate locations of storm drainage, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.). The record construction drawings shall identify all deviations from the approved construction drawings as follows: Streets Public Streets: DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-19 Special Provisions «proj_name» Thickness of overlay to the nearest 1/2-inch Location of planing to the nearest 1-foot horizontal Limits of overlay to the nearest 1-foot horizontal Gutterline slopes based on the constructed gutterline elevations Driveway and Sidewalk: Type of driveway (commercial or residential section) Driveway width to the nearest 1-foot horizontal Sidewalk width to the nearest 1-foot horizontal Channelization: Type of buttons, reflectors, and curbs General layout location to the nearest 1-foot horizontal Signing: Type of signs Location of signs to the nearest 1-foot horizontal Signalization: Location of induction loops to the nearest 1-foot horizontal 6. At the time the Contractor transmits the comprehensive redline Record Construction Drawings to the City, he shall certify that said drawings are in conformance to the above-referenced requirements and are an accurate depiction of built conditions; 7. The City shall receive and approve the Contractor’s certified “Record Construction Drawings” as specified herein prior to achieving physical completion. These Record Construction Drawings shall be kept current during the course of construction by the Contractor and be available for review upon request by the Engineer. If Record Construction Drawings are not kept current on a weekly basis, the City may, at its discretion, withhold progress payments until such time as the Record Construction Drawings are updated to reflect current construction changes as required above. No measurement or payment will be made to complete the Record Construction Drawings and their development shall be considered incidental to the Contract. 1-05.7 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK Supplement (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-20 Special Provisions «proj_name» in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of the Contractor’s unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section. The rights exercised under the provisions of this Section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the work as required. 1-05.10 GUARANTEES Supplement (September 2013 City of Auburn) The work performed under these Contract Documents shall be guaranteed for a period of one year beyond the “Completion Date” thereof against defective materials, equipment, and workmanship and shall also include the landscape establishment required in the Contract per Section 8-02.3(13) (Plant Establishment). Upon receipt of notice from the City of failure of any part of the material, equipment or workmanship during the guarantee period, the affected part or parts shall be replaced with new materials or equipment by, and at the expense of, the Contractor. This guarantee shall be bonded in compliance with Section 1- 03.4 (Contract Bond). The Contractor shall be available approximately sixty (60) calendar days prior to the expiration of the one-year guarantee period to tour the project, with the Engineer, in support of the Engineer’s effort to establish a list of corrective work required under the one-year guarantee. Upon the receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized interruption of the City Facilities, the work necessary to correct the items listed. 1-05.11 FINAL INSPECTION Replacement Delete the entire Section and replace with the following: DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-21 Special Provisions «proj_name» 1-05.11 FINAL INSPECTIONS AND OPERATIONAL TESTING 1-05.11(1) SUBSTANTIAL COMPLETION DATE (April 2006 City of Auburn) Substantial Completion Date shall refer to the Physical Completion Date. 1-05.11(2) FINAL INSPECTION and PHYSICAL COMPLETION DATE (October 1, 2005 APWA GSP) When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer’s right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.12 FINAL ACCEPTANCE Revision (April 2006 City of Auburn) In Section 1-05.12 (Final Acceptance), all references to “Final Contract Voucher Certification” shall be deleted and replaced with “Final Pay Estimate”. 1-05.13 SUPERINTENDENTS, LABOR, and EQUIPMENT of CONTRACTOR Revision (September 2013, City of Auburn) 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. 1-05.14(1) COOPERATION WITH OTHERS New Section (March 2014 City of Auburn) DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-22 Special Provisions «proj_name» Should the Engineer determine that a property owner, a utility company or the City has adequate reason to avoid access closure, sewer or water shutoff at the time scheduled, the Contractor shall reschedule his work to meet the new conditions. It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work:  Corps of Engineers Project Culvert Replacement Project on 15th Street NW between SR167  and West Valley Highway.   New Development at Northwest quadrant of intersection at SE 304th Street and 112th Ave  SE   1-05.15 METHOD OF SERVING NOTICES Revision (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer’s office. Electronic copies such as e-mail’s or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1-05.16 WATER AND POWER New Section (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, or unless provided for otherwise in these Special Provisions. 1-05.17 ORAL AGREEMENTS New Section (March 2014 City of Auburn) No oral agreement, conversation, or electronic mail (e-mail), excluding electronic submittals outlined in section 1-06 (Control of Material), with any officer, agent, or employee of the City, 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, conversation, or e-mail shall be considered as unofficial information and in no way binding upon the City, unless subsequently put in writing AND signed by the City. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-23 Special Provisions «proj_name» 1-06 CONTROL OF MATERIAL 1-06.1(2) REQUEST FOR APPROVAL OF MATERIAL (RAM) Revision (August 2014 City of Auburn) References to the WSDOT Form 350-071 are revised to read the City of Auburn “Request for Submittal Approval” (RSA) form. 1-06.1(4) FABRICATION INSPECTION EXPENSE Deletion (June 27, 2011 APWA GSP) Delete this section in its entirety. 1-06.7 SUBMITTALS New Section (October 2014 City of Auburn) This section applies to all items that are required to be submitted to the Engineer for review, approval, and acceptance, including, but not limited to:  Non-Material Submittals (i.e haul routes, Traffic Control Plans (TCP’s), requests for substitution, breakdown of lump sum items, schedules, road closure requests, material product samples, color palettes or swatches, warranty documentation, Operations and Maintenance (O&M) manuals, Spill Prevention, Control, and Countermeasure (SPCC) Plan, Stormwater Pollution Prevention (SWPP) Plan, schedule of submittals, etc.);  Material Submittals (i.e. Request for Approval of Material (RAM) or Request for use of an item on the WSDOT Qualified Product List (QPL)); and  Material Acceptance Documentation (i.e. Certification of Material Origin (CMO), Manufacturer’s Certificate of Compliance (MCC), miscellaneous certificates of compliance, mill and test reports, Catalog Cuts, Shop Drawings, Visual Acceptance, Reduced Acceptance Criteria, Sampling and Testing, etc.). 1-06.7(1) SUBMITTAL TRANSMITTAL PROCEDURES (August 2014, City of Auburn) Except as specified otherwise in the Contract Documents, all submittals shall be made electronically and shall be transmitted via e-mail to PWSubmittals@auburnwa.gov. The e-mail subject line of electronic submittals shall include the following: “CP1402, 2014 Citywide Pavement Patching and Overlay Project - <<<Submittal Title>>>”. Each electronic email shall be limited to 7 MB’s in size. All electronic submittals shall be clear, sharp high contrast electronic files in Word 2007, Excel 2007 or PDF formats. The Contractor may request to produce all submittals in hardcopy format instead of electronic format. Such requests shall be made in writing and include an explanation of why the Contractor is requesting to make hardcopy submittals. It will be at the Engineer’s sole discretion whether the request to submit hard copy submittals is approved and no additional compensation or time extension shall be granted in relation to the Engineer’s decision. Hardcopy submittals shall be either mailed to the City of Auburn Community Development and Public Works Department at 25 West Main St, Auburn, WA 98001 or dropped off at the DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-24 Special Provisions «proj_name» City of Auburn Customer Service Center located on the 2nd floor of the One East Main St, Auburn WA 98001 building. 1-06.7(1)A REQUEST FOR SUBMITTAL APPROVAL (RSA) FORM (October 2014, City of Auburn) All submittals indicated in Section 1-06.7 (Submittals) shall accompany a City of Auburn “Request for Submittal Approval” (RSA) form as a cover letter. The RSA form is a writable Portable Document Format (PDF) form and shall remain writable until the City returns the signed reviewed submittal. Any submittals made without this form or without all of the required information on the form filled out by the Contractor shall be rejected without review. No additional compensation or time extension shall be granted for a Contractor not supplying this form as a cover letter for their submittals or for an improperly filled out form. The RSA form shall be completed by the Contractor as follows: 1. For any item being submitted to the City for review and approval for the first time, check the “New Submittal” box. The City will assign the item a submittal number. For items that have been previously submitted and require a re-submittal, check the “Re-submittal of No. ___” box and fill in the submittal number that was assigned by the City to the original submittal. For submittals that are providing Material Acceptance Documentation for a submittal that has been previously made, the Contractor shall check the “Material Acceptance Documentation for Submittal No.___” box and fill in the submittal number that was assigned by the City for which the Contractor is supplying the acceptance documentation for. 2. Fill in the Contract Number (I.E. 15 - 02) and Contract/Project Name; 3. Fill in the Project Identifying Number (I.E. CP1402); 4. Fill in the Date the Submittal was transmitted to the City; 5. Provide the Contractor’s name and, if applicable, the name of Subcontractor or supplier who prepared the submittal; 6. The Contractor is strongly encouraged to submit only one material or item per RSA form, however if more than one material or item is listed on the form then provide a General Submittal Title that is applicable to the group. If only one material or item is submitted on the form then provide the same name described in bullet point number 8 for the General Submittal Title. Do not group non-like materials or items on the same form; 7. When applicable, provide the Bid Item number the submittal is referencing; 8. Provide a submittal description (be specific). For material submittals, provide the Type of Material, the Manufacturer’s Product/Type, or the trade name of the product; 9. When applicable, provide the Name and the Location of the Fabricator or the Manufacturer’s name or the Pit Number. This should be the actual manufacturer, not the supplier or distributor, 10. Provide the Contract Specification section number(s) or the page number the submittal material is referencing, or you can list the Plan Sheet number; and 11. For material submittals, indicate whether the submittal is requesting use of the WSDOT Qualified Product List (QPL) or if the submittal is a Request for Approval of Material (RAM) that is not in the QPL, by checking the appropriate box. For non- DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-25 Special Provisions «proj_name» material submittals and for material acceptance documentation these boxes shall be left blank. If the Contractor elects to use a product listed in the QPL, the submittal documentation shall be prepared in accordance with the instructions in the WSDOT QPL program and shall be the most current list available at the time the product is proposed to be used. If the Contractor elects not to use the QPL or if the material is not listed in the QPL, then supporting documentation for the RAM shall be submitted for review and approval per Section 1-06.7(1)B (Request for Approval of Material (RAM) Submittal Content). 1-06.7(1)B REQUEST FOR APPROVAL OF MATERIAL (RAM) SUBMITTAL CONTENT (August 2014, City of Auburn) This Section covers content for Requests for Approval of Material (RAM). RAM submittals shall include the following, where applicable: 1. Each submittal shall include all of the items and materials required for a complete assembly, system or Specification Section. 2. Submittals shall contain all of the physical, technical and performance data required by the specifications or necessary to demonstrate conclusively that the items comply with the requirements of the Contract Documents. 3. Include information on characteristics of electrical or utility service required and verification that such requirements have been coordinated with service provided by the work and by other interconnected elements of the work. 4. Provide verification that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items that are existing or have or will be submitted. 5. Label each Product Data submittal with the information required in this Section. Highlight or mark every page of all Product Data submittals to show the specific items being submitted and all options included or choices offered. 6. Label each Shop Drawing and Sample with the information required in this Section. Highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. 7. Additional requirements for submittals are contained in the Technical Specification sections. 8. Designation of work as Not in Contract (NIC) or “by others” shown on the Shop Drawings, shall mean that the work will be the responsibility of the Contractor rather than the subcontractor or supplier who has prepared the Shop Drawings. A separate letter explaining deviations shall accompany any submittal(s) that contain deviations from the requirements of the Contract Documents. The Contractor’s letter shall: DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-26 Special Provisions «proj_name» 1. Cite the specific Contract requirement, including the Specification Section and paragraph number, for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction and explain its advantages and/or disadvantages to the City. 3. State the reduction in Contract Price, if any, that is offered to the City. 1-06.7(1)C SHOP DRAWINGS, PRODUCT SAMPLES, AND OPERATION AND MAINTENANCE MANUALS (August 2014, City of Auburn) This section covers Shop Drawings, Product Samples, Color Swatches, and Operation and Maintenance (O&M) Manuals that are required to be submitted in hard copy format for review and approval. 1. Shop Drawings: Submit four (4) copies, one (1) of which will be marked, stamped and returned to the Contractor. Shop Drawings shall be The Contractor is responsible for making and distributing the required number of additional copies of the City returned hardcopy submittals to its superintendent, subcontractors and suppliers. 2. Product Samples and Color Swatches/Palettes: Unless stated otherwise in each individual specification section referencing a product where a sample is requested, the Contractor shall submit two (2) labeled product sample(s) and/or one (1) set of manufacturers’ full range of colors and finishes as ordered by the Engineer and at no additional cost to the Contracting Agency. Product samples or manufacturer color swatches/palettes will not be returned to the Contractor. 1-06.7(1)D ENGINEER’S SUBMITTAL REVIEW (October 2014, City of Auburn) Submittals will be reviewed and approved by the Engineer per the following:  For all Non-Material Submittals, the Engineer will mark the RSA form with one of the ‘Submittal Approval Codes’ listed under column ‘A’ on the form.  For Material Submittals requesting the use of the QPL, the Engineer will mark the RSA form with the appropriate QPL approval code found on the QPL form. The QPL approval code is represented by a four (4) digit number.  For Material Submittals requesting a RAM, the Engineer will mark the RSA form with one of the ‘Material Acceptance Codes’ listed under column ‘B’ on the form. If a RAM is submitted for a material that is found on the QPL, the Engineer may mark the RAM with the appropriate QPL code for that material.  For Material Acceptance Documentation, the Engineer will mark the RSA form with one of the ‘Submittal Approval Codes’ listed under column ‘A’ on the form. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-27 Special Provisions «proj_name» The City will return an electronic signed copy of each reviewed submittal to the Contractor at the email address on record with the City. The Contractor is responsible for distributing the electronic copies or making the required number of hard copies of City returned submittals to its superintendent, subcontractors and suppliers. 1-06.7(1)E SUBMITTAL APPROVAL AND ACCEPTANCE CODES (August 2014, City of Auburn) This section covers the definitions of the ‘Submittal Approval’ codes and ‘Material Acceptance’ codes found on the RSA form. Submittal Approval Codes will indicate: 1. “NET” (NO EXCEPTIONS TAKEN) – The submittal is approved subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. Does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. “MCN” (MAKE CORRECTIONS NOTED (NO RESUBMISSION REQUIRED) – The submittals is approved subject to minor corrections that shall be made by the Contractor and subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. Does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. “AR” (AMEND AND RESUBMIT) – The submittal is rejected because of major inconsistencies or errors which shall be resolved or corrected by the Contractor prior to subsequent submittal. An amended resubmission is required. 4. “RR” (REJECTED – RESUBMIT) – The submittal does not conform to the Contract Plans and Specifications in major respect. A new submission is required. 5. “NR” (NOT REVIEWED) – The submitted information is not required on project and was not reviewed by the Engineer. The ‘Material Acceptance Code’ will indicate the required documentation for the material to be accepted for use on the project: Code 1. Acceptance based upon a “Satisfactory” Test Report for samples of materials to be incorporated into project for acceptance – Material is approved and requires certified testing for acceptance. Code 2. Submit a Manufacturer’s Certificate of Compliance (MCC) for “Acceptance” prior to use of material – Material is approved and requires a MCC for acceptance. Code 3. Submit Catalog Cuts for acceptance prior to use of material – Material is approved and requires a catalog cut(s) prior to acceptance. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-28 Special Provisions «proj_name» Code 4. Submit Shop Drawings for “Approval” prior to fabrication of material – Material requires approved shop drawing(s) for acceptance. Code 5. Only “Approved for Shipment,” “WSDOT Inspected,” or “Fabrication Approval decal” material shall be used. (Federal Projects Only)- Fabricated material that requires a WSDOT inspected stamp or marking for acceptance. Code 6. Submit a Certificate of Materials Origin (CMO). (Federal Projects Only)- Iron or steel material and requires a CMO for acceptance. Code 7. N/A – This code is not used for material acceptance. Code 8. Source Approved: - Material may be proprietary. Material requires a visual inspection upon arrival to the job site for acceptance. Code 9. Approval Withheld: Submit samples for preliminary evaluation. – Material approval is withheld pending review of product samples or manufacturer’s color palettes. Code 10. N/A – This code is not used for material acceptance. Code 11. Miscellaneous Acceptance Criteria: - Material is approved and conditionally accepted as noted. Code 12. LAG – Approved Catalog Cut Documented with: □ Mfg. Cert. of Comp. □ Visual Inspection - Material is approved with a Catalog Cut and requires either a Manufacturer’s Certificate of Compliance or a Visual Inspection for acceptance. When a material is marked as approved, it does not necessarily constitute acceptance of the material for incorporation into the work. All of the additional acceptance actions, as noted on the RSA form or on the QPL must be completed prior to the material being accepted for use. Change orders or force account work requires the same material approval and acceptance as any other bid item. 1-06.7(2) SCHEDULE OF SUBMITTALS (August 2014, City of Auburn) Within one (1) working day prior to the preconstruction conference, the Contractor shall submit a preliminary Schedule of Submittals per Section 1-08.0(1) Preconstruction Conference. The Schedule of Submittals shall include the intended dates for which each submittal required by the Contract Documents will be made. The Schedule of Submittals must be accepted prior to payment. Identify the items that will be included in each submittal by listing the item or group of items and the specification section and paragraph number under which they are specified. Indicate whether the submittal is required for product review of proposed equivalents, Shop Drawings, Product Data or Samples or required for product information only. It is the Contractors responsibility to anticipate and provide all submittals required for the project. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-29 Special Provisions «proj_name» The time required to evaluate and review requests for submittals is not the same for all submittals. The Contractor shall allow a minimum of seven (7) calendar days, unless otherwise noted, for the Engineer’s review. The Contractor shall also allow adequate time for manufacturer delivery at the construction site without causing delay to the work. All submittals shall be in accordance with the approved Schedule of Submittals. Submittals shall be made early enough to allow for unforeseen delays such as: 1. Failure to obtain favorable review because of inadequate or incomplete submittal or because the item submitted does not meet the requirements of the Contract Documents. 2. Delays in manufacture. 3. Delays in delivery. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 LAWS TO BE OBSERVED Supplement (October 1, 2005 APWA GSP) 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, for 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. 1-07.2 STATE TAXES Replacement (June 27, 2011 APWA GSP) Delete this Section, including its sub-sections, in its entirety and replace it with the following. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-30 Special Provisions «proj_name» 1-07.2 STATE TAXES The Washington State Department of Revenue has issued special rules on the State sales tax. Section 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) STATE SALES TAX – RULE 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) STATE SALES TAX – RULE 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-31 Special Provisions «proj_name» Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) SERVICES The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.5(5) CITY OF AUBURN REQUIREMENTS New Section (April 2006 City of Auburn) The following list represents a portion of City of Auburn Code requirements dealing with the preservation of public natural resources that affect or are affected by the proposed work. Copies of applicable code are available in the City Clerk’s office at City Hall, 25 West Main Street, Auburn, Washington. The City recommends that bidders review such materials before submitting sealed proposals. City of Auburn Code – Section 8.28: Defines general noise nuisances prohibited in the City of Auburn. City of Auburn Code – Sections 14, 16, 17, 18: Reviews types of permits required for grading, land fills, mining, excavation, utility extension, building and all associated permits. Requirements of City Code and the most current edition of the Uniform Building Code adopted by the City apply in all cases. Permit applications are reviewed by the Planning Department, Building Division and/or Engineering Division. City of Auburn Code – Section 18.62: Permitting required for all mine-related activities (including asphalt or concrete batching, rock crushing, and transportation to and from a mine). Permit applications are reviewed by the Planning Department. 1-07.6 PERMITS AND LICENSES Supplement (April 2006 City of Auburn) The Contractor shall become familiar with all permits and licenses to be obtained and shall insure that all their requirements are met. All required permits and licenses shall be obtained and paid for by the Contractor. 1-07.9 WAGES Supplement (April 2006 City of Auburn) Inasmuch as the Contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, attached in Appendix “B” of this document, before submitting bids based on these Contract Documents. Upon request, the Industrial Statistician, Prevailing Wage, Department of Labor and Industries, PO Box 44400, Olympia, WA 98504-4850, (360.902.5316) will furnish additional current prevailing wage data. Prior to payment, the Contractor shall file a statement under oath with the City and with Labor and Industries certifying the rate of hourly wage paid, and to be paid, each DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-32 Special Provisions «proj_name» classification of laborers, workmen, or mechanics employed upon the work by the Contractor or subcontractor which shall be not less than the prevailing rate of wage (Statement of Intent to Pay Prevailing Wage). Such statement and any supplemental statements, which may be necessary, shall be filed in accordance with the practices and procedures required by the Department of Labor and Industries. All costs associated with Washington State Public Works Statute RCW 39.12, regarding fees charged by the Department of Labor and Industries for approval of “Statements of Intent to Pay Prevailing Wages” and the certification of “Affidavits of Wages Paid” shall be paid by the Contractor and shall be considered incidental to the Contract and no additional compensation will be made. Pay Estimates will not be processed for payment until the Contractor and all Subcontractors have completed a “Statement of Intent to Pay Prevailing Wages”. Retainages will not be released until all “Affidavits of Wages Paid” have been certified by the Industrial Statistician and releases received from the Department of Revenue, the Department of Employment Security and the Department of Labor and Industries. 1-07.11(2) CONTRACTUAL REQUIREMENTS Supplement (April 2006 City of Auburn) All contractors, subcontractors and vendors engaged in business with the City of Auburn shall comply with the following guidelines: A. All contractors, subcontractors and vendors who have 50 or more employees and have contracts with the City of Auburn totaling more than $50,000 annually shall comply with the provisions of Executive Order 11246, as amended, the implementing regulations of 41 CFR Chapter 60, and all other related federal and state laws. The City can provide language pertaining to its non-discrimination policy on purchase orders, contracts and other relevant information. The City will not knowingly do business with any bidder, contractor, subcontractor, or vendor whose employment practices are discriminatory and not in compliance with applicable laws and regulations. The City reserves the right to determine the Contractor’s, Subcontractor’s, or Vendor’s normal employment practices, and will take whatever action it considers appropriate should discriminatory employment practices be discovered. 1-07.13(2) RELIEF OF RESPONSIBILITY FOR COMPLETED WORK Replacement (April 2006 City of Auburn) This Section is deleted and replaced with the following: The Contractor shall bear the risk of loss or damage for all finished or partially finished work until Final Acceptance of the entire Contract. This includes all vandalism, theft, and acts of God or nature. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-33 Special Provisions «proj_name» 1-07.13(3) RELIEF OF RESPONSIBILITY FOR DAMAGE BY PUBLIC TRAFFIC Revision (April 2006 City of Auburn) Revise the first sentence to read: When it is necessary for public traffic to utilize a roadway facility during construction, the Contractor may, upon approval of a written request for each completed section, be relieved of responsibility for damages to permanent work by public traffic under the following circumstances: 1-07.14(1) ATTORNEY’S FEES, COSTS, AND INTEREST New Section (April 2006 City of Auburn) The Contractor shall reimburse the City for attorney’s fees, whether incident to suit or not; court costs; and other expenses incurred by the City in enforcing any provision of this Contract, or made necessary by any default of the Contractor. Any charge by the City to the Contractor, pursuant to the terms of this Contract, shall bear interest at the rate of 8% per annum from the date of demand by the City, except that if such claims are satisfied from funds withheld by the City from the Contractor, no interest shall be charged. 1-07.15 TEMPORARY WATER POLLUTION/EROSION CONTROL Supplement (March 2010 City of Auburn) Supplement this Section with the following: The Contractor shall implement erosion and sediment control (ESC) measures as necessary to prevent erosion and to stop sediment-laden water from leaving the site and entering the storm drain system. Measures shall be in accordance with, and conform to, the City of Auburn Surface Water Management Manual and Section 8-01 of these Special Provisions. 1-07.16 PROTECTION AND RESTORATION OF PROPERTY Supplement (April 2006 City of Auburn) The Contractor shall not trespass upon private property and shall be responsible for all injury or damage to persons or property, directly or indirectly, resulting from the Contractor’s operations in completing this work. The Contractor shall comply with the laws and regulations of the City of Auburn, County, State, and Federal governments relating to the safety of persons and property and will be held responsible for, and required to make good, all injury and damage to persons or property caused by the Contractor’s operations. Sprinkler irrigation systems that encroach within the limits of improvements shall be brought to the attention of the Engineer, and shall not be modified or removed prior to approval by the Engineer. Modifications shall be made as necessary to ensure operation “equal or better than” the original condition upon completion of the improvements. This work may include, but shall not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler heads, new pipe heads and connections, and testing of the system. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-34 Special Provisions «proj_name» The Contractor shall give a minimum of seven (7) working days prior written notification to the owners of any ditches, landscaping, irrigation lines and appurtenances that interfere with the work. The Contractor shall be liable for any damage to irrigation facilities by the Contractor’s operations and shall restore such damaged facilities to “equal or better than” original condition. Asphalt concrete pavement or bituminous surfacing outside the project area that is disturbed by the work shall be restored to its original condition at no additional cost to the City. Asphalt pavement restoration shall comply with the provisions of Section 5-02 (Bituminous Surface Treatment) and 5-04 (Hot Mix Asphalt) of the Standard Specifications. Existing cement concrete curb, gutter and sidewalk pavements that are disturbed or damaged by the Contractor’s operations shall be replaced to match existing at no additional cost to the City, or as directed by the Engineer. Cement concrete shall be Class 3000 with entrained air in conformance with Section 6-02 (Concrete Structure) of the Standard Specifications. Existing street shoulders disturbed by the Contractor’s operation shall be resurfaced with 6 inches of compacted Gravel Borrow and 2 inches of compacted Crushed Surfacing Top Course sloped ½ inches per foot away from the paved street, or as directed by the Engineer. Street shoulder restoration shall be in conformance with Section 4-04.3(11) (Shoulder Ballast). All other surfaces, mailboxes, fences, signs, lawn irrigation systems, etc., disturbed by the project, shall be promptly replaced or relocated to original or better condition. Gravel driveways disturbed by the work shall be resurfaced with a compacted 2-inch layer of Crushed Surfacing Top Course. All ditches shall be reconstructed as indicated on the drawings, or as directed by the Engineer. The Contractor shall restore all disturbed landscaping in conformance with Section 8-02 (Roadside Restoration). 1-07.16(1)A PROTECTION AND RESTORATION OF EXISTING MARKERS AND MONUMENTS New Section (April 2006 City of Auburn) All existing survey monuments and property corner markers shall be protected from movement by the Contractor. All existing survey markers and/or monuments that must be removed for construction purposes are to be referenced by survey ties and then replaced by the Contractor. All existing property corner markers disturbed or removed by the Contractor’s operations which, in the opinion of the Engineer, were not required to be removed for construction purposes shall be replaced, at the Contractor’s own expense, by a Professional Land Surveyor registered in the State of Washington. Resetting of property corners for which there is no Record of Survey or Short Plat filed with the County Auditor may require exhaustive and expensive resurvey. This includes the City of Auburn benchmark system. Any damaged monuments must be reset to second order, first class specifications. 1-07.16(2) VEGETATION PROTECTION AND RESTORATION Supplement The Contractor shall notify the Engineer immediately if any private vegetation or landscaping interferes with the work. Upon concurrence from the Engineer, the Contractor shall give a minimum of three (3) days advance notification to the owners of any impacts to DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-35 Special Provisions «proj_name» private vegetation or landscaping that interferes with the work, whether shown on the plans or not, or designated by the Engineer to be removed or protected. Work on private property shall be consistent with Section 1-07.24 of the contract documents. 1-07.17 UTILITIES AND SIMILAR FACILITIES Replacement This section is deleted in its entirety and replaced with the following. (April 2008 City of Auburn) The Contract Plans show locations of various known existing above ground amenities and obstructions. The location of known existing underground utilities, as shown on the Contract Plans, are indicated based on available information and may not be exact. The Contractor is responsible for determining their exact location. A list of utilities and known contact persons will be available at the pre-construction conference for the Contractor’s convenience. In most cases, the City has contacted these utility companies, identifying the project elements and potential impacts to their facilities. After Contract Award, the Contractor is responsible for coordination with the utility companies and arranging for the temporary or permanent movement or adjustment of their facilities within the project limits. No additional monetary compensation will be made to the Contractor for delays caused by the actions of any utility company. Contract suspension and/or additional work days may be considered for excessive delays to critical work path elements caused by the actions of any utility company. The Contractor shall consider such costs to be incidental to the other items of the Contract. The Contractor must call the Utilities Underground Location Center (One-Call Center) for field location, not less than two (2) and not more than ten (10) business days before the scheduled date for beginning excavation that might affect underground utilities. A business day is defined as any day other than Saturday, Sunday, or a legal Local, State, or Federal holiday. The telephone number for the One-Call Center for this project is 811. The Contractor is responsible for any breakage of utilities or services resulting from his operations and shall hold the City and its consultants and agencies harmless from any claims resulting from disruption of, or damages to, the same. The appropriate utility company shall adjust existing telephone, power, gas, and television cable facilities, unless otherwise noted in these Contract Documents. The temporary removal, replacement, bracing or holding of any utility or structure, including power and telephone poles, required to accomplish the work, shall be considered incidental to the Contract. Raising, lowering or horizontal relocation of existing water services not requiring additional material, where such relocation is required to accommodate other work, shall be the responsibility of the Contractor and the cost shall be considered incidental to the Contract. The Contractor is responsible for the complete repair (including materials) of any City- owned utility damaged by the work (including water services), whether or not shown on the Contract Plans. Copper water service lines, if damaged, must be replaced in kind by one continuous service line from the water main to the meter. Splicing will not be permitted. The contractor shall repair any damage caused by broken water mains or services. All costs DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-36 Special Provisions «proj_name» associated with the repair of utilities shall be incidental to the Contract and additional payment will not be allowed. The Contractor shall have sufficient materials and qualified personnel available to effect immediate repairs of water and sewer lines that may be damaged by the work. 1-07.17(1) DISRUPTIONS TO CITY WATER SERVICES (January 2014 City of Auburn) All water service shutdowns caused by construction activities shall be requested by the Contractor a minimum of four (4) working days in advance of the proposed shutdown, shall be approved by the City a minimum of two (2) working days before the shutdown, and shall be performed by City Water Utility staff. All water service disruptions shall be limited to a maximum of 4 hours. 1-07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Replacement This section is deleted in its entirety and replaced with the following. 1-07.18(1) GENERAL REQUIREMENTS (January 24, 2011 APWA GSP) A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best’s Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance polices shall contain a “cross liability” provision. E. The Contractor’s and all subcontractors’ insurance coverage shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or insurance pool coverage. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-37 Special Provisions «proj_name» F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. (April 2006 City of Auburn) In addition to the amount RCW 60.28 requires to be withheld from the progress or retained percentage payments to the Contractor, the City of Auburn may, at its sole discretion, withhold amounts sufficient to pay any property damage claim of which the City may have knowledge and regardless of the informalities of notice of such claim, arising out of the performance of this Contract, provided that the total amounts withheld for such purposes shall not exceed three percent (3%) of the Contract price. The term “property damage claim” shall not include any claim for personal injuries or any claim by persons furnishing supplies or materials or performing labor for the Contractor. The amount withheld will not be paid to the claimant by the City but will be held until either the Contractor secures a written release from the claimant, obtains a court decision that such claim is without merit, or satisfies any judgment in favor of the claimant on such claim. 1-07.18(2) ADDITIONAL INSURED (January 24, 2011 APWA GSP) All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s):  the Contracting Agency and its officers, elected officials, employees, agents, and volunteers The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) SUBCONTRACTORS (January 24, 2011 APWA GSP) DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-38 Special Provisions «proj_name» Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1-07.18(4) EVIDENCE OF INSURANCE (January 24, 2011 APWA GSP) The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1-07.18(5) COVERAGES AND LIMITS (January 24, 2011 APWA GSP) The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1-07.18(5)A COMMERCIAL GENERAL LIABILITY (January 24, 2011 APWA GSP) A policy of Commercial General Liability Insurance, including: Per project aggregate Premises/Operations Liability Products/Completed Operations – for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers’ Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor’s work under this Contract includes exposures to which this specified coverage responds) DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-39 Special Provisions «proj_name» Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers’ Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1-07.18(5)B AUTOMOBILE LIABILITY (January 24, 2011 APWA GSP) Automobile Liability for owned, non-owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if “pollutants” are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 Combined Single Limit 1-07.18(5)C WORKERS’ COMPENSATION (January 24, 2011 APWA GSP) The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1-07.18(5)D EXCESS OR UMBRELLA LIABILITY (May 10, 2006 APWA GSP) The Contractor shall provide Excess or Umbrella Liability coverage at limits of 1 million per occurrence and annual aggregate. This excess or umbrella liability coverage shall apply, at a minimum, to both the Commercial General and Auto insurance policy coverage. This requirement may be satisfied instead through the Contractor’s primary Commercial General and Automobile Liability coverage, or any combination thereof. 1-07.23 PUBLIC CONVENIENCE AND SAFETY Supplement (March 2010 City of Auburn) In the last sentence of the first paragraph, replace the word “Highway” with the word “Public”. Traffic control and street maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the City of Auburn. Contractors and their surety shall be liable for injuries and damages to persons and property suffered because of Contractors operations or any negligence connected with them. The use of any project area by vehicles or pedestrians before project acceptance is not to be construed as utilization by the City of Auburn. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-40 Special Provisions «proj_name» The Contractor shall maintain normal two-way traffic through the work site(s) at all times, unless the Engineer gives written permission to alter this requirement. 1-07.23(1) CONSTRUCTION UNDER TRAFFIC Supplement (April 2006 City of Auburn) All unattended excavations shall be barricaded at all times. The Contractor shall obtain the approval of the Inspector of all barricading and lighting before leaving the job site each day. Failure to provide proper barricading and lighting will be cause for the City to call in a barricading company to install proper barricades and lights and charge the Contractor for all costs incurred. Inspector approval shall not relieve the Contractor of his legal responsibilities in case of project area accidents. At the end of each working day, the Contractor shall place temporary patches or steel plates over unfinished portions of trenches crossing traveled ways. Material for temporary patches shall be hot or cold mix asphalt concrete. The cost for temporary patches or steel plates shall be incidental to the Contract. Any asphalt concrete paving, asphaltic cold patch, crushed surfacing or other material required for maintaining traffic during the life of this Contract shall be placed by the Contractor immediately upon request by the Engineer, in the amounts designated. Payment for these materials will be at their respective unit Contract prices. Traffic control devices that are in conflict with required construction traffic devices or construction work shall be covered, removed and temporarily stored, or temporarily relocated by the Contractor, as directed by the Engineer. Flagging, signs, and all other traffic control devices shall be in accordance with Section 1- 10.3 (Traffic Control Labor, Procedures, and Devices). 1-07.23(1)A DUST AND MUD CONTROL AND STREET CLEANING New Section (March 2010 City of Auburn) The Contractor is responsible for controlling dust and mud within the project limits. All streets outside the project limits used by the Contractor during the execution of this Contract shall be kept clean. The Contractor shall be prepared to use the proper equipment necessary to render the streets free of all mud, debris, and foreign materials. Any damage caused by dust or mud accumulation on the streets and in the storm sewer system shall be the sole responsibility of the Contractor. The Contractor’s cleaning actions must comply with the City of Auburn’s Surface Water Management Manual (SWMM). The Contractor shall provide for a clean surface on all surfaced roadways upon completion of each day’s activities. Equipment required for this operation shall be on the job site or available at all times. Failure to have this equipment on the job site or available may necessitate a shutdown of the project. Dust and mud control and street cleaning will be considered incidental to the other items involved in the project, and no additional compensation will be made except for “Water” per M gal. if shown as a bid item in Section 2-07 (Watering) of these specifications. If water is DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-41 Special Provisions «proj_name» not shown as a bid item, it shall also be considered incidental to the project. Where dust and mud control activities cause erosion control measures to be activated in addition to those already included in the TESC plan, no additional compensation shall be made to the contract. 1-07.23(1)B DAILY CLEANUP AND MAINTENANCE ITEMS New Section (April 2006 City of Auburn) The Contractor shall clean all roadways, streets and appurtenances, including sidewalks which are open for public use, of all material or debris that has been dropped or otherwise deposited thereon, as a result of Contractor’s on- and off-site operations, at the conclusion of each working day, and at such other times as deemed necessary by the Engineer to ensure the safety of the traveling public and to prevent inconvenience to the public and owners of private property adjacent to the project. If the Engineer determines that roadways, streets, sidewalks, and appurtenances are not properly cleaned to prevent public inconvenience, or the condition of the excavation or disposal sites so warrant, the Contractor shall provide facilities to remove clay or other deposits from tires, between wheels, and outside of truck beds before trucks and other equipment will be allowed to travel over paved streets. Any violation of the above requirements will be sufficient grounds for the Engineer to order the roadways, streets and appurtenances cleaned or sprinkled by others, and to deduct all costs of such cleaning or sprinkling from any money due, or to become due, to the Contractor. 1-07.23(1)C CLOSURE RESTRICTIONS New Section July 2014 City of Auburn)  15th Street NW and NE – Lane closures will be allowed in either direction on weekdays between the hours of 9:00 AM and 3:00 PM.  40th Street NE- Lane closures will be allowed in either direction on weekdays between the hours of 9:00 AM and 4:00 PM.  Harvey Road - Lane closures will be allowed in either direction on weekdays between the hours of 9:00 AM and 4:00 PM.  East Main Street - Lane closures will be allowed in either direction on weekdays between the hours of 8:00 AM and 2:30 PM.  105th Ave NE/107th Ave NE - Lane closures will be allowed in either direction on weekdays between the hours of 9:00 AM and 4:00 PM.  116th Ave NE - Lane closures will be allowed in either direction on weekdays between the hours of 8:00 AM and 2:30 PM.  112th AVE SE- Lane closures will be allowed in either direction on weekdays between the hours of 9:00 AM and 4:00 PM.  29th Street SE- Lane closures will be allowed in either direction on weekdays between the hours of 9:00 AM and 4:00 PM.  Kersey Road/ R Street SE – Lane closures will be allowed in any direction on weekdays between the hours of 9:00 AM and 2:30 PM. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-42 Special Provisions «proj_name»  54th Street SE/ 57th Street SE- Lane closures will be allowed in either direction on weekdays between the hours of 9:00 AM and 4:00 PM. 1-07.23(2) CONSTRUCTION AND MAINTENANCE OF DETOURS Supplement (April 2006 City of Auburn) The Contractor shall submit a written procedure for routing and maintenance of traffic. The City of Auburn Engineering Division, City of Auburn Police Department, and the Valley Regional Fire Authority must approve all street blockage, traffic routing, etc. Streets may be closed to through traffic, unless otherwise specified in Section 1-07.23(1)C (Closure Restrictions), with Engineer approval. The Contractor shall obtain written approval from the Engineer at least seven (7) working days prior to an anticipated street closure. Street closures shall be such that they provide for maximum public safety and public convenience. They shall be opened to through traffic at such time as the work has been completed, or as the Engineer may direct. Street closures and detours shall provide for the following: 1. Reasonable access to, and egress from, the properties adjacent to the project at all times. 2. At least one-way traffic on all existing roadways within the project limits during working hours and at the end of each working day provisions for the safe passage of two-way traffic during the non-working hours. 3. If the Contractor requires delays or limited term street closure beyond that provided for herein, the request shall be submitted, in writing, for the approval of the Engineer before the anticipated delay or closure. The delay or closure request shall state the reason, the locations, the time and date, and the duration of the required delay or closure. 4. The Contractor is required, at his own expense, to remove all excess materials, debris, or other obstruction caused by his operation, from the streets or alleys as the work progresses, whether within the project limits or along haul routes. If the Contractor neglects to remove such materials or obstruction and return streets, sidewalks, driveways, and roads in suitable condition for traffic within one (1) working day after having received written notice from the Engineer, the work may be done by the City of Auburn and the cost thereof charged to the Contractor and deducted from money due, or to become due, to the Contractor. The Contractor shall repair or replace any streets, sidewalks, roads, or culverts damaged by his operations, to the satisfaction of the Engineer and other concerned parties. 5. The Contractor must maintain convenient access for local traffic to driveways, houses, and buildings along the work route. Such access shall be maintained as near as possible to that which existed before construction began. The Contractor shall provide five (5) working days advance notice to all property owners and tenants of street and alley closures or other restrictions, which may interfere with their access. When the abutting DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-43 Special Provisions «proj_name» owners’ access across right-of-way lines is to be eliminated and replaced under the Contract by another access, the existing access shall not be closed until the replacement access facility is available. The Contractor shall be responsible for making detailed notifications of detours and closures as follows: 1. The Contractor shall provide at least five (5) working days advance written notification to the local public transportation organization(s), School District, Fire Authority and Police Department before the beginning of operations, so that these agencies may reroute their emergency vehicles around the construction zone. If the Fire Authority or Police Department determine that rerouting is not possible, the Contractor shall provide reasonable access through the construction zone at all times. 2. The Contractor shall notify all affected owners and agencies of all closures, detours and traffic interruptions at least five (5) working days in advance of such closure. Notification shall be in writing and must include the beginning and ending times and dates of traffic disruption(s), names of streets or locations of alleys to be affected, detour routes, etc. The Contractor shall give the Engineer written certification of all notifications before all traffic disruptions. On large projects requiring extended traffic disruption, the Contractor shall make additional notifications, as conditions require. 3. The Contractor shall supply and place “No Parking” signs mounted on Type I or Type II barricades. These signs shall be placed at locations where the Contractor desires to restrict on street parking and shall state the specific dates and time when parking will be restricted. These signs shall be placed and maintained for a minimum of 48 hours prior to the start of the parking restriction and shall be removed immediately after the work is complete. 1-07.23(3) PAYMENT New Section (April 2006 City of Auburn) All Contract requirements specified in Section 1-07.23 (Public Convenience and Safety) and subsections thereof will be considered incidental to the Contract unless otherwise specified. 1-07.24 RIGHTS OF WAY Replacement Delete this section in its entirety, and replace it with the following: (April 2006 City of Auburn) Street right-of-way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor’s activities shall be confined within these limits, unless arrangements for use of private property are made. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted on 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 DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-44 Special Provisions «proj_name» the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the City 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. 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 agreements obtained by the City from the owner of the private property. The Contractor shall give forty-eight (48) hours notice to each property owner prior to entry of each property. 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 City, any additional land and access thereto that the Contractor may desire for temporary construction staging facilities, Contractor’s convenience, storage or materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall submit to the City a completed “Property Owner Permission for Construction” form. The “Property Owner Permission for Construction” form is available at the City of Auburn Public Works Department. If the Contractor utilizes private property for temporary construction facilities, storage of materials and equipment, employee parking or other Contractor needs, a “Temporary Use Permit” shall be secured from the City of Auburn in accordance with Section 18.46A.070 of the Auburn City Code. The Contractor must file a written release with the City from all private property owners upon whose property the Contractor’s operations has encroached before completion, unless such work was specified in the Contract. 1-07.28 HAUL ROUTES New Section (April 2006 City of Auburn) Prior to moving any materials or equipment on public streets, the Contractor shall submit a haul route plan to the Engineer for approval per Section 1-06.7 (Submittals). The plan must be submitted ten (10) working days prior to hauling. The Engineer must approve the haul route plan before hauling begins. Damage done to streets during the Contractor’s hauling shall be repaired to pre-construction conditions at the Contractor’s expense. If the Contractor hauls materials or equipment without an approved haul route plan or not in accordance with an approved haul route, the Contractor may be assessed penalties per Section 1-08.9(1) (Penalties). 1-08 PROSECUTION AND PROGRESS 1-08.0 PRELIMINARY MATTERS New Section 1-08.0(1) PRECONSTRUCTION CONFERENCE (September 2014 City of Auburn) DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-45 Special Provisions «proj_name» Prior to the Execution of the Contract by the City and within five (5) working days of the execution of the Contract by the Contractor, a preconstruction conference will be scheduled 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 payments, 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 electronically at least one (1) working day prior to the preconstruction conference, the following, per Section 1-06.7 (Submittals): 1. A breakdown of all lump sum items; 2. A preliminary schedule of submittals; 3. A list of material sources for approval, if applicable, which shall be approved prior to payment; 4. Preliminary progress schedule. In addition, the Contractor shall prepare and submit the following at the preconstruction conference: 1. Requests to Sublet for all remaining subcontractors not included in the bid submittal which must be approved prior to those subcontractors performing any work on the project. 1-08.0(2) HOURS OF WORK (April 2007 City of Auburn) Except in the case of emergency, or unless otherwise stated in the Special Provisions or approved by the City, the normal straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. of a working day, with a maximum 1-hour lunch break and a 5-day work week. The normal straight time 8-hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. Permission to work between the hours of 7:00 p.m. and 7:00 a.m. during weekdays and between the hours of 6:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. If the Contractor desires to work during restricted times, the Contractor shall submit a written request to the Engineer fourteen (14) calendar days prior to the day for which the Contractor is requesting permission to work. The written request will include specific days and times and description of work to be performed and the reasons the work cannot be performed during the normal hours of work. If approval is granted, it may be revoked at any time the City receives complaints from the DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-46 Special Provisions «proj_name» public or adjoining property owners regarding the noise from the Contractor’s operations. The Contractor shall have no claim for damages or delays should such permission be revoked for any reason. Permission to work Saturdays, Sundays, and/or holidays for 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 City or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the City for the costs in excess of straight-time costs for the City employees who worked during such times; considering the work performed on Saturdays and holidays as working days with regard to the contract time; and considering multiple work shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the City’s material testing lab; inspectors; and other City employees when, in the opinion of the Engineer, such work necessitates their presence. When holidays are referred to in the Contract Documents, the following days are holidays: 1. January 1st 2. 3rd Monday of January 3. 3rd Monday of February 4. Memorial Day (observed) 5. July 4th 6. Labor Day 7. November 11th 8. Thanksgiving Day 9. The day following Thanksgiving Day, and 10. Christmas Day When any of these holidays fall on a Sunday, the following Monday shall be counted a non- working day. When any of these holidays fall on a Saturday, the preceding Friday shall be counted a non- working day. The days between December 25th and January 1st will classified as non-working days, provided that the Contractor actually suspends work on the Project. 1-08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CITY EMPLOYEES (October 1, 2005 APWA GSP) When the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8- hour work shift on a regular day, as defined in section 1-08.0(2) (Hours of Work), such work shall be considered overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due, or to become due, to the Contractor for the costs in excess of the straight-time costs for employees of the Contracting Agency required to work overtime hours. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-47 Special Provisions «proj_name» The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1-08.1 SUBCONTRACTING Supplement (April 2006 City of Auburn) This section is supplemented with the following: Until the City has received and approved the “Request to Sublet” form provided by the City and filled out by the Contractor for a specific Subcontractor, said Subcontractor shall not begin any work within the project limits or within the City furnished sites. The Contractor and Subcontractor shall bear all risks for any work begun outside such areas and for any materials ordered by said Subcontractor before the “Request to Sublet” specific to said Subcontractor is approved. 1-08.3 PROGRESS SCHEDULE 1-08.3(1) GENERAL REQUIREMENTS Supplement (August 2014 City of Auburn) The Contractor shall submit a Preliminary Progress Schedule (first 30 working days) to the Engineer no later than one (1) working day prior to the date of the Pre-construction Conference. This preliminary schedule shall show work to be performed during the first thirty (30) working days of the Contract. Acceptance of the Preliminary Progress Schedule shall be required prior to the execution of the Contract by the City. Failure to Maintain Progress Schedule. The Engineer shall periodically check actual progress of the work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract and shall constitute reason for invoking pertinent portions of the Standard Specifications and Special Provisions. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the City of any and all responsibility for furnishing and making available all or any portion of the project site from time to time, and will relieve the City of any responsibility for delays to the Contractor in the performance of the work. 1-08.3(2) PROGRESS SCHEDULE TYPES Supplement (April 2008 City of Auburn) The City requires the use of a Type A Progress Schedule as detailed in Section 1-08.3(2)A (Type A Progress Schedules) for this project. 1-08.3(2)A TYPE A PROGRESS SCHEDULES Replacement (April 2008 City of Auburn) Replace this section with the following: The Contractor shall submit five (5) copies of a Type A Progress Schedule, showing total working days, no later than ten (10) calendar days after the date the contract is executed, or the first working day of the contract, whichever is earlier. The schedule may be a critical DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-48 Special Provisions «proj_name» path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format is used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within ten (10) calendar days of receiving the submittal. 1-08.3(5) PAYMENT Replacement (April 2008 City of Auburn) Replace this section in its entirety with the following: The cost of preparing the progress schedule, and any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.3(6) CONTRACTOR’S ACTION LIST OF ITEMS TO BE CORRECTED AND COMPLETED New Section (April 2006 City of Auburn) During construction, the Contractor shall maintain an action list of items to be corrected and completed. The Contractor shall regularly add items and update the list as information becomes available or as requested by the Engineer. The Contractor shall deliver a current copy of the list to the Engineer at each progress meeting. 1-08.3(7) PROGRESS MEETING New Section (July 2014 City of Auburn) Progress meetings will be required during the execution of this contract. At a minimum, biweekly progress meetings will be conducted with the Contractor and City personnel. Additional meetings may be required for coordination of Contractor work with other contractors, agencies, or interested parties. The determination of time, place, and frequency of required progress meetings will be established at the Preconstruction Conference for this contract. 1-08.4 NOTICE TO PROCEED AND PROSECUTION OF THE WORK Revision Delete the first paragraph and replace it with the following: (March 2010 City of Auburn) The Notice to Proceed Date shall be determined at the Preconstruction Conference and shall be within five (5) working days of the execution of the Contract by the City. The City will send a dated and signed official “Notice to Proceed” to the Contractor. The Contract time shall begin on the first working day following the “Notice to Proceed Date.” The Contractor shall not commence with the work until the City has executed the Contract and the Engineer has given the Notice to Proceed. The Contractor shall give the City at least three (3) working days advance notice before beginning each phase of the work (such as excavation, street paving, etc.). The Contractor shall commence construction activities within ten (10) calendar days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-49 Special Provisions «proj_name» the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 1-08.5 TIME FOR COMPLETION Supplement/Revision (August 14, 2013, APWA GSP) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor’s obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)) b. Material Acceptance Certification Documents c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved “affidavit of Prevailing Wages Paid” for the Contractor and all Subcontractors f. Property owner releases per Section 1-07.24 (April 2006 City of Auburn) This Section is supplemented as follows: DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-50 Special Provisions «proj_name» The entire project, including cleanup, shall be physically completed within 72 working days, beginning on the day after the “Notice to Proceed” date. The City, for justified reasons, may extend the contract time. Late delivery of materials will be considered a justified reason for an extension if the Contractor can show written evidence of a prompt order date after award of the Contract, and a determined effort to acquire prompt delivery in the specified time. 1-08.6 SUSPENSION OF WORK Supplement (February 5, 2014 City of Auburn) Contract time may be suspended for the HMA mix design/anti-strip evaluation report or for procurement of critical materials (Procurement Suspension). In order to receive a Procurement Suspension, the Contractor shall within 30 calendar days after execution by the Contracting Agency, submit all HMA mix designs according to section 5-04.3(7)A or place purchase orders for all materials deemed critical by the Contracting Agency for physical completion of the contract. The Contractor shall provide a copy of the completed DOT Form 350-042 indicating the date the mix design was submitted, or copies of purchase orders and supplier invoices for the critical materials. Such purchase orders shall disclose the purchase order date such critical material. Such supplier invoices shall indicate the estimated delivery date for the critical materials. Contractor’s requests for Procurement Suspensions must be made in writing and shall include progress schedule(s) that reflect the anticipated suspension. 1-08.6(1) NO DAMAGE CLAUSE New Section (April 2006 City of Auburn) If the Contractor is delayed at any time in the performance of the work by an act or neglect of the City, by any separate contractor employed by the City, or by changes ordered in the work, or by any cause which the City may decide justifies the delay, the time of completion may be extended for such reasonable time as the City may decide. In no event shall any such delays or extensions of time by the City be construed as cause or justification for payment of additional compensation to the Contractor. 1-08.9 LIQUIDATED DAMAGES Revision (August 14. 2013 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. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-51 Special Provisions «proj_name» 1-08.9(1) PENALTIES New Section (April 2006 City of Auburn) If the Contractor implements traffic control without an approved traffic control plan or is not in compliance with an approved traffic control plant per Section 1-10 (Temporary Traffic Control), or if the Contractor hauls materials without an approved haul route or does not follow an approved haul route per Section 1-07.28 (Haul Routes), the Contractor will be assessed penalties equal to 10% of the calculated Liquidated Damages per Section 1-08.9 (Liquidated Damages) per incident or $100 per day, which ever is greater. A Traffic Control incident is defined as, per day, per location. A Haul Route incident is defined as one truckload of materials or equipment. 1-09 MEASUREMENT AND PAYMENT 1-09.1 MEASUREMENT OF QUANTITIES Supplement (April 2006 City of Auburn) The quantities shown in the Proposal and Contract forms are estimates only, being given only as a basis for bid comparisons. The basis of payment for each bid item will be the actual work performed and measured in accordance with the Contract. Where items are specified to be paid for by the ton, the Contractor is responsible for providing a certified weight ticket to the Project Inspector for each truckload delivered. Pay quantities will be prepared on the basis of these weight tickets, and tickets not received by the Inspector will not be honored for payment. TRUCKS AND TICKETS (April 2006 City of Auburn) Supplement this section with the following: Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. 1-09.3 SCOPE OF PAYMENT Supplement (April 2006 City of Auburn) Measurement and payment shall be in compliance with the Standard Specifications except that payment will be made only for bid items listed on the Proposal Form (bid items may also be listed or referenced in the “Payment” clause of each Section of these Special Provisions). All other items required for the work shall be considered as incidental to the Contract. A separate delivery ticket for each truckload of bulk material (gravel, crushed rock, etc.) shall be furnished to the Inspector on the day it is delivered. There will be no payment for “haul” for any bid item or portion thereof in this Contract. All bid items dealing directly with or implying movement of any material to or from the project area or in the project area itself are hereby understood to include full payment for all movement of material. 1-09.4 EQUITABLE ADJUSTMENT Revision (April 2006 City of Auburn) DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-52 Special Provisions «proj_name» The first paragraph, Item 2b is revised to read as follows: b. 1-09.6 (Force Account) 1-09.6 FORCE ACCOUNT Supplement (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor’s total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by the Engineer. 1-09.7 MOBILIZATION Supplement (April 2006 City of Auburn) Mobilization shall include, but not be limited to, the following items: the movement of Contractor personnel, equipment, supplies, and incidentals to the project site; the establishment of an on-site office; securing suitable storage areas, and other facilities necessary for work on the project; providing sanitary facilities for Contractor personnel; obtaining permits or licenses required to complete the project, but not furnished by the City; and other work and operations which must be performed or costs that must be incurred. Also to be included in the lump sum bid price for “Mobilization” are the following: 1. Written clearance, per Section 1-07.24 (Right-of-Way) of the Specifications, on forms provided by the Engineer, shall be obtained from all property owners whose property is used for storage or other purposes. 2. The Contractor shall be responsible for providing and installing Road Work Ahead signs at all key approach limits of the project and as directed by the Engineer. The signs are to be erected before beginning construction and shall remain in place for the duration of construction. They shall be mounted on Contractor-provided posts, existing fixed structures, or substantial supports of a semi-permanent nature. The Contractor shall remove signs at project completion or when directed by the Engineer. 3. The Contractor is also responsible for distributing informational flyers to affected property owners, as provided by the City and as directed by the Engineer. The flyers shall be hand-delivered to these properties before the start of construction and shall include the name of the project, funding source, general contractor, approximate date for start and completion of construction activities. Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Mobilization Per Lump Sum DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-53 Special Provisions «proj_name» 1-09.8 PAYMENT FOR MATERIAL ON HAND Supplement (February 2014 City of Auburn) Payment for materials on hand shall only be considered for material that, in the sole opinion of the Engineer, is stored in a safe, secure, and controlled environment. 1-09.9 PAYMENTS Revision/Supplement (April 2006 City of Auburn) In Section 1-09.9 (Payments), all references to “Final Contract Voucher Certification” shall be deleted and replaced with “Final Pay Estimate”. (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer’s determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum breakdown for that item, or absent such a breakdown, based on the Engineer’s determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-54 Special Provisions «proj_name» 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. (April 2006 City of Auburn) This section is supplemented as follows: The Contractor shall submit to the City, no later than three working days after the 20th day of each month, all documentation for payment for work completed during the previous period. All monthly pay requests are subject to approval and verification by the Engineer. Typical payment periods are from the 21st day to the 20th day of each month. Errors, omissions, revisions or corrections in the original submittal for payment may result in delayed payment. The Contractor is responsible for maintaining adequate records of bid item quantities for the work completed for each monthly pay period. These quantities will be subject to approval and verification by the Engineer. All progress payments will be mailed to the address designated in writing by the Contractor at the preconstruction conference. 1-09.9(1) RETAINAGE Revision (April 2006 City of Auburn) The fourth paragraph is revised to read: Release of the retainage will be made 60 days following the “Final Acceptance Date” (pursuant to RCW 39.12, and RCW 60.28) provided the following conditions are met: 1. On contracts totaling more than $35,000, a release has been obtained from the Washington State Department of Revenue. 2. Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with the Contracting Agency (RCW 39.12.040). 3. A certificate of Payment of Contributions Penalties and Interest on Public Works Contract is received from the Washington State Employment Security Department. 4. Washington State Department of Labor and Industries (per section 1-07.10) shows the Contractor is current with payments of industrial insurance and medical aid premiums. 5. All claims, as provided by law, filed against the retainage have been resolved. In the event claims are filed and provided the conditions of 1, 2, 3 and 4 are met, the Contractor will be paid such retained percentage less an amount sufficient to pay any such claims together with a sum determined by the Contracting Agency sufficient to pay the cost of foreclosing on claims and to cover attorney’s fees. 1-09.11 DISPUTES AND CLAIMS Revision (June 2008 City of Auburn) Revise this Section to read: DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-55 Special Provisions «proj_name» When protests occur during a Contract, the Contractor shall pursue resolution through the Project Engineer. The Contractor shall follow the procedures outlined in Section 1-04.5. If the negotiations using the procedures outlined in Section 1-04.5 fail to provide satisfactory resolution of protests, then the Contractor shall provide the Project Engineer with written notification that the Contractor will continue to pursue the dispute in accordance with the provisions of Section 1-09.11. The written notification shall be provided within 7-calendar days after receipt of the Engineer’s written determination that the Contractor’s protest is invalid pursuant to Section 1-04.5. The Contractor’s written notice of dispute shall indicate that the Contractor will submit a formal claim directly to the Contracting Agency pursuant to Section 1-09.11(2). In spite of any protest or dispute, the Contractor shall proceed promptly with the Work as the Engineer orders. 1-09.11(1) DISPUTES REVIEW BOARD Deletion (June 2008 City of Auburn) Delete this Section and its Subsections in their entirety. 1-09.11(2) CLAIMS Revision (June 2008 City of Auburn) Revise the first sentence of the first paragraph to read: If the Contractor claims that additional payment is due and the Contractor has pursued and exhausted all the means provided in Sections 1-04.5 to resolve a dispute, the Contractor may file a claim as provided in this section. 1-09.13 CLAIMS RESOLUTION Deletion (April 2006 City of Auburn) Section 1-09.13 (Claims Resolution) of the Standard Specifications is deleted. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 GENERAL Supplement (January 2012 City of Auburn) The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor’s operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. 1-10.2 TRAFFIC CONTROL MANAGEMENT 1-10.2(2) TRAFFIC CONTROL PLANS Supplement (April 2014 City of Auburn) The traffic control plans and/or pedestrian accommodation plans included with the Contract Documents have been furnished as a guide to be used by the Contractor and serve as a DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-56 Special Provisions «proj_name» “starting point” for the Contractor’s development of the traffic control plans and pedestrian accommodation plans for the project. Contractor prepared Traffic Control Plans shall conform to the established standards for plan development as shown in the MUTCD, 2009 Edition, Part VI, and the WSDOT Work Zone Traffic Control Guidelines, latest edition. A separate pedestrian traffic control plan shall be required from the Contractor if normal pedestrian travel is affected by the Contractors actions. The Contractor shall submit the Traffic Control Plan and/or Pedestrian Accommodation Plan to the Engineer for review and approval at least five (5) working days in advance of the time the traffic control devices, including signs, are scheduled to be installed and utilized. The Engineer must approve the Traffic Control Plan before any onsite work begins on the project. Any modifications or deviations from the approved Traffic Control Plan will require review and approval by the Engineer. The Contractor’s failure to obtain approval on Traffic Control Plans may result in penalties being assessed per Section 1-08.9(1) (Penalties). (April 2007 City of Auburn) Outside edges of the traveled way may be delineated with traffic safety drums or tubular markers providing that the requirements of Section 1-07.23(1) (Construction Under Traffic) are met. Barricades must comply with TRAFFIC-05, Barricades, Moveable Type III. 1-10.3(1)B OTHER TRAFFIC CONTROL LABOR Supplement (December 2008 City of Auburn) When working within signalized intersections, the Contractor shall schedule and coordinate the use of City provided uniformed police officers to control traffic. Contractor is responsible for all coordination with the City of Auburn Police Department to secure a uniformed police officer as required. This coordination shall be done a minimum of three (3) working days in advance of the day a uniformed police officer is necessary. When the City of Auburn Police Department is not able to secure a uniformed police officer, the Contractor shall provide uniformed officers from outside police agencies and shall contract for those services directly. The City will reimburse the Contractor for those services as indicated in Section 1-10.5 (Payment) of these Special Provisions. Contractor shall notify the Engineer prior to the use of outside agency police services. 1-10.3(3)L TEMPORARY SIGNAGE FOR ROADWAY TRAFFIC REVISIONS New Section (January 2012 City of Auburn) Temporary “Traffic Revision Ahead” (W20-901) signs with two warning flags shall be installed in advance of roadway projects that include traffic revisions. Warning signs shall be mounted on 4”x 4” wooden posts and placed per plan and MUTCD requirements. The Contractor shall remove all temporary signs and posts no earlier than 3 months and no later than 6 months following completion of the traffic revisions. Posthole voids shall be restored with native material. 1-10.4 MEASUREMENT Revision (April 2006 City of Auburn) “Sequential Arrow Sign” will be measured by the day for each 24-hour day or partial day in use. Signs not specifically approved for use will not be measured for separate payment. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-57 Special Provisions «proj_name» “Portable Changeable Message Sign” will be measured by the day for each 24-hour day or partial day in use. Signs not specifically approved for use will not be measured for separate payment. 1-10.5 PAYMENT Replacement All costs for “Temporary Traffic Control” as specified in Section 1-10 (Temporary Traffic Control) shall be considered incidental to the Contract and no additional compensation will be made except as specified herein. Payment will be made in accordance with Section 1-04.1 (Intent of the Contract for the following bid items: Traffic Control Supervisor Per Lump Sum Traffic Control Labor (Min. Bid $38.00 per hour) Per Hour Sequential Arrow Sign Per Day Portable Changeable Message Sign Per Day Outside Agency Uniformed Police Flagging Labor Equitable Adjustment The lump sum contract price for “Traffic Control Supervisor” shall be full compensation for all costs incurred by the Contractor in performing the contract work described in Section 1- 10.2(1)B (Traffic Control Supervisor). The “Traffic Control Labor” unit contract price per hour, at the minimum price or more stated in the bid form, shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.3 (Traffic Control Labor, Procedures and Devices) and as authorized by the Engineer. Payment under this item shall be limited to the hours the worker is actually performing the work. Should the Contractor determine that the cost for this work is greater than the minimum price shown, the Contractor may bid a higher price. Should the Contractor write in a unit price less than the minimum price shown, the minimum unit price shown shall govern and become part of the bid. The unit contract price bid per day for “Sequential Arrow Sign” shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the contract work described in Section 1-10.3(3)B (Sequential Arrow Signs). The unit contract price bid per day for “Portable Changeable Message Sign” shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the contract work described in Section 1-10.3(3)C (Portable Changeable Message Sign). City of Auburn Uniformed Police Officers necessary for the project will be provided at no cost to the Contractor by the City of Auburn. Payment for use of “Outside Agency Uniformed Police Flagging Labor” will be per Section 1-09.4 (Equitable Adjustment) of the Standard Specifications. Costs for scheduling and coordinating all uniformed police officers by the Contractor shall be incidental to the contract. DIVISION 1: GENERAL REQUIREMENTS «projectnum» 1-58 Special Provisions «proj_name» END OF DIVISION 1 REF. \\coa.auburn.local\dept\Building\PROJ\CP1402-2014 Citywide Pavement Patching and Overlay\9.00 Final Contract Documents\9.20 Contract Special Provisions\DIV1 AUB2014 Completev2.docx PART 2: TECHNICAL SPECIAL PROVISIONS for Project Number CP1402 2014 CITYWIDE PAVEMENT PATCHING AND OVERLAY PROJECT Contract No. 15-02 TABLE OF CONTENTS PART 2: TECHNICAL SPECIAL PROVISIONS DIVISION 2 EARTHWORK ........................................................................................... 2-1  2-02.3 CONSTRUCTION REQUIREMENTS ......................................................... Revision ....... 2-1  2-02.3(3) REMOVAL OF PAVEMENT, SIDEWALKS, CURBS AND GUTTERS .................................................................................................. Supplement ....... 2-1  2-02.3(4) REMOVAL AND RESETTING OF MISCELLANEOUS ITEMS .......... New Section ....... 2-1  2-02.3(6) REMOVE RAISED PAVEMENT MARKINGS ...................................... New Section ....... 2-1  2-02.3(9) SALVAGE ................................................................................................ New Section ....... 2-1  2-02.4 MEASUREMENT .................................................................................... New Section ....... 2-1  2-02.5 PAYMENT ................................................................................................ Supplement ....... 2-2  2-03 ROADWAY EXCAVATION AND EMBANKMENT ........................................................... 2-2  2-03.3 CONSTRUCTION REQUIREMENTS ................................................................... 2-2  2-03.3(7) DISPOSAL OF SURPLUS MATERIAL ................................................................. 2-2  2-03.3(7)C CONTRACTOR-PROVIDED DISPOSAL SITE ...................................... Supplement ....... 2-2  2-03.3(14)E UNSUITABLE FOUNDATION EXCAVATION ..................................... Supplement ....... 2-2  2-03.5 PAYMENT ................................................................................................ Supplement ....... 2-3  2-07 WATERING .............................................................................................................................. 2-3  2-07.3 CONSTRUCTION REQUIREMENTS ..................................................... Supplement ....... 2-3  2-07.4 MEASUREMENT ..................................................................................... Supplement ....... 2-3  2-07.4(1) WATER FROM CITY HYDRANTS ....................................................... New Section ....... 2-3  2-07.5 PAYMENT ................................................................................................ Supplement ....... 2-4  DIVISION 3 PRODUCTION FROM QUARRY AND PIT SITES, AND STOCK PILING ............................................................................... 3-1  3-01 PRODUCTION FROM QUARRY AND PIT SITES ............................................................. 3-1  3-01.4 CONTRACTOR FURNISHED MATERIAL SOURCES ......................... Supplement ....... 3-1  3-04 ACCEPTANCE OF AGGREGATE ........................................................................................ 3-1  3-04.3(8) PRICE ADJUSTMENT FOR QUALITY OF AGGREGATE ......................... Deletion ....... 3-1  DIVISION 4 BASES ......................................................................................................... 4-1  4-04 BALLAST AND CRUSHED SURFACING ............................................................................ 4-1  4-04.5 PAYMENT ................................................................................................ Supplement ....... 4-1  DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS BASES ..................... 5-1  5-04 HOT MIX ASPHALT ............................................................................................................... 5-1  5-04.1 DESCRIPTION ........................................................................... Supplement/Revision ....... 5-1  5-04.2 MATERIALS .............................................................................. Supplement/Revision ....... 5-1  5-04.3 CONSTRUCTION REQUIREMENTS ................................................................... 5-1  5-04.3(1) HOT MIX ASPHALT MIXING PLANT ....................................................... Revision ....... 5-1  5-04.3(3) HOT MIX ASPHALT PAVERS ................................................. Supplement/Revision ....... 5-2  5-04.3(3) MATERIAL TRANSFER DEVICE/VEHICLE .............................................. Deletion ....... 5-2  5-04.3(5)A PREPARATION OF EXISTING SURFACES ........................... Supplement/Revision ....... 5-2  5-04.3(5)B PREPARATION OF UNTREATED ROADWAY ..................... Supplement/Revision ....... 5-2  5-04.3(5)C CRACK SEALING ...................................................................................Replacement ....... 5-3  5-04.3(5)D SOIL RESIDUAL HERBICIDE ................................................. Revision/Supplement ....... 5-3  5-04.3(5)E PAVEMENT REPAIR ................................................................ Revision/Supplement ....... 5-3  5-04.3(7)A MIX DESIGN ...........................................................................................Replacement ....... 5-4  5-04.3(7)A1 GENERAL ............................................................................................................... 5-4  5-04.3(7)A2 MIX DESIGN VERIFICATION ............................................................................. 5-4  5-04.3(7)A3 FIELD VERIFICATION TESTING PROCESS ...................................................... 5-5  5-04.3(7)A4 IGNITION FURNACE CALIBRATION SAMPLES ............................................. 5-5  5-04.3(8) MIXING .......................................................................................................... Revision ....... 5-5  5-04.3(8)A1 GENERAL ....................................................................................................... Deletion ....... 5-5  5-04.3(8)A2 AGGREGATE ..........................................................................................Replacement ....... 5-5  5-04.3(8)A4 DEFINITION OF SAMPLING LOT AND SUBLOT ..............................Replacement ....... 5-6  5-04.3(8)A5 TEST RESULTS .......................................................................................Replacement ....... 5-6  5-04.3(9) SPREADING AND FINISHING ................................................ Revision/Supplement ....... 5-7  5-04.3(10) COMPACTION ....................................................................................................... 5-7  5-04.3(10)A GENERAL .................................................................................. Revision/Supplement ....... 5-7  5-04.3(10)B1 GENERAL ...................................................................................................... Revision ....... 5-7  5-04.3(10)B4 TEST RESULTS ............................................................................................. Revision ....... 5-8  5-04.3(12)B LONGITUDINAL JOINTS ............................................................................ Revision ....... 5-8  5-04.3(12)C ASPHALT CONCRETE PAVEMENT BUTT JOINTS ........................... New Section ....... 5-8  5-04.3(14) PLANING BITUMINOUS PAVEMENT .................................................. Supplement ....... 5-8  5-04.3(17) PAVING UNDER TRAFFIC .......................................................................... Revision ....... 5-8  5-04.3(21) ASPHALT COLD PATCH ....................................................................... New Section ....... 5-9  5-04.5 MEASUREMENT .......................................................................................... Revision ....... 5-9  5-04.5 PAYMENT ................................................................................. Supplement/Revision ....... 5-9  5-04.5(1) QUALITY ASSURANCE PRICE ADJUSTMENTS ..................................... Revision ..... 5-11  5-04.5(1)A PRICE ADJUSTMENTS FOR QUALITY OF HMA MIXTURE ...........Replacement ..... 5-11  5-04.5(1)B PRICE ADJUSTMENTS FOR QUALITY OF HMA COMPACTION ...Replacement ..... 5-12  DIVISION 6 STRUCTURES ........................................................................................... 6-1  DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS ................................................................................................. 7-1  7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ........................................... 7-1  7-05.1 DESCRIPTION .........................................................................................Replacement ....... 7-1  7-05.2 MATERIALS ............................................................................................. Supplement ....... 7-1  7-05.3(1) ADJUSTING MANHOLES & CATCH BASINS TO GRADE ................ Supplement ....... 7-1  7-05.5 PAYMENT ................................................................................................ Supplement ....... 7-1  7-07 CLEANING EXISTING DRAINAGE STRUCTURES ......................................................... 7-2  7-07.5 PAYMENT ...............................................................................................Replacement ....... 7-2  7-12 VALVES FOR WATER MAINS ............................................................................................. 7-2  7-12.3 CONSTRUCTION REQUIREMENTS ................................................................... 7-2  7-12.3(2) ADJUST VALVE BOXES ....................................................................... New Section ....... 7-2  7-12.5 PAYMENT ................................................................................................ Supplement ....... 7-2  DIVISION 8 MISCELLANEOUS CONSTRUCTION .................................................. 8-1  8-01 EROSION CONTROL AND WATER POLLUTION CONTROL ...................................... 8-1  8-01.1 DESCRIPTION .......................................................................................... Supplement ....... 8-1  8-01.3(1)A SUBMITTALS ............................................................................ Supplement/Revision ....... 8-1  8-01.3(1)B EROSION AND SEDIMENT CONTROL (ESC) LEAD .............................. Revision ....... 8-1  8-01.5 PAYMENT ................................................................................. Supplement/Revision ....... 8-2  8-02 ROADSIDE RESTORATION .................................................................................................. 8-2  8-02.1 DESCRIPTION .......................................................................................... Supplement ....... 8-2  8-02.3 CONSTRUCTION REQUIREMENTS ................................................................... 8-2  8-02.3(1) RESPONSIBILITY DURING CONSTRUCTION .................................... Supplement ....... 8-2  8-02.3(4)A TOPSOIL TYPE A .................................................................................... Supplement ....... 8-2  8-02.3(5) PLANTING AREA PREPARATION ........................................................ Supplement ....... 8-2  8-02.3(5)A PLACEMENT OF TOPSOIL ................................................................... New Section ....... 8-3  8-02.3(6) SOIL AMENDMENTS .............................................................................. Supplement ....... 8-3  8-02.3(11) BARK OR WOOD CHIP MULCH ........................................................... Supplement ....... 8-3  8-02.3(16) LAWN INSTALLATION ........................................................................................ 8-3  8-02.3(16)A LAWN INSTALLATION ........................................................... Revision/Supplement ....... 8-3  8-02.3(16)B LAWN ESTABLISHMENT ...................................................................... Supplement ....... 8-4  8-02.3(16)C LAWN MOWING ..................................................................................... Supplement ....... 8-4  8-02.3(16)D FERTILIZER FOR SODDED AREA ....................................................... New Section ....... 8-4  8-02.3(17) MISCELLANEOUS ROADSIDE RESTORATION ................................ New Section ....... 8-4  8-02.4 MEASUREMENT ...................................................................... Supplement/Revision ....... 8-4  8-02.5 PAYMENT ................................................................................. Supplement/Revision ....... 8-5  8-04 CURBS, GUTTERS AND SPILLWAYS ................................................................................ 8-5  8-04.3 CONSTRUCTION REQUIREMENTS ..................................................... Supplement ....... 8-5  8-04.3(1) CEMENT CONCRETE CURBS, GUTTERS, AND SPILLWAYS .......... Supplement ....... 8-5  8-04.3(1)A EXTRUDED CEMENT CONCRETE CURB ........................................... Supplement ....... 8-6  8-04.4 MEASUREMENT ..................................................................................... Supplement ....... 8-6  8-04.5 PAYMENT ................................................................................................ Supplement ....... 8-6  8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES ........................................................... 8-7  8-06.1 DESCRIPTION .........................................................................................Replacement ....... 8-7  8-06.2 MATERIALS ............................................................................................Replacement ....... 8-7  8-06.3 CONSTRUCTION REQUIREMENTS ...................................... Revision/Supplement ....... 8-7  8-06.4 MEASUREMENT ..................................................................................... Supplement ....... 8-8  8-06.5 PAYMENT ................................................................................................ Supplement ....... 8-8  8-09 RAISED PAVEMENT MARKERS ......................................................................................... 8-8  8-09.3 CONSTRUCTION REQUIREMENTS ....................................................Replacement ....... 8-8  8-09.3(2) SURFACE PREPARATION ..................................................................... Supplement ....... 8-8  8-09.4 MEASUREMENT ....................................................................................Replacement ....... 8-9  8-09.5 PAYMENT ...............................................................................................Replacement ....... 8-9  8-13 MONUMENT CASES ............................................................................................................... 8-9  8-13.1 DESCRIPTION .......................................................................................... Supplement ....... 8-9  8-13.2 MATERIALS ............................................................................................. Supplement ....... 8-9  8-13.3 CONSTRUCTION REQUIREMENTS ................................................................... 8-9  8-13.3(1) REFERENCE POINTS ............................................................................. New Section ....... 8-9  8-13.3(2) INSTALLATION ...................................................................................... New Section ..... 8-10  8-13.3(3) ADJUSTING SURFACE MONUMENT ................................................. New Section ..... 8-10  8-13.4 MEASUREMENT ....................................................................................Replacement ..... 8-10  8-13.5 PAYMENT ................................................................................................ Supplement ..... 8-10  8-14 CEMENT CONCRETE SIDEWALKS ................................................................................. 8-11  8-14.1 DESCRIPTION .........................................................................................Replacement ..... 8-11  8-14.2 MATERIALS ............................................................................................. Supplement ..... 8-11  8-14.3 CONSTRUCTION REQUIREMENTS ................................................................. 8-11  8-14.3(1) EXCAVATION.......................................................................................... Supplement ..... 8-11  8-14.3(2) FORMS ...................................................................................................... Supplement ..... 8-11  8-14.3(3) PLACING AND FINISHING CONCRETE ............................... Revision/Supplement ..... 8-11  8-14.3(4) CURING ...................................................................................................Replacement ..... 8-12  8-14.3(5) DETECTABLE WARNING SURFACE ........................................................ Revision ..... 8-13  8-14.4 MEASUREMENT ..................................................................................... Supplement ..... 8-13  8-14.5 PAYMENT ................................................................................................ Supplement ..... 8-13  8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL ....................... 8-14  8-20.1(1) REGULATIONS AND CODE .................................................................. Supplement ..... 8-14  8-20.2(1) EQUIPMENT LIST AND DRAWINGS ..................................................Replacement ..... 8-14  8-20.3 CONSTRUCTION REQUIREMENTS ................................................................. 8-14  8-20.3(1) GENERAL ................................................................................................. Supplement ..... 8-14  8-20.3(14) SIGNAL SYSTEMS .............................................................................................. 8-15  8-20.3(14)C INDUCTION LOOP VEHICLE DETECTORS ........................................ Supplement ..... 8-15  8-20.3(14)D TEST FOR INDUCTION LOOPS AND LEAD-IN CABLE .................... Supplement ..... 8-15  8-20.5 PAYMENT ................................................................................................ Supplement ..... 8-15  8-22 PAVEMENT MARKING ....................................................................................................... 8-16  8-22.1 DESCRIPTION .......................................................................................... Supplement ..... 8-16  8-22.2 MATERIALS ............................................................................................. Supplement ..... 8-16  8-22.3 CONSTRUCTION REQUIREMENTS ..................................................... Supplement ..... 8-16  8-22.4 MEASUREMENT ..................................................................................... Supplement ..... 8-16  8-22.5 PAYMENT ................................................................................................ Supplement ..... 8-16  8-23 TEMPORARY PAVEMENT MARKINGS .......................................................................... 8-17  8-23.1 DESCRIPTION .......................................................................................... Supplement ..... 8-17  8-23.2 MATERIALS ............................................................................................. Supplement ..... 8-17  8-23.4 MEASUREMENT ..................................................................................... Supplement ..... 8-17  8-23.5 PAYMENT ................................................................................................ Supplement ..... 8-17  DIVISION 9 MATERIALS .............................................................................................. 9-1  9-03.8(7) HMA TOLERANCES AND ADJUSTMENTS .............................................. Revision ....... 9-1  9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ........................................... 9-1  9-05.15(1) MANHOLE RING AND COVER ............................................................. Supplement ....... 9-1  9-05.15(2) METAL FRAME, GRATE, AND SOLID METAL COVER FOR CATCH BASINS OR INLETS .................................................................. Supplement ....... 9-1  9-14 EROSION CONTROL AND ROADSIDE PLANTING ........................................................ 9-2  9-14.1 SOIL ......................................................................................................................... 9-2  9-14.1(1) TOPSOIL TYPE A .................................................................................... Supplement ....... 9-2  9-14.4(3) BARK OR WOOD CHIPS ........................................................................ Supplement ....... 9-2  9-22 MONUMENT CASES ............................................................................................................... 9-2  9-22.1 MONUMENT CASES, COVERS AND RISERS ..................................... Supplement ....... 9-2  9-29 ILLUMINATION, SIGNAL, ELECTRICAL ................................................................ Revision ....... 9-2  9-29.3 FIBER OPTIC CABLE, ELECTRICAL CONDUCTORS, AND CABLE....................................................................................................... Supplement ....... 9-2  9-29.12(2) TRAFFIC SIGNAL SPLICE MATERIAL ................................................ Supplement ....... 9-3  9-29.12(3) SEALANTS .............................................................................................. New Section ....... 9-3  DIVISION 2: EARTHWORK «projectnum» 2-1 Special Provisions «proj_name» DIVISION 2 EARTHWORK 2-02.3 CONSTRUCTION REQUIREMENTS Revision 2-02.3(3) REMOVAL OF PAVEMENT, SIDEWALKS, CURBS AND GUTTERS Supplement (July 2010 City of Auburn) Pavement, sidewalks, curbs, and gutters shall be saw cut in such a fashion as to form a neat break line. Saw cutting costs shall be included in the bid item involved. 2-02.3(4) REMOVAL AND RESETTING OF MISCELLANEOUS ITEMS New Section The Contractor shall remove and reset miscellaneous items as described in the plans. Removal and resetting of miscellaneous items is incidental to other bid items in the contract. Items requiring resetting shall be protected from damage during removal as far as practical. If, in the opinion of the Engineer, an item requires replacement because of Contractor negligence, the item shall be replaced in kind at Contractor expense. 2-02.3(6) REMOVE RAISED PAVEMENT MARKINGS New Section All raised pavement markings shall be removed before placing a new asphalt concrete pavement overlay. Removal of markers shall be conducted in a manner that prevents damage to existing pavement. Damage to the existing pavement caused by Contractor operations shall be repaired by the Contractor at the Contractor’s expense. Repairs shall be to the satisfaction of the Engineer. All removals of raised pavement markings shall be incidental to other items in the contract, and no additional payment will be made. 2-02.3(9) SALVAGE New Section All casings, pipe, frames, grates, covers, and other material of recoverable value removed from the project shall be carefully salvaged and delivered to the City of Auburn Maintenance & Operations Building (1305 “C” Street SW) in their existing condition. The Engineer will determine what items are salvageable. The Contractor shall provide notice to the Engineer three (3) working days prior to delivery of any salvaged item. Items not identified to be salvaged shall become the property of the Contractor and removed from the site. 2-02.4 MEASUREMENT New Section Removal of Cement Concrete Flat Work will be measured by the square yard. Removal of Concrete Curb and Gutter will be measured by the linear foot. Remove Extruded Asphalt Concrete Curb will be measured by the linear foot. DIVISION 2: EARTHWORK «projectnum» 2-2 Special Provisions «proj_name» 2-02.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Removal of Cement Concrete Flat Work Per Square Yard Removal of Curb and Gutter Per Linear Foot Remove Extruded Asphalt Concrete Curb Per Linear Foot 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 CONSTRUCTION REQUIREMENTS 2-03.3(7) DISPOSAL OF SURPLUS MATERIAL 2-03.3(7)C CONTRACTOR-PROVIDED DISPOSAL SITE Supplement If, during the course of this project, it becomes necessary to dispose of either excess or unsuitable materials, the additional following requirements shall be observed: 1. In no case shall any waste materials be disposed of on any site within the City limits of Auburn unless the Contractor has a valid Grading (Fill) Permit according to Section 1- 07.5(5) (City of Auburn Requirements) in this document; 2. Grading (Fill) Permits are issued by the City of Auburn Building Division after all conditions have been met to the satisfaction of the Building Official; 3. The Grading Permits are issued to the legal owner of the property. Any questions regarding the requirements should be directed to the City of Auburn Building Division; 4. Any waste material disposed of outside the City limits of Auburn shall be at Contractor risk. The Contractor is responsible to ensure that said Contractor has complied with all local codes and ordinances; 5. Failure to comply with the above requirements shall be grounds to withhold payment of money due until such time as the requirements have been satisfied; 6. Time lost by failure to satisfy these requirements shall be insufficient reason for granting of extensions of Contract time. 2-03.3(14)E UNSUITABLE FOUNDATION EXCAVATION Supplement Where the Engineer deems subgrade material to be unsatisfactory, excavation of such unsuitable foundation will be required to such depths as the Engineer may direct. “Unsuitable Foundation Excavation” may include areas where the Contractor has completed work, and is required to return and remove unsatisfactory material, or where the additional depth requires special equipment because of the presence of shallow utilities or other unforeseen conditions. DIVISION 2: EARTHWORK «projectnum» 2-3 Special Provisions «proj_name» The unsuitable excavated material shall be replaced with “Crushed Surfacing Base Course” as directed by the Engineer and compacted in layers of uniform thickness by Method C of Section 2-03.3(14)C (Compacting Earth Embankments). Any over excavation not specifically authorized by the Engineer shall be replaced with “Crushed Surfacing Base Course,” per Section 2-03.3(14)J, and compacted by the Contractor as specified above, at no expense to the City. “Unsuitable Foundation Excavation” shall be field measured by the cubic yard and paid for at the unit Contract price per cubic yard for “Unsuitable Foundation Excavation”. 2-03.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Unsuitable Foundation Excavation Per Cubic Yard The first sentence in the second paragraph is revised to read: The unit Contract price per cubic yard for “Unsuitable Foundation Excavation” shall be full compensation for all costs incurred for excavating, loading, placing, and/or otherwise disposing of the material. When the Engineer orders Work according to Section 2-03.3(3) (Excavation Below Grade), unit Contract prices shall apply, unless the Work differs materially from the excavation above Subgrade, then payment will be in accordance with Section 1-04.4 (Changes). 2-07 WATERING 2-07.3 CONSTRUCTION REQUIREMENTS Supplement When the Engineer determines that dust is a problem, the Contractor shall water to control the dust in accordance with Section 1-07.23(1) (Construction Under Traffic), Item 6 of, “When traffic must pass through grading areas”. All means to disperse water shall be supplied by the Contractor. The Contractor shall have a water truck available for watering. 2-07.4 MEASUREMENT Supplement Any water required for the performance of contract work shall be considered incidental to the contract, and no Measurement for water will be made. 2-07.4(1) WATER FROM CITY HYDRANTS New Section The Contractor shall obtain a Fire Hydrant Permit from the City of Auburn Permit Center (1 East Main Street) before taking of water from hydrants. Water will be furnished by the City from the fire hydrant to be designated at the time a Fire Hydrant Permit is obtained and in accordance with the terms of the Fire Hydrant Permit. To obtain a Fire Hydrant Permit the applicant shall make a deposit of $1,449.00 which covers the use of a water meter, hydrant wrench, brass adapter and hydrant gate valve, and is refundable if returned in acceptable condition. When the meter, hydrant wrench, and gate valve are returned in acceptable DIVISION 2: EARTHWORK «projectnum» 2-4 Special Provisions «proj_name» condition, the final charge for water usage will be deducted from the $1,449.00 deposit and the balance refunded to or paid by the applicant. The applicant shall pay a base fee of $43.33 per month and all water usage will be paid by the applicant at the rate of $3.45 per hundred cubic feet. Meters will be read and billed monthly. NOTE: These are current 2014 rates and may be revised periodically. The Contractor shall be responsible to contact the City and verify these rates when preparing the bid. Adjustment of these rates by the City will not be the basis for any contract unit price adjustment. The Contractor shall furnish all required equipment and material necessary for transporting the water from the hydrant, including gauges for testing (except the meter, wrench and valve as stated above). 2-07.5 PAYMENT Supplement Payment for “Water” will be considered incidental to the various bid items in the contract; no additional payment will be made. END OF DIVISION 2 DIVISION 3: PRODUCTION FROM QUARRY AND PIT SITES, AND STOCK PILING «projectnum» 3-1 Special Provisions «proj_name» DIVISION 3 PRODUCTION FROM QUARRY AND PIT SITES, AND STOCK PILING 3-01 PRODUCTION FROM QUARRY AND PIT SITES 3-01.4 CONTRACTOR FURNISHED MATERIAL SOURCES Supplement No source has been provided for any materials necessary for the construction of this improvement. If the sources of materials provided by the Contractor necessitate hauling over roads other than City streets, the Contractor shall make all arrangements for use of the haul routes at no cost to the City. All costs of acquiring, producing and placing material shall be incidental to the unit Contract prices for the various items involved. 3-04 ACCEPTANCE OF AGGREGATE 3-04.3(8) PRICE ADJUSTMENT FOR QUALITY OF AGGREGATE Deletion (May 2012, City of Auburn) This section is deleted in its entirety. END OF DIVISION 3 DIVISION 4: BASES «projectnum» 4-1 Special Provisions «proj_name» DIVISION 4 BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Crushed Surfacing Top Course Per Ton Crushed Surfacing Base Course Per Ton END OF DIVISION 4 DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS BASES «projectnum» 5-1 Special Provisions «proj_name» DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS BASES 5-04 HOT MIX ASPHALT 5-04.1 DESCRIPTION Supplement/Revision Delete the second and third sentence of the first paragraph. Supplement this section as follows: HMA for Overlay Class 3/8-inch PG 64-22, HMA for Overlay Class 1/2-inch PG 64-22, and HMA for Pavement Repair Class 1/2-inch PG 64-22 are designated as leveling and/or wearing courses. All mixtures are considered dense graded HMA. Where Contract Documents refer to HMA mixes A, B, B Modified, E, F or G, the Contractor shall provide an equivalent PG type mix as indicated in the table below: Specified Mix Equivalent HMA Class A, B, B Modified HMA Cl. 1/2-inch PG 64-22 HMA Class F HMA Cl. 3/4-inch PG 64-22 HMA Class G HMA Cl. 3/8-inch PG 64-22 5-04.2 MATERIALS Supplement/Revision Delete the following item from the list in the first paragraph: Warm Mix Asphalt Additive 9-02.5 Delete the fifth paragraph (begins with “The Contractor may use warm mix asphalt”). Supplement this section as follows: Tack coat shall be emulsified asphalt grade CSS-1 as specified in Section 9-02.1(6) (Cationic Emulsified Asphalt) and will be used at locations specified, or as directed by the Engineer, and shall be applied in accordance with Section 5-04.3(5)A (Preparation of Existing Surfaces). The crack sealant material shall be rubberized asphalt per Section 9-04.10 (Crack Sealing – Rubberized Asphalt) and shall be listed in the WSDOT Qualified Products List (QPL) unless otherwise approved by the Engineer. 5-04.3 CONSTRUCTION REQUIREMENTS 5-04.3(1) HOT MIX ASPHALT MIXING PLANT Revision The last sentence of item 3 in the numbered list is deleted. DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS BASES «projectnum» 5-2 Special Provisions «proj_name» 5-04.3(3) HOT MIX ASPHALT PAVERS Supplement/Revision Replace the first sentence of the seventh paragraph with the following: Reference lines for vertical control may be required. This section is supplemented as follows: When laying HMA, the paver shall be operated at a uniform forward speed consistent with the plant production rate and roller train capacity to result in a continuous operation. The auger speed and flight gate opening shall be adjusted to coordinate with the operation. 5-04.3(3) MATERIAL TRANSFER DEVICE/VEHICLE Deletion This section is deleted in its entirety. 5-04.3(5)A PREPARATION OF EXISTING SURFACES Supplement/Revision Replace the fourth paragraph with the following: Unless otherwise approved by the Engineer, the tack coat shall be CSS-1h emulsified asphalt. The CSS-1h emulsified asphalt may be diluted with water at a rate not to exceed one part water to one part emulsified asphalt. The emulsified asphalt shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. This section is supplemented as follows: The Contractor shall remove existing pavement markers and lane markers as specified in Section 2-02.3(6) (Remove Raised Pavement Markers) of this document. The Contractor shall remove existing plastic markings as specified in Section 8-22.4 (Measurement) of this document. 5-04.3(5)B PREPARATION OF UNTREATED ROADWAY Supplement/Revision Replace the first sentence of the first paragraph with the following: The existing roadway shall be prepared and primed. Replace the third sentence of the first paragraph with the following: The aggregate shall conform to the requirements of Section 9-03.8 (Aggregates for Hot Mix Asphalt) for HMA Class 1/2” or shall consist of other material approved by the Engineer. This section is supplemented as follows: Before placement of HMA on untreated roadway, the Contractor shall apply soil residual herbicides as specified in Section 5-04.3(5)D (Soil Residual Herbicide). In areas used as turnouts or which will receive heavy service, the Engineer may order a change in the grade to provide a greater depth of pavement. If the Contractor protects the completed untreated surfacing materials to the degree that the surface meets the requirements of Section 5-02.3(2)A (New Construction) at the time of construction of the prime coat or the construction of the pavement if the prime coat is not required, the Contractor will not be required to perform the work specified in Section DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS BASES «projectnum» 5-3 Special Provisions «proj_name» 5-02.3(2)A (New Construction) but shall be compensated for the item of work preparation of untreated roadway. 5-04.3(5)C CRACK SEALING Replacement This section is deleted and replaced with the following: Where directed by the Engineer, at locations specified in Appendix A of this Document, the Contractor shall perform crack sealing on existing asphalt concrete streets. Crack sealing shall not be performed on severe alligator or edge cracking. All cracks shall be cleaned with a stiff-bristled broom and heated air blasting equipment capable of producing a pressure of 100 psi, using an air lance or a hot air lance. The air blasting equipment shall be equipped with moisture and oil traps to assure the side walls of the crack are not contaminated by the blowing operation. If the cracks contain vegetation, it shall be completely removed before crack sealing begins. The prepared cracks shall also be free of moisture, dust, loose aggregate, and other contaminates prior to sealing with Rubberized Asphalt. Sealing shall be placed in an overband (simple band-aid) configuration whereas the Rubberized Asphalt sealant material is placed into and over the crack. Overbanding shall be controlled using an industrial squeegee to provide a smooth flush pavement surface with a minimum width of 2 inches and a maximum width of 4 inches. If, in the opinion of the Engineer, the Contractor’s method of sealing results in an excessive amount of sealant causing a raised or bumpy pavement surface, sealing shall be stopped, corrected, and the method changed. Any excess overflow shall be cleaned from the pavement surface. Blending sand per Section 9-03.8(4) shall be used when, in the opinion of the Engineer, blotting the asphalt becomes necessary. Any cracks or joints that do not remain completely filled after one week after installation shall be topped off with additional rubberized asphalt sealant material. Crack sealing operations shall not be permitted below 40 degrees Fahrenheit air temperature, or as directed by the Engineer. 5-04.3(5)D SOIL RESIDUAL HERBICIDE Revision/Supplement Replace the first sentence of the first paragraph with the following: The Contractor shall apply one application of an approved soil residual herbicide. The first paragraph is supplemented as follows: Any area that has not been paved within the time limit or that has been rained on, shall be treated again at the Contractor’s expense. The herbicide shall be applied uniformly in accordance with the manufacturer’s recommendations. 5-04.3(5)E PAVEMENT REPAIR Revision/Supplement Replace the first sentence of the first paragraph with the following: The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked by the Engineer. DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS BASES «projectnum» 5-4 Special Provisions «proj_name» This section is supplemented as follows: HMA for pavement repair shall be HMA Class 1/2-inch PG 22-64 or as shown in the Plans. 5-04.3(7)A MIX DESIGN Replacement (March 2010, City of Auburn) Delete this section and replace it with the following; 5-04.3(7)A1 GENERAL Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350-042 demonstrating the design meets the requirements of Sections 9-03.8(2) (HMA Test Requirements) and 9- 03.8(6) (HMA Proportion of Materials). HMA accepted by nonstatistical evaluation requires a mix design verification. For HMA accepted by commercial evaluation only the first page of DOT form 350-042 and the percent of asphalt binder is required. In no case shall the paving begin before the determination of anti-strip requirements has been made. Anti-strip requirements will be determined by: a. Testing by WSDOT in accordance with TM 718. b. Testing by Contractor in accordance with WSDOT TM 718. c. Historical aggregate source anti-strip use provided by WSDOT. For commercial HMA, aggregate shall meet the requirements of Section 9-03.8 (Aggregates for Hot Mix Asphalt) for HMA Class ½-inch and asphalt binder shall meet the requirements of Section 9-02.1(4) (Performance Graded Asphalt Binder) for PG 64-22. The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Engineer and may be made per Section 9-03.8(7) (HMA Tolerances and Adjustments). 5-04.3(7)A2 MIX DESIGN VERIFICATION Verification shall be accomplished by one of the following processes: a. The Contractor shall submit samples to WSDOT State Materials Lab for WSDOT verification testing in accordance with WSDOT Standard Specifications. All costs associated with providing, submitting, and testing the samples shall be included in the unit contract price for the associated HMA. b. Reference a mix design that has been verified by the WSDOT State Materials Lab on a previous project. c. Reference a mix design that has been verified by the City of Auburn on a previous project in accordance with section 5-04.3(7)A3 (Field Verification Testing Process) d. Perform Field Verification Testing on a sample of HMA provided by the Contractor prior to paving. DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS BASES «projectnum» 5-5 Special Provisions «proj_name» Mix design verification is valid for one year from the date of verification. At the discretion of the Engineer, agencies may accept mix designs verified beyond the verification year with certification from the Contractor that the materials and sources are the same as those shown on the original mix design. 5-04.3(7)A3 FIELD VERIFICATION TESTING PROCESS The Contracting agency will collect three Production Samples of HMA per AASHTO T 168 sampling procedures. a. The Contracting agency will test one Production Sample in accordance with section 5-04.3(8)A (Acceptance Sampling and Testing—HMA Mixture) for field verification per the requirements of Section 9-03.8(7) (HMA Tolerances and Adjustments). b. If the test results from the first Production Sample are within the tolerances of section 9-03.8(7) (HMA Tolerances and Adjustments)., the mix design will be considered verified and the test results will be used as acceptance sample number one. c. If the test results from the first Production Sample are outside the tolerances of section 9-03.8(7) (HMA Tolerances and Adjustments)., the other two samples will be tested and the results of all three tests will be used for acceptance in accordance with Section 5-04.5(1) and will be used in the calculation of the CPF. The maximum CPF shall be 1.00. 5-04.3(7)A4 IGNITION FURNACE CALIBRATION SAMPLES Prior to the first day of paving, six Ignition Furnace Calibration Samples shall be obtained to calibrate the Ignition Furnaces used for acceptance testing of the HMA. Calibration samples shall be provided by the Contractor when directed by the Engineer. Calibration samples shall be prepared in accordance with WSDOT SOP 728. 5-04.3(8) MIXING Revision Delete the second sentence of the second paragraph. 5-04.3(8)A1 GENERAL Deletion This section is deleted in its entirety. 5-04.3(8)A2 AGGREGATE Replacement (March 2010, City of Auburn) Delete these sections and replace them with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: restoration and adjustment to paved areas, including driveway approaches, asphalt ramps, patching around utility structures, and patching utility trenches DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS BASES «projectnum» 5-6 Special Provisions «proj_name» outside the roadway section. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. Commercial HMA can be accepted by a contractor certification letter stating the material meets the HMA requirements defined in the contract. 5-04.3(8)A4 DEFINITION OF SAMPLING LOT AND SUBLOT Replacement (March 10, 2010 APWA GSP) Delete this section and replace it with the following: For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF) placed. Only one lot per mix design will be expected to occur. The initial JMF is defined in Section 5-04.3(7)A (Mix Design). The Contractor may request a change in the JMF in accordance with Section 9- 03.8(7) (HMA Tolerances and Adjustments). If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of tests on samples taken from that material and a new lot will begin. For proposal quantities less then 2500 tons sampling and testing for evaluation shall be performed as described in 5-04.3(7)A3 (Field Verification Testing Process). The verification sample referenced in item ’b’ of Section 5-04.3(7)A3 (Field Verification Testing Process) may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer’s discretion. At least one acceptance sample is required when using this method of acceptance. For proposal quantities greater than 2500 tons sampling and testing for evaluation shall be performed as described in 5-04.3(7)A3 (Field Verification Testing Process), for the first 2500 tons of mix placed. The verification sample referenced in item ’b’ of Section 5- 04.3(7)A3 (Field Verification Testing Process) may be used as an acceptance sample for the first 2500 tons of mix placed. Additional testing will be at the rate of one sample per 800 tons of mix placed or as directed by the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer’s discretion. 5-04.3(8)A5 TEST RESULTS Replacement (March 2010, City of Auburn) Delete this section and replace it with the following: When request by the Contractor, the Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field within two working days after the results are received from the outside testing lab hired by the City. The Engineer will also provide the Composite Pay Factor (CPF) of the completed sublots after three sublots have been produced. Sublot sample test results (gradation and asphalt binder content) may be challenged by the Contractor. To challenge test results, the Contractor shall submit a written challenge within 7-calendar days after receipt of the specific test results. A split of the original acceptance sample will be sent for testing to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Engineer. The split of the sample with challenged results will not be tested with the same equipment or by the same DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS BASES «projectnum» 5-7 Special Provisions «proj_name» tester that ran the original acceptance test. The challenge sample will be tested for a complete gradation analysis and for asphalt binder content. The results of the challenge sample will be compared to the original results of the acceptance sample test and evaluated according to the following criteria: Deviation U.S. No. 4 sieve and larger Percent passing ±4.0 U.S. No. 8 sieve Percent passing ±2.0 U.S. No. 200 sieve Percent passing ±0.4 Asphalt binder Percent binder content ±0.3 Va Percent Va ±0.7 If the results of the challenge sample testing are within the allowable deviation established above for each parameter, the acceptance sample test results will be used for acceptance of the HMA. 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 challenge sample. If the results of the challenge sample testing are outside of any one parameter established above, the challenge sample will be used for acceptance of the HMA and the cost of testing will be the Contracting Agency’s responsibility. 5-04.3(9) SPREADING AND FINISHING Revision/Supplement Replace the last sentence of the first paragraph with the following: Unless otherwise directed by the Engineer or specified in the Plans or in these Special Provisions, the nominal compacted depth of any layer of any course shall not exceed the following depths: This section is supplemented as follows: In all instances, wearing courses of 3 inches or greater shall be created using a maximum depth of 1 ½-inch lifts. 5-04.3(10) COMPACTION 5-04.3(10)A GENERAL Revision/Supplement Replace the second sentence of the first paragraph with the following: The completed course shall be free from ridges, ruts, humps, depressions, objectionable marks, checking, cracking, or irregularities and shall conform to the line, grade, and cross- section shown in the Plans or as established by the Engineer. This section is supplemented as follows: All compaction units shall be operated at the speed, within specification limits, that will produce the required compaction. 5-04.3(10)B1 GENERAL Revision The third sentence of the second paragraph is replaced with the following: DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS BASES «projectnum» 5-8 Special Provisions «proj_name» The sublot locations within each density lot will be determined at the discretion of the Engineer or by a representative from the outside testing lab hired by the City. 5-04.3(10)B4 TEST RESULTS Revision Replace the first sentence of the first paragraph with the following: The nuclear moisture-density gauge results of all compaction acceptance testing and the CPF for each lot will be available to the Contractor within two working days after the results are received from the outside testing lab hired by the City. 5-04.3(12)B LONGITUDINAL JOINTS Revision Replace the second paragraph including the numbered list with the following: If a hot-lap joint is allowed, two paving machines shall be used; a minimum compacted density in accordance with Section 5-04.3(10)B (Control) shall be achieved throughout the traffic lane; and construction equipment other than rollers shall not operate on any uncompacted HMA. 5-04.3(12)C ASPHALT CONCRETE PAVEMENT BUTT JOINTS New Section The Contractor shall provide butt joints where the new asphalt concrete pavement meets the existing pavement as shown on the Plans or as directed by the Engineer in a manner to produce a smooth riding connection to the existing pavement. The depth of butt joint required shall be determined by the depth of new asphalt concrete pavement specified on the Plans, but not less than 2 inches. The surface elevation of new and existing Asphalt Concrete Pavement shall be the same at all butt joints. All asphalt concrete joints shall be sealed with asphalt binder PG 64-22 per Section 9-02 (Bituminous Materials) or as directed by the Engineer. 5-04.3(14) PLANING BITUMINOUS PAVEMENT Supplement Planing of the existing pavement shall provide a surface that is slightly grooved or roughened to ensure a bond to the ACP. The full depth beginning and end of each lane of planing shall be squared-off to form a uniform, transverse joint. The Contractor shall provide for safe vehicle travel over existing manholes, valve boxes, catch basins, etc., for planed areas opened to traffic. Before opening the roadway to traffic, any delaminating of the planed asphalt surface shall be removed and the resulting holes patched with incidental HMA. Also, the surface shall be cleaned by sweeping to remove dust and foreign matter. Planing tailings may be used as trench backfill. They may also be used as crushed surfacing when mixed with Crushed Surfacing per Section 9-03.9(3) (Crushed Surfacing) per Section 4-04.3(3) (Mixing). 5-04.3(17) PAVING UNDER TRAFFIC Revision Replace the first two sentences of the first paragraph with the following: DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS BASES «projectnum» 5-9 Special Provisions «proj_name» The Contractor shall keep intersections open to traffic at all times except when paving an intersection or paving across an intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the HMA. Replace the second paragraph with the following: Before closing a road, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. 5-04.3(21) ASPHALT COLD PATCH New Section “Asphalt Cold Patch Mix” for temporary pavement patching shall be placed by the Contractor immediately upon the request of Engineer as required for maintenance of traffic as specified in Section 1-07.23(1) (Construction Under Traffic) in this document. The “Asphalt Cold Patch Mix” shall be removed in its entirety before asphalt concrete pavement is placed. 5-04.5 MEASUREMENT Revision Replace the first sentence of the first paragraph with the following: HMA for Overlay Cl. 3/8-inch PG 64-22, HMA for Overlay Cl. 1/2-inch PG 64-22, HMA for Pavement Repair Cl. 1/2-inch PG 64-22, Commercial HMA, and Asphalt Cold Patch will be measured by the ton in accordance with Section 1-09.2 (Weighing Equipment), with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the HMA. Delete the fourth paragraph. Delete the ninth paragraph. “Rubberized Asphalt for Crack Sealing” shall be measured by the ton. The quantity of Rubberized Asphalt necessary for this project is unknown. As such, the quantity entered in the Proposal is an estimate and intended to provide a common bid base and this bid item is subject to change. Due to the difficulty in estimating this item Section 1-04.6 (Increased or Decreased Quantities) of these Special Provisions shall not apply to this bid item. 5-04.5 PAYMENT Supplement/Revision Supplement this section with the following: Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the proposal: HMA for Overlay Cl. 3/8-inch PG 64-22 Per Ton HMA for Overlay Cl. 1/2-inch PG 64-22 Per Ton HMA for Pavement Repair Cl. 1/2-inch PG 64-22 Per Ton Commercial HMA Per Ton DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS BASES «projectnum» 5-10 Special Provisions «proj_name» Planing Bituminous Pavement Per Square Yard Rubberized Asphalt for Crack Sealing Per Ton Pavement Repair Excavation Including Haul Per Square Yard Asphalt Cold Patch Mix Per Ton The unit contract price per ton for “Asphalt Cold Patch,” shall be full compensation for all costs incurred to carry out the requirements of section 5-04.3(21) (Asphalt Cold Patch) except for those costs included in other items which are included in this sub-section and which are included in the proposal. If HMA can be installed with a paving machine, it will not be paid for as “Commercial HMA”, but instead will be paid for as “HMA for Overlay Cl. 1/2-inch PG 64-22” or “HMA Cl. for Overlay 3/8-inch PG 64-22”. The quantity of “Commercial HMA, ”Rubberized Asphalt Crack Sealing”, and “Asphalt Cold Patch Mix” necessary for this project is unknown. As such, the quantity entered in the Proposal is arbitrary and intended to provide a common bid base and these bid items are subject to Section 1-04.6 (Increased or Decreased Quantities) of these Special Provisions. The unit contract price for “HMA for Overlay Cl. 3/8-inch PG 64-22”’; “HMA for Overlay Cl. 1/2-inch PG 64-22”, and “HMA for Pavement Repair Cl. 3/8-inch PG 64-22” shall be full pay for all costs, including anti-stripping additive, incurred to carry out the requirements of Section 5-04 except for thse costs included in other items which are included in this Subsection and which are included in the Proposal. Replace the fifth paragraph (begins with “Soil Residual Herbicide ___ft. Wide”) with the following: All cost incurred to obtain, provide and install herbicide for “Soil Residual Herbicide” in accordance with Section 5-04.3(5)D shall be incidental to the bid item(s) for HMA. Replace the ninth paragraph (begins with “Longitudinal Joint Seal” with the following: Longitudinal Joint Seals between the HMA and cement concrete pavement will be incidental to other items of work. Replace the eleventh paragraph with the following: The unit contract price for “Planing Bituminous Pavement” shall be full pay for all costs incurred to perform the Work described in Section 5-04.2(14 (PLANING BITUMINOUS PAVEMENT) to construct butt joints, to grind in front of wheel chair ramps, grind and overlay and to prepare for a thick overlay treatment as specified in the Plans. Replace the fourteenth paragraph (begins with “Anti-Stripping Additive” with the following: All costs associated with obtaining, providing and mixing the “Anti-Stripping Additive” in accordance with Section 5-04.3(7)A (Mix Design) shall be included in the unit contract price per ton of the HMA. The unit contract price for “Rubberized Asphalt for Crack Sealing” shall be full pay for all costs of material, labor, tools, and equipment necessary for the application of the crack sealant as specified. All costs associated with preparation, placing, blotting, and spreading DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS BASES «projectnum» 5-11 Special Provisions «proj_name» sand shall be considered incidental to the unit contract price for “Rubberized Asphalt for Crack Sealing.” 5-04.5(1) QUALITY ASSURANCE PRICE ADJUSTMENTS Revision Delete the fourth sentence of the first paragraph. 5-04.5(1)A PRICE ADJUSTMENTS FOR QUALITY OF HMA MIXTURE Replacement (March 10, 2010 APWA GSP) Delete this section and replace with the following: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1 ½”, 1”, ¾”, ½”, 3/8” and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. DIVISION 5: SURFACE TREATMENTS AND PAVEMENTS BASES «projectnum» 5-12 Special Provisions «proj_name» For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. 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. 5-04.5(1)B PRICE ADJUSTMENTS FOR QUALITY OF HMA COMPACTION Replacement (March 10, 2010 APWA GSP) Delete this section and replace it with the following: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. END OF DIVISION 5 DIVISION 6: STRUCTURES «projectnum» 6-1 Special Provisions «proj_name» DIVISION 6 STRUCTURES No revisions. END OF DIVISION 6 DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS «projectnum» 7-1 Special Provisions «proj_name» DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.1 DESCRIPTION Replacement This work shall consist of replacing manhole rings and covers and adjusting them to finish grade, and adjusting existing catch basin frames and grates to finish grade. 7-05.2 MATERIALS Supplement All manhole frames and covers shall be bolt-down as shown in Standard Detail No. SEWER-04 (24” Dia. Manhole Frame and Cover). Castings for manhole frames shall be gray iron or ductile iron and covers and grates shall be ductile iron. All storm sewer grates shall have the words “OUTFALL TO STREAMS, DUMP NO POLLUTANTS” cast on cover. 7-05.3(1) ADJUSTING MANHOLES & CATCH BASINS TO GRADE Supplement Adjustment shall also be in accordance with Standard Detail No. TRAFFIC-12 (Adjustment of New and Existing Utility Structures to Finish Grade) in Appendix A of this document. Manholes or catch basins shall not be adjusted until the asphalt paving is completed, at which time the center of each structure shall be carefully relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and the base material removed to permit removal of the frame or ring. The structure shall be adjusted to finish street grade. Temporary access to manholes, catch basins, and water valves shall be provided as soon as practical after paving. The frame or ring shall be placed on concrete blocks and/or wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed, the dimensions of which shall be equal to the inside dimensions of the opening plus 2 feet. The base materials and crushed rock shall be removed and Class 3000 cement concrete shall be placed so that the entire volume of the excavation is replaced to within, but not to exceed 6 inches of the finished pavement surface. Once manholes or catch basins have been adjusted to finished grade and the cement concrete backfill has cured (the day following placing the cement concrete), the asphalt concrete class B patches shall be placed and compacted with hand tampers and a patching roller within 48 hours or as directed by the engineer. A quick setting admixture shall be added to the cement concrete backfill. 7-05.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Manhole Ring and Solid Cover Per Each Adjust Catch Basin Per Each DIVISION 7: DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS «projectnum» 7-2 Special Provisions «proj_name» The unit contract price for “Manhole Ring and Solid Cover” shall be full pay for all work and materials and labor to furnish and install a new manhole ring and solid cover, including all costs to remove and dispose of the existing manhole ring and solid cover, and adjust the structure to final grade of the roadway. The unit contract price for “Adjust Catch Basin” shall be full pay for all work including providing all materials (including asphalt concrete patches, new Manhole ring and new Manhole solid covers, etc.), equipment and labor to adjust structures. 7-07 CLEANING EXISTING DRAINAGE STRUCTURES 7-07.5 PAYMENT Replacement Cleaning shall be considered incidental to the cost of the project. See also Section 1-07 (Legal Relations and Responsibilities to the Public) in this document for pollution control requirements. 7-12 VALVES FOR WATER MAINS 7-12.3 CONSTRUCTION REQUIREMENTS 7-12.3(2) ADJUST VALVE BOXES New Section “Adjust Valve Box” shall be in accordance with Standard Detail No. TRAFFIC-12 (Adjustment of New and Existing Utility Structures to Finish Grade) in Appendix A of this document and the applicable portion of Section 7-05.3(1) (Adjusting Manholes and Catch Basins to Grade). 7-12.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Adjust Valve Box Per Each The unit contract prices for “Adjust Valve Box” shall be full pay for all work including providing all materials (including asphalt concrete patches), equipment and labor to lower the structure before planing (if the Contractor elects) and adjust structures to finish grade after the overlay is complete. END OF DIVISION 7 DIVISION 8: MISCELLANEOUS CONSTRUCTION «projectnum» 8-1 Special Provisions «proj_name» DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.1 DESCRIPTION Supplement The Contractor shall implement temporary erosion and sediment control (TESC) measures as necessary to prevent erosion and to stop sediment-laden water from leaving the site and entering the storm drain system. Measures shall be in accordance with and conform to the City of Auburn Design Manual and these Special Provisions. The Contractor shall construct all necessary elements and provide other necessary materials, labor, and equipment. Exposed slopes and excavations shall be protected. The Contractor shall maintain and clean the facilities until final restoration has been placed and accepted. The Contractor shall have adequate materials on the site to respond to weather changes and shall modify the system to accommodate seasonal changes. 8-01.3(1)A SUBMITTALS Supplement/Revision When a temporary erosion and sediment control (TESC) plan is not included in the contract plans, the Contractor shall prepare a TESC plan and submit it to the Engineer for approval prior to beginning construction. The TESC plan shall cover all areas the Contractor’s work may affect both inside and outside the project limits. When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans, the Contractor shall either adopt or modify the existing TESC Plan. If modified, the Contractor's TESC Plan shall meet all requirements of the City of Auburn Surface Water Management Manual (SWMM). The Contractor shall provide a schedule for TESC Plan implementation and incorporate it into the Contractor’s progress schedule. The Contractor shall obtain the Engineer’s approval of the TESC Plan and schedule prior to the beginning of Work. The TESC Plan shall cover all areas that maybe affected inside and outside the limits of the project (including all Contracting Agency-provided sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies of water). The Contractor shall allow at least 5-working days for the Engineer to review any original or revised TESC Plan. Failure to approve all or part of any such Plan shall not make the Contracting Agency liable to the Contractor for any Work delays. 8-01.3(1)B EROSION AND SEDIMENT CONTROL (ESC) LEAD Revision (May 2012, City of Auburn) The first sentence of the third paragraph shall be revised to read as follows: The ESC Lead shall inspect all areas disturbed by construction activities, all on-site erosion and sediment control BMP’s and all stormwater discharge points every calendar week and within 24 hours of runoff events in which stormwater discharges from the site or as directed by the Engineer. DIVISION 8: MISCELLANEOUS CONSTRUCTION «projectnum» 8-2 Special Provisions «proj_name» 8-01.5 PAYMENT Supplement/Revision Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Inlet Protection Per Each All costs for Temporary Erosion and Sediment Control measures not identified for payment above and for development of the TESC Plan will be considered incidental to the various bid items in the Contract, no additional payment will be made. 8-02 ROADSIDE RESTORATION 8-02.1 DESCRIPTION Supplement This work also involves any minor repair or replacement work to restore roadside features the Engineer discovers during construction. 8-02.3 CONSTRUCTION REQUIREMENTS 8-02.3(1) RESPONSIBILITY DURING CONSTRUCTION Supplement Landscape construction is anticipated to begin after all curbs, sidewalks, rockeries, utilities, and associated roadside work is completed. The Contractor shall keep the premises clean, free of excess soils, plants, and other materials, including refuse and debris, resulting from his work throughout the planting operation. The Contractor shall maintain continuous pedestrian access and shall not stockpile materials or park equipment in any manner that may create hazards or obstacles to this access. At the end of each workday, and as each planting area is completed, it shall be neatly dressed and all surrounding walks and paved areas shall be cleaned to the satisfaction of the Engineer. Cleaning by flushing into sewers will not be allowed. The Contractor shall remove surplus soils, materials, and debris from the construction site and shall leave the project in a clean condition at the conclusion of the work. 8-02.3(4)A TOPSOIL TYPE A Supplement Topsoil Type A is to be used for all planting and seeding areas and shall be tested in an independent, certified soil testing lab to determine need for fertilizers and/or amendments. Modify soil according to soil testing laboratory recommendations. 8-02.3(5) PLANTING AREA PREPARATION Supplement Upon approval of the subgrades by the engineer, topsoil shall be placed to required depths for all seeded, sod, tree, shrub and groundcover areas. Topsoil and subgrade material shall be cultivated to a depth of 6 inches. Cultivation of the soil shall be done by farm disk, harrow, or other suitable equipment approved by the Engineer. This operation should be done at right angles to the natural flow of water on slopes unless otherwise directed by the DIVISION 8: MISCELLANEOUS CONSTRUCTION «projectnum» 8-3 Special Provisions «proj_name» Engineer. Remove rocks, roots, clods, stumps and debris over 1 inch diameter. Lightly compact soil and establish a smooth and uniform finished grade that protects against obstruction to surface drainage and ponding. For bark mulched shrub and groundcover beds, finish grade prior to placement of bark shall be 2 inches below top of adjacent finish grade. Any exposed tree roots in cut slopes shall be neatly pruned at the finish grade and the cuts treated with an approved sealer. During sidewalk construction, any exposed tree or shrub roots shall be neatly pruned at least 6 inches away from the proposed sidewalk and the cuts treated with an approved sealer. Costs for pruning and treating exposed roots shall be considered incidental to the Contract. 8-02.3(5)A PLACEMENT OF TOPSOIL New Section Topsoil shall be used to restore any landscape beds or planter areas disturbed by construction within the right of way. Topsoil shall be evenly spread over all cultivated planting and seeding areas to the following depths: Seeded and lawn sod areas – 4 inch depth; Shrub and groundcover areas – 6 inch depth unless otherwise shown on the plans. Thoroughly incorporate amendments into topsoil by rototilling to a depth of 3 inches in seeded areas and 5 inches in planting areas. 8-02.3(6) SOIL AMENDMENTS Supplement GroCo (GroCo Inc. tel. 206-622-5141), Tagro (City of Tacoma Tel. 253-502-2150), or Cedar Grove Compost shall be mixed with native topsoil to produce a 75/25 mix ratio (topsoil 75 percent and amendment 25 percent). 8-02.3(11) BARK OR WOOD CHIP MULCH Supplement Ground bark shall be placed over all planting beds and over all tree-planting saucers to a compact depth of 2 inches. Ground bark shall be placed around existing trees and bushes disturbed by construction to a compact depth of 2 inches. Thoroughly water and hose down plants with a fine spray to wash the leaves of the plants immediately after bark application. 8-02.3(16) LAWN INSTALLATION 8-02.3(16)A LAWN INSTALLATION Revision/Supplement Lawn seeding will not be permitted on this project. “Lawn Sod” per Section 9-14.6(8) (Sod) shall be laid smoothly in place in accordance with the typical section(s) in the plans. Prior to installing “Lawn Sod” all dry soil shall be moistened by sprinkling with water. On sloped areas, the sod shall be laid with the long dimension parallel to the toe or top of slope. The “Lawn Sod” shall be rolled and heavily watered by sprinkler after placement. DIVISION 8: MISCELLANEOUS CONSTRUCTION «projectnum» 8-4 Special Provisions «proj_name» 8-02.3(16)B LAWN ESTABLISHMENT Supplement The lawn establishment period shall begin immediately after all lawn planting has been accepted by the engineer and shall continue for a period of 12 weeks after physical completion. The Contractor shall be responsible for watering and fertilizing the lawn areas during the establishment period. 6-2-4 fertilizer shall be applied at 6-week intervals at the rate of 1½ pounds of available nitrogen per 1,000 square feet per application during the growing season of April through September. After completion of the lawn establishment period, the Contractor shall request an inspection by the Engineer. The Contractor shall correct all conditions unsatisfactory to the Engineer within a 10-day period, weather permitting, immediately following the inspection. All costs associated with the lawn establishment period shall be considered incidental to the Contract. 8-02.3(16)C LAWN MOWING Supplement Lawn mowing in not required on this project 8-02.3(16)D FERTILIZER FOR SODDED AREA New Section Prior to placing sod, a 10-2-10 fertilizer shall be rototilled into the top 3 inches of the soil at a rate of 4 pounds of available nitrogen per 1,000 square feet. 8-02.3(17) MISCELLANEOUS ROADSIDE RESTORATION New Section Miscellaneous roadside restoration shall consist of restoring areas affected by the curb and gutter, sidewalk, and driveway replacement work excluding the areas that will be restored with topsoil, lawn sod or bark mulch. This work shall include but is not limited to: Removal and resetting of fence. Providing and installing gravel behind the sidewalk or in the landscape strip. Replacement gravel shall match the existing type of gravel. Removing and resetting landscaping rocks and landscaping blocks. Trimming bushes to the back of sidewalk. 8-02.4 MEASUREMENT Supplement/Revision This section is supplemented as follows: Topsoil Type “A” will be measured by the square yard for the surface area of the landscape areas multiplied by the specified topsoil thickness for seeded and planting areas, converted to cubic yards. Bark mulch will be measured by the cubic yard for the surface area of the landscape area multiplied by the specified bark thickness, converted to cubic yards. “Lawn Sod” will be measured by the square yard in place after installation of actual lawn completed and accepted. DIVISION 8: MISCELLANEOUS CONSTRUCTION «projectnum» 8-5 Special Provisions «proj_name» The last two paragraphs are deleted. 8-02.5 PAYMENT Supplement/Revision Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Topsoil Type A Per Cubic Yard Lawn Sod Per Square Yard Bark Mulch Per Cubic Yard Miscellaneous Roadside Restoration Equitable Adjustment The unit contract price per cubic yard for “Topsoil Type A” shall be full pay to furnish and install Topsoil including all costs associated with preparing the Topsoil for installation, for preparing the site prior to placement of the Topsoil including removal of all excess material and debris, and for all costs associated with supplying and using required soil amendments, and for furnishing all labor, tools, equipment, and materials necessary to complete the work as specified. The unit Contract price per cubic yard for “Bark Mulch” shall be full pay for furnishing and spreading the mulch onto the existing soil. The unit price per square yard for “Lawn Sod” shall be full pay for all costs necessary for weed control within the area that the lawn sod is placed, to prepare the area, sod the lawn, erect barriers, fertilize the sod, and establish lawn areas including all required mowing, and for furnishing all labor, tools, equipment, and materials necessary to complete the work as specified, including lawn establishment. Payment for “Miscellaneous Roadside Restoration” will be per Section 1-09.4 (Equitable Adjustment) of these Special Provisions. Payment for lawn sod and plantings shall be made based on the following schedule: 85% After Initial Planting Acceptance/ Lawn Installation Acceptance 100% After Physical Completion 8-04 CURBS, GUTTERS AND SPILLWAYS 8-04.3 CONSTRUCTION REQUIREMENTS Supplement The letter “S”, 2-inches in height, shall be neatly imprinted into the top of the curb before the concrete hardens at each side sewer location. 8-04.3(1) CEMENT CONCRETE CURBS, GUTTERS, AND SPILLWAYS Supplement “Cement Concrete Traffic Curb and Gutter” shall be constructed in accordance with WSDOT Standard Plan No. F-10.12-03 (Cement Concrete Curbs). Reinforcing at catch basins shall conform to Standard Detail No. STORM-11 (Curb & Gutter Reinforcing Detail) DIVISION 8: MISCELLANEOUS CONSTRUCTION «projectnum» 8-6 Special Provisions «proj_name» in Appendix A of this document. The top of the curb shall have a 6 inch rise above the gutter line, except the curb shall have a ½ inch lip at wheelchair ramps and a 1 inch lip at driveways. Driveways and wheelchair ramps shall be per Standard Details in Appendix A of this document. Curb cuts for wheelchair ramps and driveways shall be considered incidental to the unit bid price for “Cement Concrete Traffic Curb and Gutter” per linear foot. When slip-form equipment is used to place the curb and gutter, the concrete mix design may be modified as follows: The Grade No. 2 coarse aggregate (1½ inch minus) may be replaced by Grade No. 5 coarse aggregate (1 inch minus) when required to accommodate the equipment. The fourth paragraph of Section 8-04.3(1) (Cement Concrete Curbs, Gutters, And Spillways) shall be deleted and replaced with the following: Joints in the curb and gutter shall be spaced to match joints in the abutting driveways and sidewalks or cement concrete pavement. All expansion/through joints shall extend entirely through the curb and gutter section. Maximum joint spacing shall be as follows: A. ¾ inch expansion/through joints at 20-foot maximum spacing, or 3/8-inch expansion/through joints at 10-foot maximum spacing; B. 1/8 inch x 1 inch deep saw cut or scored joints per Standard Specification 8- 04.3(1) (Cement Concrete Curbs, Gutters, and Spillways) at intervening 10- foot maximum spacing. 8-04.3(1)A EXTRUDED CEMENT CONCRETE CURB Supplement “Extruded Cement Concrete Curb Type 6” shall be in accordance with WSDOT Standard Plan No. 10-42-00 (Extruded Curb), and installed per WSDOT Standard Plan No. F-10.40- 02 (Extruded Curb Placement). 8-04.4 MEASUREMENT Supplement Measurement for “Cement Concrete Traffic Curb and Gutter” will not include cement concrete curb and gutter which will be reinforced and poured integral with an Industrial or Commercial Driveway Apron slab. 8-04.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Cement Concrete Traffic Curb and Gutter Per Linear Foot Extruded Cement Concrete Curb Type 6 Per Linear Foot DIVISION 8: MISCELLANEOUS CONSTRUCTION «projectnum» 8-7 Special Provisions «proj_name» 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.1 DESCRIPTION Replacement Driveway aprons shall be constructed in accordance Standard Detail No. TRAFFIC-07 (Residential Driveway), TRAFFIC-08 (Alternative Residential Driveway), TRAFFIC-09 (Commercial/Industrial Driveway), and TRAFFIC -10 (Alternative commercial/Industrial Driveway Retrofit) and to the size shown on the plans or as directed by the Engineer. Driveway approaches shall be considered to be that portion of the private driveways, which require removal and replacement to transition between the new cement concrete driveway aprons and the existing private driveway. “Cement Concrete Driveway Approaches” shall be constructed and finished as specified for driveways, except they shall be 4-inch thick slabs and not reinforced. 8-06.2 MATERIALS Replacement Materials shall meet the requirements of the following sections: Portland Cement 9-01 Aggregates 9-03 Premolded Joint Fillers 9-04.1 Concrete Curing Materials and Admixtures 9-23 8-06.3 CONSTRUCTION REQUIREMENTS Revision/Supplement The first paragraph is revised to read: Cement concrete driveways shall be constructed with air entrained concrete Class 3000 conforming to the requirements of Section 6-02 (Concrete Structures). Concrete driveways shall be cured per methods described in Section 5-05.3(13) (Curing), with the following exceptions if the curing compound method is used:  The Contractor shall use Type I clear curing compound per Section 9-23 (Concrete Curing Materials and Admixtures).  The Contractor shall not use white pigmented curing compound.  The curing agent shall be applied immediately after brushing and be maintained for a period of 5 calendar days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in event of rain or other unsuitable weather. Additional requirements for curing in hot weather shall be as follows: In periods of low humidity, drying winds, or high temperatures, a fog spray shall be applied to concrete after placement as soon as conditions warrant to prevent the formation of shrinkage cracks. The spray shall be continued until conditions permit the application of DIVISION 8: MISCELLANEOUS CONSTRUCTION «projectnum» 8-8 Special Provisions «proj_name» liquid curing membrane or other curing media. The Engineer shall make the decision when the use of a fog spray is necessary. Additional requirements for curing in cold weather shall be as outlined in Section 5-05.3(14) (Cold Weather Work). 8-06.4 MEASUREMENT Supplement Measurement for “Residential Driveway Apron” will be by the square yard of finished surface, excluding the cement concrete curb and gutter area. Measurement for “Industrial or Commercial Driveway Apron” will be by the square yard of finished surface including the cement concrete curb and gutter which will be reinforced and poured integral with the driveway apron slab. Driveway apron measurement widths shall be Dimension B plus 16 ft. as shown on Standard Detail Nos. TRAFFIC-07 (Residential Driveway), TRAFFIC-08 (Alternative Residential Driveway), TRAFFIC-09 (Commercial/Industrial Driveway), or TRAFFIC -10 (Alternative Commercial/Industrial Driveway Retrofit) in Appendix A of this document. 8-06.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Residential Driveway Apron Per Square Yard Industrial or Commercial Driveway Apron Per Square Yard The unit contract price per square yard for “Residential Driveway Apron” shall be full pay for all work to complete the installation including subgrade preparation, thickened edges, and wheelchair ramps. The unit contract price per square yard for “Industrial or Commercial Driveway Apron” shall be full pay for all work to complete the installation including subgrade preparation and integrated cement concrete curb and gutter. Payment for cement concrete curb and gutter will be in accordance with the provisions of Section 8-04 (Curbs, Gutters, and Spillways), except for locations where the curb and gutter is integral with the Industrial and Commercial Driveway Apron. Payment for water will be in accordance with the provisions of Section 2-07 (Watering). 8-09 RAISED PAVEMENT MARKERS 8-09.3 CONSTRUCTION REQUIREMENTS Replacement 8-09.3(2) SURFACE PREPARATION Supplement The Contractor shall pre-mark the layout of all channelization in accordance with the plans and Standard Detail No. TRAFFIC-43 [Pavement Markings (Raised Pavement Marker DIVISION 8: MISCELLANEOUS CONSTRUCTION «projectnum» 8-9 Special Provisions «proj_name» (RPM), Gore, Center, Skip & Turn Lane Stripe)] in Appendix A of this document and receive approval from the Engineer before installing “Raised Pavement Markers” (RPM’s). Pre-marks shall consist of painted spot markings or other approved methods. The Contractor shall request the Engineer’s approval of the pre-mark for channelization at least 2 full working days prior to installation of the RPMs. 8-09.4 MEASUREMENT Replacement The quantity of reflective (Type 2) markers will be measured per marker furnished and installed. 8-09.5 PAYMENT Replacement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Raised Pavement Marker Type 2 Per Each The unit contract price per each for “Raised Pavement Marker Type 2” shall be full pay for furnishing and installing the markers in accordance with these specifications including all cost involved with traffic control except for reimbursement for labor for traffic control in accordance with Section 1-10 (Temporary Traffic Control). 8-13 MONUMENT CASES 8-13.1 DESCRIPTION Supplement This work consists of constructing, or adjusting, monuments, to proper grade, and the furnishing and placing of materials and other related work in accordance with Standard Detail No. TRAFFIC-21 (Poured in Place Monument, Type B Modified), and TRAFFIC-22 (Monument Case and Cover) in Appendix A of this document, and on the details provided in the plan for adjusting surface monument with city provided case. 8-13.2 MATERIALS Supplement Monument cases and covers shall conform to Standard Detail TRAFFIC-22 (Monument Case and Cover) included in Appendix A of this document. Concrete used for setting the monuments shall be Class 3000. Bronze plug markers will be furnished by the City to the Contractor. Monument cases used to adjust surface monuments to grade will be supplied by the City at no expense to the Contractor. 8-13.3 CONSTRUCTION REQUIREMENTS 8-13.3(1) REFERENCE POINTS New Section The Engineer will reference all monuments in advance of construction and shall reset the points and grades at the proper time. DIVISION 8: MISCELLANEOUS CONSTRUCTION «projectnum» 8-10 Special Provisions «proj_name» It shall be the responsibility of the Contractor to furnish materials and install required castings in accordance with the plans and where directed by the Engineer. The Contractor shall carefully protect all reference points to the monuments and shall give the Engineer reasonable notice of the schedule for monument work in order to avoid destruction of the points. 8-13.3(2) INSTALLATION New Section Where called for on the plans, or where directed by the Engineer, the Contractor shall construct a poured “Monument Type B (Modified)” in accordance with these specifications and Standard Detail No. TRAFFIC-21 (Poured in Place Monument, Type B Modified) in Appendix A of this document. The bronze plug marker shall be inserted in the concrete mix to the required line and grade. The concrete base shall be placed on a well-compacted foundation. When Type B monuments are installed, the monument case shall be placed in such a manner that will not disturb the bronze plug markers. The Contractor shall install monuments after the final course of surfacing has been placed. After the monument or monument case has been in place for a minimum of three days, the roadway surface shall be patched in a workman like manner with Class B asphalt concrete pavement as directed by the Engineer. Where called for on the plans, or where directed by the Engineer, the Contractor shall adjust existing monuments to the grade as staked or otherwise directed by the Engineer. The existing cast iron case and cover shall first be removed and thoroughly cleaned for reinstalling at the new grade. 8-13.3(3) ADJUSTING SURFACE MONUMENT New Section The Engineer will reference the surface monument prior to paving. The surface around the surface monument shall be thoroughly cleaned and prepared to ensure bonding with the epoxy. The epoxy shall be evenly applied over the entire bottom surface of the case, and the existing pavement surface. Epoxy shall be a type II (two) epoxy per section 9-26 of these specifications. 8-13.4 MEASUREMENT Replacement Measurement of monuments will be by the unit for each type of monument complete in place. Measurement of “Adjust Surface Monument with City Provided Case” will be per each. 8-13.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Monument Type B (Modified) Per Each Adjust Surface Monument with City Provided Case Per Each DIVISION 8: MISCELLANEOUS CONSTRUCTION «projectnum» 8-11 Special Provisions «proj_name» The unit contract prices for “Monument Type B (Modified)”, and “Adjust Surface Monument with City Provided Case” shall be full pay for all work including providing all materials, equipment and labor to construct and adjust structures. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 DESCRIPTION Replacement This work shall consist of construction of cement concrete sidewalks, including curb ramps with detectable warning strips, driveway aprons and driveway approaches in accordance with these Specifications, the Contract Plans and the Standard Details in Appendix A of this document, or as directed by the Engineer. 8-14.2 MATERIALS Supplement Materials shall also meet the requirements of the following sections: Reinforcing Steel 9-07 The concrete for sidewalks and curb ramps shall be air entrained concrete Class 3000 in accordance with the requirements of Section 6-02 (Concrete Structures). 8-14.3 CONSTRUCTION REQUIREMENTS 8-14.3(1) EXCAVATION Supplement Excavation for sidewalk and curb ramps shall be in accordance with Section 2-03, (Roadway Excavation and Embankment). Embankments shall be compacted by Method B as specified in Section 2-03.3(14)C (Compacting Earth Embankments). Approved tampers shall be used in areas inaccessible to normal compaction equipment. The subgrade shall be graded to within 1 inch of established grade and the area between the sidewalk and the adjacent private property line shall be shaped to line, grade, and section shown on the plans before the forms are set. 8-14.3(2) FORMS Supplement Low areas in the subgrade shall be backfilled with select materials or suitable native material as directed by the Engineer and the backfill shall then be compacted to the satisfaction of the Engineer. All high areas in the subgrade shall be cut down to meet the subgrade requirements. 8-14.3(3) PLACING AND FINISHING CONCRETE Revision/Supplement (January 2015, City of Auburn) This section is supplemented as follows: DIVISION 8: MISCELLANEOUS CONSTRUCTION «projectnum» 8-12 Special Provisions «proj_name» Through joints and dummy joints shall be located and constructed in accordance with Standard Details Nos. TRAFFIC-23 (Sidewalk with Landscape Strip) and TRAFFIC-24 (Commercial/Industrial Sidewalk without Planter Strip) in Appendix A of this document. Dummy joints shall be formed by first cutting a groove in the concrete with a tee bar of a depth equal to, but not greater than the joint filler material, and then working the pre-molded joint filler into the groove. Pre-molded joint filler for both through and dummy joints shall be positioned in true alignment at right angles to the line of the sidewalk and be normal to and flush with the surface. Where the sidewalk will be contiguous with the curb, it shall be constructed with a thickened edge as shown on the Standard Detail No. TRAFFIC-24 (Commercial/Industrial Sidewalk without Planter Strip). Joints shall be edged with a ¼ inch radius edger and the sidewalk edges shall be edged with a ½ inch radius edger. The surface of the sidewalks shall be brushed with a fiber hair brush of an approved type in a transverse direction except that at driveway and alley crossings it shall be brushed longitudinally. Where identified in the plans Transition Panels shall be graded to transition from the cross slope grades specified in the Standard Details Traffic-23 and Traffic-24. Matching the cross slope of the new sidewalk or curb ramp at one edge and gradually change cross slope to match into the cross slope grades of the existing sidewalk. Transition panels will be paid as “Cement Concrete Sidewalk”, and no additional payment will be made. The fourth paragraph is revised to read: Curb Ramps shall be constructed in accordance with WSDOT Standard Plan F-40.12- 02(Parallel Curb Ramp), F-40.15-02 (Perpendicular Curb Ramps) in Appendix A of this document and shall include detectable warning surface. If any slope exceeds a maximum slope specified on the Standard Plans or Contract Plans or if any dimension is less than a minimum dimension specified on the Standard Plans or Contract Plans, the Contractor shall replace the curb ramp or a portion of the curb ramp as necessary and approved by the Engineer to bring the curb ramp into compliance. No additional payment will be made for this corrective work. 8-14.3(4) CURING Replacement Concrete sidewalks shall be cured per methods described in Section 5-05.3(13) (Curing), with the following exceptions if the curing compound method is used:  The Contractor shall use Type I clear curing compound per Section 9-23 (Concrete Curing Materials and Admixtures).  The Contractor shall not use white pigmented curing compound.  The curing agent shall be applied immediately after brushing and be maintained for a period of 5 calendar days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in event of rain or other unsuitable weather. DIVISION 8: MISCELLANEOUS CONSTRUCTION «projectnum» 8-13 Special Provisions «proj_name» Additional requirements for curing in hot weather shall be as follows: In periods of low humidity, drying winds, or high temperatures, a fog spray shall be applied to concrete after placement as soon as conditions warrant to prevent the formation of shrinkage cracks. The spray shall be continued until conditions permit the application of liquid curing membrane or other curing media. The Engineer shall make the decision when the use of a fog spray is necessary. Additional requirements for curing in cold weather shall be as outlined in Section 5-05.3(14) (Cold Weather Work). 8-14.3(5) DETECTABLE WARNING SURFACE Revision The first paragraph is deleted and replaced with the following: The detectable warning surface shall be located as shown in the plans and in accordance with WSDOT Standard Plan F-45.10-01 (Detectable Warning Surface) in Appendix A of this document. Installation of the detectable warning surface shall be in accordance with the manufacturer’s recommendation for placement in fresh concrete, before the concrete has reached its initial set. Detectable warning surface for installation on hardened cement concrete surfaces or asphalt concrete surfaces will not be used in this contract. 8-14.4 MEASUREMENT Supplement Measurement for “Cement Concrete Sidewalk”, and “Cement Concrete Curb Ramp” will be by the square yard of finished surface, excluding the cement concrete curb and gutter area and the curb ramp area. 8-14.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Cement Concrete Sidewalk Per Square Yard Cement Concrete Curb Ramp Per Square Yard The unit contract price per square yard for “Cement Concrete Sidewalk” shall be full pay for all work to complete the installation including subgrade preparation, transition panels and thickened edges where required. The unit contract price per each for “Cement Concrete Curb Ramp” shall be full pay for all work to complete the ramp installation including subgrade preparation, pedestrian curbs at the back and or sides of curb ramps, thickened edges, and detectable warning devices where identified. Payment for cement concrete curb and gutter will be in accordance with the provisions of Section 8-04 (Curbs, Gutters, and Spillways), except for locations where the curb and gutter is integral with the Industrial and Commercial Driveway Apron. Payment for water will be in accordance with the provisions of Section 2-07 (Watering). DIVISION 8: MISCELLANEOUS CONSTRUCTION «projectnum» 8-14 Special Provisions «proj_name» 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.1(1) REGULATIONS AND CODE Supplement The forth paragraph is deleted and replaced with the following: The Contractor shall obtain an electrical permit from Washington State Department of Labor and Industries. Electrical Service inspection will be performed by Labor and Industries. Obtaining the permit and request for inspections is the responsibility of the Contractor. The Contractor is advised that safe-wiring labels required by Labor and Industries shall apply on this project. The Contractor shall provide and install service wire and PVC conduit between the proposed service cabinet and the PSE point of service location as shown in the Plans or as directed by the Engineer. 8-20.2(1) EQUIPMENT LIST AND DRAWINGS Replacement (January 2015, City of Auburn) This section is deleted in its entirety and replaced with the following: Supplemental data for splice kits, junction boxes, conduit, conduit fittings, wiring, and all other electrical materials to be used on this project shall be submitted for approval before being incorporated into the work. Quantity, shall be indicated and consistent with the plans and the Specifications. All material to be reviewed for the signal system shall be submitted in a single package. The City of Auburn reserves the right to inspect the manufacturing process of all materials. Final inspection and acceptance of the installed materials will not be given until final installation and testing has been completed on the system. Approval to install materials and equipment must be obtained from the Engineer at the job site, before installation. The Contractor shall surrender to the City of Auburn all guarantees or warranties acquired for materials as a normal trade practice in connection with the purchase or as provided by the manufacturer for all materials used. The effective beginning date for all guarantees or warranties shall be the date that activation of the system in which the part(s) are used is complete and operational. 8-20.3 CONSTRUCTION REQUIREMENTS 8-20.3(1) GENERAL Supplement The second paragraph is supplemented with the following: Signal downtime will not be allowed Monday thru Friday between the hours of 6:00 AM and 9:00 AM and between 3:00 PM and 6:00 PM DIVISION 8: MISCELLANEOUS CONSTRUCTION «projectnum» 8-15 Special Provisions «proj_name» 8-20.3(14) SIGNAL SYSTEMS 8-20.3(14)C INDUCTION LOOP VEHICLE DETECTORS Supplement Loops shall be located and constructed as shown on the plans and in accordance with Standard Detail No. TRAFFIC-59 (Standard Detector Loop Spacing) and as shown on WSDOT Standard Plan No. J-50.12-00 (Type 3 Induction Loop). Saw cuts shall not remain empty for a duration longer than twenty-four hours after the saw cut is completed. Loops shall be wound clockwise and consist of 4 turns of loop conductor. From the loops to the junction box, the loop wires shall be twisted two turns per foot and labeled at the junction box in accordance with the loop schematics included in the plans. A 3/8-inch saw cut will be required for the twisted pair. Loop wires shall be connected to the lead-in cable using compression sleeves and sealed with 2-inch wide rubber mastic tape. An extra 10 feet of both loop wires and lead-in cable shall be coiled neatly in the junction boxes for future work. Loops shall be round and saw cuts shall be 6-foot diameter and shall be constructed using equipment designed for cutting round loops. The equipment shall use a concave, diamond-segmented blade. The saw cuts shall be vertical and shall be a minimum of 0.25 inches wide. The saw cut depth shall be minimum of 2 ½ inches and maximum of 3 inches measured at any point along the perimeter. The bottom of the saw cut shall be smooth. No edges created by differences in saw cut depths will be allowed. The Stop bar loops shall be spliced in series per lane, mid and advance loop wires shall be spliced in parallel. System loops shall be spliced into individual home runs per lane. 8-20.3(14)D TEST FOR INDUCTION LOOPS AND LEAD-IN CABLE Supplement Continuity checks of pre-formed loops shall be done before installation, and both continuity and resistance to ground after the loops are embedded in the pavement. 8-20.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Induction Loop Vehicle Detector Per Each The unit contract price per each for “Induction Loop Vehicle Detector” shall be full pay for furnishing and installing the complete induction loops in accordance with these specifications, including connection to the existing system at the existing junction boxes. DIVISION 8: MISCELLANEOUS CONSTRUCTION «projectnum» 8-16 Special Provisions «proj_name» 8-22 PAVEMENT MARKING 8-22.1 DESCRIPTION Supplement Before installing pavement markings the Contractor shall pre-mark the layout of all channelization and receive approval from the Engineer. Pre-marks shall consist of painted spot markings or temporary pavement marking tape. The Contractor shall notify the Engineer of intention to receive approval of the channelization pre-mark at least 48 hours in advance. 8-22.2 MATERIALS Supplement The preformed marking material shall be Pave-Mark Hydrocarbon or approved equal and shall consist of white or yellow films with pigments selected and blended to conform to standard highway colors through the expected life of the film. Glass beads shall be incorporated to provide immediate and continuing retroreflection. 8-22.3 CONSTRUCTION REQUIREMENTS Supplement Installation of pavement markings shall conform to Standard Detail Nos. TRAFFIC-35 (Lane-Use Pavement Marking Detail), TRAFFIC-36 (34’ Wide Roadway, Crosswalk and Stop Bar Detail), TRAFFIC-37 (44’ Wide Roadway, Crosswalk and Stop Bar Detail), TRAFFIC-38 (61’ Wide Roadway, Crosswalk and Stop Bar Detail), TRAFFIC-39 (2-Way Left Turn Lane to Left Turn Lane), TRAFFIC-40 Pavement Markings (2-Lane 2-Way Traffic, Left Turn Lane, 2-Way Left Lane and Standard Lane Markings), TRAFFIC-41 Pavement Markings (2-Way Left Turn Lane with Left Turn Pocket), TRAFFIC-42 Pavement Markings(Dual Left Turn Lanes and Dual Right Turn Lanes), TRAFFIC-43 Pavement markings (Raised Pavement Marker (RPM), gore Center, Skip & Turn Lane Stripe), TRAFFIC-44 Bicycle Lane Markings (Right Turn Lane Drop), TRAFFIC-45 Bicycle Lane Markings (Right Turn Pocket), Traffic-58 (50’ wide Roadway, Crosswalk and Stop Bar detail. 8-22.4 MEASUREMENT Supplement “Plastic Crosswalk Stripe and Stop Bar (24 inch wide)” shall be measured per linear foot of work completed and accepted. 8-22.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Paint Line Per Linear Foot Painted Wide Line Per Linear Foot Plastic Wide Line Per Linear Foot Plastic Crosswalk Stripe and Stop Bar (24 inch wide) Per Linear Foot Painted Bicycle Lane Symbol Per Each Plastic Traffic Arrow Per Each Plastic Traffic Letter Per Each DIVISION 8: MISCELLANEOUS CONSTRUCTION «projectnum» 8-17 Special Provisions «proj_name» Removal of Painted Markings Per Linear Foot 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.1 DESCRIPTION Supplement Temporary Pavement Markings shall only be used when the temporary striping is anticipated to last less than 6 months. Phasing that will require temporary alignment longer than 6 months should install striping per Section 8-22 (Pavement Marking). 8-23.2 MATERIALS Supplement Adhesive for all temporary raised pavement markers shall be of a material that does not mark or damage the existing pavement following removal of the raised pavement marker. 8-23.4 MEASUREMENT Supplement Temporary Markings shall be measured per linear foot installed, with no deduction for gaps in the line or markers. 8-23.5 PAYMENT Supplement Payment will be made in accordance with Section 1-04.1 (Intent of the Contract) for the following bid items: Temporary Pavement Markings Per Linear Foot END OF DIVISION 8 DIVISION 9: MATERIALS «projectnum» 9-1 Special Provisions «proj_name» DIVISION 9 MATERIALS 9-03.8(7) HMA TOLERANCES AND ADJUSTMENTS Revision Item 1 is deleted and replaced with: (May 25, 2006 APWA GSP) 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5- 04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate, percent passing 1”, ¾”, ½”, and 3/8” sieves 6% 8% U.S. No. 4 sieve 6% 8% U.S. No. 8 sieve 6% 8% U.S. No. 200 sieve 2.0% 3.0% Asphalt Binder 0.5% 0.7% These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99-100. The tolerance limits on sieves shall only apply to sieves with control points. 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.15(1) MANHOLE RING AND COVER Supplement Castings for manhole rings and covers and Catch Basin Type II shall conform to Standard Detail No. SEWER-04 (24” Dia. Manhole Frame and Cover) in Appendix A of this document. 9-05.15(2) METAL FRAME, GRATE, AND SOLID METAL COVER FOR CATCH BASINS OR INLETS Supplement Metal frames, grates and solid metal covers for catch basins or inlets shall conform to WSDOT Standard Plan Nos. B-30.10-01 (Rectangular Frame (reversible)), B-30.20-02 (Rectangular Solid Metal Cover), B-30.30-01 (Rectangular Vaned Grate), and B-30.50-01 (Rectangular Herringbone Grate) in Appendix A of this document unless otherwise specified. Castings for metal frames shall be gray iron or ductile iron and covers and grates shall be ductile iron. Solid Metal Covers shall conform to Standard Detail No. SEWER-04 (24” Dia. Manhole Frame and Cover) in Appendix A of this document. DIVISION 9: MATERIALS «projectnum» 9-2 Special Provisions «proj_name» 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1 SOIL 9-14.1(1) TOPSOIL TYPE A Supplement The topsoil shall be a loamy sandy loam textural class as determined by the U.S. Department of Agriculture Classification System, free from materials toxic to plant growth, noxious weed seeds, rhizomes, roots, subsoil, and debris. The contractor shall furnish sufficient quantities of topsoil for placement in all seeding areas (4 inch depth topsoil) and planting areas (6 inch depth topsoil) and for tree and shrub planting soil requirements, plus a reserve quantity for restoring additional areas outside designated planting and seeding areas that are disturbed by the Contractor’s activities. 9-14.4(3) BARK OR WOOD CHIPS Supplement (July 2010, City of Auburn) The Contractor shall submit sample of the bark or wood chips for approval before delivery to the job site. Bark shall be free from weed seeds, sawdust and splinters, and shall not contain wood fiber or other compounds detrimental to plant life. Source shall be from freshwater mill. 9-22 MONUMENT CASES 9-22.1 MONUMENT CASES, COVERS AND RISERS Supplement Castings shall be in accordance with the details in the plans and Standard Detail No. TRAFFIC-22 (Monument Case and Cover) in Appendix A of this document. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL Revision 9-29.3 FIBER OPTIC CABLE, ELECTRICAL CONDUCTORS, AND CABLE Supplement Traffic Signals 1. Loop Lead-In Cable shall be #14 AWG, two conductor stranded copper, twisted approximately two turns per foot. The conductors shall be covered with a foil shield and protected with an outer jacket. The cable shall conform to IMSA Spec. No. 50-2. 2. Detector Loop Wire (sawcut) shall be No. 14 AWG class B stranded copper wire with cross-linked polyethylene type USE insulation and conform to IMSA Spec. 51-3. 3. The detector lead-in cable for EVP shall be 3M OPTICOM Model 138 shielded detector cable or approved equal. No splicing will be allowed between the detector and the controller cabinet. DIVISION 9: MATERIALS «projectnum» 9-3 Special Provisions «proj_name» 9-29.12(2) TRAFFIC SIGNAL SPLICE MATERIAL Supplement Loop lead-in wires shall be spliced at the junction box; with a waterproof splice leaving 10 feet each of loop wire and loop lead-in cable for future work. The connection shall be made using compression sleeves sealed with black 50-mm wide, ethylene propylene rubber mastic tape. 9-29.12(3) SEALANTS New Section Loop detector sealant specifically manufactured for loop wire shall be used to imbed the loop wire into the pavement and fill the sawcut to within 1/16 inch of the top of the pavement. Sealant shall completely cover the foam backer rod. Loop Sealant shall be: 1. Craftco MSI 34271; 2. Max Cutter Seal No. 3; 3. 3M Black 5000; or 4. Engineer approved equivalent. Installation shall conform to the manufacturer recommendations. END OF DIVISION 9 Printed on: 1/13/2015 9:56 AM APPENDIX A LIST OF STANDARD DETAILS & STANDARD PLANS NOTE: The Standard Details and Standard Plans which are applicable to this project are herein provided for the Contractor’s convenience. Additional Standard Details and Standard Plans are available from the City upon request. APPENDIX “A” TABLE OF CONTENTS FOR STANDARD DETAILS AND PLANS TRAFFIC DETAIL NAME STANDARD NUMBER RESIDENTIAL DRIVEWAY ................................................................................................................... TRAFFIC-07 ALTERNATE RESIDENTIAL DRIVEWAY ............................................................................................. TRAFFIC-08 COMMERCIAL/INDUSTRIAL DRIVEWAY ............................................................................................ TRAFFIC-09 ALTERNATE COMMERCIAL/INDUSTRIAL DRIVEWAY RETROFIT ................................................... TRAFFIC-10 ADJUSTMENT OF NEW AND EXISTING UTILITY STRUCTURES TO FINISH GRADE ..................... TRAFFIC-12 POURED IN PLACE MONUMENT, TYPE ‘B’ MODIFIED ...................................................................... TRAFFIC-21 MONUMENT CASE AND COVER ......................................................................................................... TRAFFIC-22 SIDEWALK WITH LANDSCAPE STRIP ................................................................................................ TRAFFIC-23 COMMERCIAL/INDUSTRIAL SIDEWALK WITHOUT PLANTER STRIP .............................................. TRAFFIC-24 LANE-USE PAVEMENT MARKING DETAIL ......................................................................................... TRAFFIC-35 34’ WIDE ROADWAY, CROSSWALK AND STOP BAR DETAIL .......................................................... TRAFFIC-36 44’ WIDE ROADWAY, CROSSWALK AND STOP BAR DETAIL .......................................................... TRAFFIC-37 61’ WIDE ROADWAY, CROSSWALK AND STOP BAR DETAIL .......................................................... TRAFFIC-38 2 WAY LEFT TURN LANE TO LEFT TURN LANE ................................................................................ TRAFFIC-39 PAVEMENT MARKINGS (2-Lane 2-Way Traffic, Left Turn Lane, 2-Way Left Turn Lane, and Standard Lane Markings ................................................................................. TRAFFIC-40 PAVEMENT MARKINGS (2-Way Left Turn Lane with Left Turn Pocket) ............................................... TRAFFIC-41 PAVEMENT MARKINGS (Dual Left Turn Lanes and Dual Right Turn Lanes) ....................................... TRAFFIC-42 PAVEMENT MARKINGS (Raised Pavement Marker (RPM), Gore, Center, Skip, and Turn Lane Stripe) ..................................................................................................... TRAFFIC-43 BICYCLE LANE MARKINGS (Right Turn Lane Drop) ............................................................................ TRAFFIC-44 BICYCLE LANE MARKINGS (Right Turn Pocket) ................................................................................. TRAFFIC-45 50’ WIDE ROADWAY CROSSWALK AND STOP BAR DETAIL ........................................................... TRAFFIC-58 STANDARD DETECTOR LOOP SPACING ........................................................................................... TRAFFIC-59 SANITARY SEWER DETAIL NAME STANDARD NUMBER 24” DIA. MANHOLE FRAME AND COVER ........................................................................................... SEWER-04 STORM DRAINAGE DETAIL NAME STANDARD NUMBER CURB & GUTTER REINFORCING DETAIL .......................................................................................... STORM-11 WSDOT STANDARD PLANS (COMMONLY USED BY CITY OF AUBURN AND NOT INCLUDED HEREIN) STANDARD PLAN NAME STANDARD NUMBER RECTANGULAR FRAME (REVERSIBLE) ....................................................................................... B-30.10.01 RECTANGULAR SOLID METAL COVER ........................................................................................ B-30.20.02 RECTANGULAR VANED GRATE ................................................................................................... B-30.30-01 RECTANGULAR HERRINGBONE GRATE ..................................................................................... B-30.50-01 CEMENT CONCRETE CURBS ....................................................................................................... F-10.12-00 EXTRUDED CURB PLACEMENT ................................................................................................... F-10.40-02 EXTRUDED CURB .......................................................................................................................... F-10.42-00 PARALLEL CURB RAMP................................................................................................................. F-40.12-02 PERPENDICULAR CURB RAMP .................................................................................................... F-40.15-02 DETECTABLE WARNING SURFACE ............................................................................................. F-45.10-01 TYPE 3 INDUCTION LOOP .............................................................................................................. J-50.12.00 INDUCTION LOOP DETAILS .......................................................................................................... J-50.15-00 ONE LANE, TWO-WAY TRAFFIC CONTROL WITH FLAGGERS ............................................................. TC1 PILOT CAR OPERATION ........................................................................................................................... TC2 SINGLE-LANE CLOSURE FOR MULTI-LANE ROADWAYS ..................................................................... TC3 DOUBLE-LEANE CLOSURE FOR MULTI-LANE ROADWAYS .................................................................. TC4 SHOULDER CLOSURE – LOW SPEED ..................................................................................................... TC5 SHOULDER CLOSURE – HIGH SPEED .................................................................................................... TC6 TEMPORARY OFF-RAMP FOR MULTI-LANE ROADWAYS ..................................................................... TC7 TEMPORARY ON-RAMP FOR MULTI-LANE ROADWAYS ....................................................................... TC8 TEMPORARY ON-RAMP FOR MULTI-LANE ROADWAYS ....................................................................... TC9 RIGHT LANE CLOSURE WITH SHIFT – 5 LANE ROADWAY ................................................................. TC10 LEFT LANE AND CENTER TURN LANE CLOSURE – 5 LANE ROADWAY ........................................... TC11 LANE SHIFT – THREE LANE ROADWAY ............................................................................................... TC12 SHORT TERM RAMP CLOSURES .......................................................................................................... TC13 INTERSECTION LANE CLOSURE – THREE LANE ROADWAY ............................................................. TC14 INTERSECTION LANE CLOSURE – FIVE LANE ROADWAY ................................................................. TC15 INTERSECTION PEDESTRIAN TRAFFIC CONTROL ............................................................................. TC16 SINGLE-LANE CLOSURE WITH SHIFT ................................................................................................... TC17 TYPICAL ROUNDABOUT FLAGGING OPERATION ............................................................................... TC18 APPENDIX B PREVAILING WAGE RATES NOTE: Wages including fringe benefits for each job classification shall be paid by the Contractor and all Subcontractors in accordance with the higher rate appearing in the Washington State or the Federal Wage Rates listed. 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: 1/13/2015 County Trade Job Classification Wage HolidayOvertimeNote King Asbestos Abatement Workers Journey Level$42.675D 1H King Boilermakers Journey Level$64.445N 1C King Brick Mason Brick And Block Finisher$44.465A 1M King Brick Mason Journey Level$51.325A 1M King Brick Mason Pointer-Caulker-Cleaner$51.325A 1M King Building Service Employees Janitor$21.295S 2F King Building Service Employees Traveling Waxer/Shampooer$21.705S 2F King Building Service Employees Window Cleaner (Non- Scaffold) $24.945S 2F King Building Service Employees Window Cleaner (Scaffold)$25.805S 2F King Cabinet Makers (In Shop)Journey Level$22.741 King Carpenters Acoustical Worker$52.325D 4C King Carpenters Bridge, Dock And Wharf Carpenters $52.325D 4C King Carpenters Carpenter$52.325D 4C King Carpenters Carpenters on Stationary Tools$52.455D 4C King Carpenters Creosoted Material$52.425D 4C King Carpenters Floor Finisher$52.325D 4C King Carpenters Floor Layer$52.325D 4C King Carpenters Scaffold Erector$52.325D 4C King Cement Masons Journey Level$52.387A 1M King Divers & Tenders Diver$105.375D 4C 8A King Divers & Tenders Diver On Standby$59.505D 4C King Divers & Tenders Diver Tender$54.825D 4C King Divers & Tenders Surface Rcv & Rov Operator$54.825D 4C King Divers & Tenders Surface Rcv & Rov Operator Tender $51.075A 4C King Dredge Workers Assistant Engineer$53.005D 3F King Dredge Workers Assistant Mate (Deckhand)$52.585D 3F King Dredge Workers Boatmen$52.305D 3F King Dredge Workers Engineer Welder $54.045D 3F Page 1of 17 1/13/2015https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx King Dredge Workers Leverman, Hydraulic$55.175D 3F King Dredge Workers Mates$52.305D 3F King Dredge Workers Oiler$52.585D 3F King Drywall Applicator Journey Level$52.325D 1H King Drywall Tapers Journey Level$52.375P 1E King Electrical Fixture Maintenance Workers Journey Level$25.845L 1E King Electricians - Inside Cable Splicer$65.697C 2W King Electricians - Inside Cable Splicer (tunnel)$70.527C 2W King Electricians - Inside Certified Welder$63.497C 2W King Electricians - Inside Certified Welder (tunnel)$68.107C 2W King Electricians - Inside Construction Stock Person$35.697C 2W King Electricians - Inside Journey Level$61.307C 2W King Electricians - Inside Journey Level (tunnel)$65.697C 2W King Electricians - Motor Shop Craftsman$15.371 King Electricians - Motor Shop Journey Level$14.691 King Electricians - Powerline Construction Cable Splicer$68.335A 4A King Electricians - Powerline Construction Certified Line Welder$62.505A 4A King Electricians - Powerline Construction Groundperson$42.565A 4A King Electricians - Powerline Construction Heavy Line Equipment Operator $62.505A 4A King Electricians - Powerline Construction Journey Level Lineperson$62.505A 4A King Electricians - Powerline Construction Line Equipment Operator$52.475A 4A King Electricians - Powerline Construction Pole Sprayer$62.505A 4A King Electricians - Powerline Construction Powderperson$46.555A 4A King Electronic Technicians Journey Level$31.001 King Elevator Constructors Mechanic$80.147D 4A King Elevator Constructors Mechanic In Charge$86.777D 4A King Fabricated Precast Concrete Products All Classifications - In-Factory Work Only $15.255B 1R King Fence Erectors Fence Erector$15.181 King Flaggers Journey Level$36.177A 3I King Glaziers Journey Level$54.917L 1Y King Heat & Frost Insulators And Asbestos Workers Journeyman$60.935J 1S King Heating Equipment Mechanics Journey Level$70.377F 1E King Hod Carriers & Mason Tenders Journey Level$44.007A 3I King Industrial Power Vacuum Cleaner Journey Level$9.471 King Inland Boatmen Boat Operator$54.575B 1K King Inland Boatmen Cook$50.955B 1K Page 2of 17 1/13/2015https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx King Inland Boatmen Deckhand $51.195B 1K King Inland Boatmen Deckhand Engineer$52.185B 1K King Inland Boatmen Launch Operator$53.405B 1K King Inland Boatmen Mate$53.405B 1K King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Cleaner Operator, Foamer Operator $31.491 King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Grout Truck Operator$11.481 King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Head Operator$24.911 King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Technician$19.331 King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Tv Truck Operator$20.451 King Insulation Applicators Journey Level$52.325D 4C King Ironworkers Journeyman$61.627N 1O King Laborers Air, Gas Or Electric Vibrating Screed $42.677A 3I King Laborers Airtrac Drill Operator$44.007A 3I King Laborers Ballast Regular Machine$42.677A 3I King Laborers Batch Weighman$36.177A 3I King Laborers Brick Pavers$42.677A 3I King Laborers Brush Cutter$42.677A 3I King Laborers Brush Hog Feeder$42.677A 3I King Laborers Burner$42.677A 3I King Laborers Caisson Worker$44.007A 3I King Laborers Carpenter Tender$42.677A 3I King Laborers Caulker$42.677A 3I King Laborers Cement Dumper-paving$43.467A 3I King Laborers Cement Finisher Tender$42.677A 3I King Laborers Change House Or Dry Shack$42.677A 3I King Laborers Chipping Gun (under 30 Lbs.)$42.677A 3I King Laborers Chipping Gun(30 Lbs. And Over) $43.467A 3I King Laborers Choker Setter$42.677A 3I King Laborers Chuck Tender$42.677A 3I King Laborers Clary Power Spreader$43.467A 3I King Laborers Clean-up Laborer$42.677A 3I King Laborers Concrete Dumper/chute Operator $43.467A 3I King Laborers Concrete Form Stripper$42.677A 3I King Laborers Concrete Placement Crew$43.467A 3I King Laborers $43.467A 3I Page 3of 17 1/13/2015https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx Concrete Saw Operator/core Driller King Laborers Crusher Feeder$36.177A 3I King Laborers Curing Laborer$42.677A 3I King Laborers Demolition: Wrecking & Moving (incl. Charred Material) $42.677A 3I King Laborers Ditch Digger$42.677A 3I King Laborers Diver$44.007A 3I King Laborers Drill Operator (hydraulic,diamond) $43.467A 3I King Laborers Dry Stack Walls$42.677A 3I King Laborers Dump Person$42.677A 3I King Laborers Epoxy Technician$42.677A 3I King Laborers Erosion Control Worker$42.677A 3I King Laborers Faller & Bucker Chain Saw$43.467A 3I King Laborers Fine Graders$42.677A 3I King Laborers Firewatch$36.177A 3I King Laborers Form Setter$42.677A 3I King Laborers Gabian Basket Builders$42.677A 3I King Laborers General Laborer$42.677A 3I King Laborers Grade Checker & Transit Person $44.007A 3I King Laborers Grinders$42.677A 3I King Laborers Grout Machine Tender$42.677A 3I King Laborers Groutmen (pressure)including Post Tension Beams $43.467A 3I King Laborers Guardrail Erector$42.677A 3I King Laborers Hazardous Waste Worker (level A) $44.007A 3I King Laborers Hazardous Waste Worker (level B) $43.467A 3I King Laborers Hazardous Waste Worker (level C) $42.677A 3I King Laborers High Scaler$44.007A 3I King Laborers Jackhammer$43.467A 3I King Laborers Laserbeam Operator$43.467A 3I King Laborers Maintenance Person$42.677A 3I King Laborers Manhole Builder-mudman$43.467A 3I King Laborers Material Yard Person$42.677A 3I King Laborers Motorman-dinky Locomotive$43.467A 3I King Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla $43.467A 3I King Laborers Pavement Breaker$43.467A 3I Page 4of 17 1/13/2015https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx King Laborers Pilot Car $36.177A 3I King Laborers Pipe Layer Lead$44.007A 3I King Laborers Pipe Layer/tailor$43.467A 3I King Laborers Pipe Pot Tender$43.467A 3I King Laborers Pipe Reliner$43.467A 3I King Laborers Pipe Wrapper$43.467A 3I King Laborers Pot Tender$42.677A 3I King Laborers Powderman$44.007A 3I King Laborers Powderman's Helper$42.677A 3I King Laborers Power Jacks$43.467A 3I King Laborers Railroad Spike Puller - Power$43.467A 3I King Laborers Raker - Asphalt$44.007A 3I King Laborers Re-timberman$44.007A 3I King Laborers Remote Equipment Operator$43.467A 3I King Laborers Rigger/signal Person$43.467A 3I King Laborers Rip Rap Person$42.677A 3I King Laborers Rivet Buster$43.467A 3I King Laborers Rodder$43.467A 3I King Laborers Scaffold Erector$42.677A 3I King Laborers Scale Person$42.677A 3I King Laborers Sloper (over 20")$43.467A 3I King Laborers Sloper Sprayer$42.677A 3I King Laborers Spreader (concrete)$43.467A 3I King Laborers Stake Hopper$42.677A 3I King Laborers Stock Piler$42.677A 3I King Laborers Tamper & Similar Electric, Air & Gas Operated Tools $43.467A 3I King Laborers Tamper (multiple & Self- propelled) $43.467A 3I King Laborers Timber Person - Sewer (lagger, Shorer & Cribber) $43.467A 3I King Laborers Toolroom Person (at Jobsite)$42.677A 3I King Laborers Topper$42.677A 3I King Laborers Track Laborer$42.677A 3I King Laborers Track Liner (power)$43.467A 3I King Laborers Traffic Control Laborer$38.687A 3I 8R King Laborers Traffic Control Supervisor$38.687A 3I 8R King Laborers Truck Spotter$42.677A 3I King Laborers Tugger Operator$43.467A 3I King Laborers Tunnel Work-Compressed Air Worker 0-30 psi $64.997A 3I 8Q King Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi $70.027A 3I 8Q King Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi $73.707A 3I 8Q King Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi $79.407A 3I 8Q Page 5of 17 1/13/2015https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx King Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi $81.52 7A 3I 8Q King Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi $86.627A 3I 8Q King Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi $88.527A 3I 8Q King Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi $90.527A 3I 8Q King Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi $92.527A 3I 8Q King Laborers Tunnel Work-Guage and Lock Tender $44.107A 3I 8Q King Laborers Tunnel Work-Miner$44.107A 3I 8Q King Laborers Vibrator$43.467A 3I King Laborers Vinyl Seamer$42.677A 3I King Laborers Watchman$32.877A 3I King Laborers Welder$43.467A 3I King Laborers Well Point Laborer$43.467A 3I King Laborers Window Washer/cleaner$32.877A 3I King Laborers - Underground Sewer & Water General Laborer & Topman$42.677A 3I King Laborers - Underground Sewer & Water Pipe Layer$43.467A 3I King Landscape Construction Irrigation Or Lawn Sprinkler Installers $13.561 King Landscape Construction Landscape Equipment Operators Or Truck Drivers $28.171 King Landscape Construction Landscaping or Planting Laborers $17.871 King Lathers Journey Level$52.325D 1H King Marble Setters Journey Level$51.325A 1M King Metal Fabrication (In Shop)Fitter$15.861 King Metal Fabrication (In Shop)Laborer$9.781 King Metal Fabrication (In Shop)Machine Operator$13.041 King Metal Fabrication (In Shop)Painter$11.101 King Metal Fabrication (In Shop)Welder$15.481 King Millwright Journey Level$53.425D 4C King Modular Buildings Cabinet Assembly$11.561 King Modular Buildings Electrician$11.561 King Modular Buildings Equipment Maintenance$11.561 King Modular Buildings Plumber$11.561 King Modular Buildings Production Worker$9.471 King Modular Buildings Tool Maintenance$11.561 King Modular Buildings Utility Person$11.561 King Modular Buildings Welder$11.561 King Painters Journey Level$37.806Z 2B King Pile Driver Journey Level$52.575D 4C King Plasterers Journey Level$50.427Q 1R Page 6of 17 1/13/2015https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx King Playground & Park Equipment Installers Journey Level $9.471 King Plumbers & Pipefitters Journey Level$74.696Z 1G King Power Equipment Operators Asphalt Plant Operators$55.247A 3C 8P King Power Equipment Operators Assistant Engineer$51.977A 3C 8P King Power Equipment Operators Barrier Machine (zipper)$54.757A 3C 8P King Power Equipment Operators Batch Plant Operator, Concrete $54.757A 3C 8P King Power Equipment Operators Bobcat$51.977A 3C 8P King Power Equipment Operators Brokk - Remote Demolition Equipment $51.977A 3C 8P King Power Equipment Operators Brooms$51.977A 3C 8P King Power Equipment Operators Bump Cutter$54.757A 3C 8P King Power Equipment Operators Cableways$55.247A 3C 8P King Power Equipment Operators Chipper$54.757A 3C 8P King Power Equipment Operators Compressor$51.977A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $55.247A 3C 8P King Power Equipment Operators Concrete Finish Machine -laser Screed $51.977A 3C 8P King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $54.337A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $54.757A 3C 8P King Power Equipment Operators Conveyors$54.337A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $54.757A 3C 8P King Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $55.797A 3C 8P King Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $56.367A 3C 8P King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $55.247A 3C 8P King Power Equipment Operators Cranes: A-frame - 10 Tons And Under $51.977A 3C 8P King Power Equipment Operators Cranes: Friction 100 Tons Through 199 Tons $56.367A 3C 8P King Power Equipment Operators Cranes: Friction Over 200 Tons$56.927A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $56.927A 3C 8P King Power Equipment Operators $54.337A 3C 8P Page 7of 17 1/13/2015https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher$54.757A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches (power) $54.757A 3C 8P King Power Equipment Operators Derricks, On Building Work$55.247A 3C 8P King Power Equipment Operators Dozers D-9 & Under$54.337A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $54.337A 3C 8P King Power Equipment Operators Drilling Machine$54.757A 3C 8P King Power Equipment Operators Elevator And Man-lift: Permanent And Shaft Type $51.977A 3C 8P King Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $54.757A 3C 8P King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $54.337A 3C 8P King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $51.977A 3C 8P King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $54.757A 3C 8P King Power Equipment Operators Gradechecker/stakeman$51.977A 3C 8P King Power Equipment Operators Guardrail Punch$54.757A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $55.247A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $54.757A 3C 8P King Power Equipment Operators Horizontal/directional Drill Locator $54.337A 3C 8P King Power Equipment Operators Horizontal/directional Drill Operator $54.757A 3C 8P King Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $54.337A 3C 8P King Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $51.977A 3C 8P King Power Equipment Operators Loader, Overhead 8 Yards. & Over $55.797A 3C 8P King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $55.247A 3C 8P King Power Equipment Operators Loaders, Overhead Under 6 Yards $54.757A 3C 8P King Power Equipment Operators Loaders, Plant Feed$54.757A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt$54.337A 3C 8P King Power Equipment Operators Locomotives, All$54.757A 3C 8P King Power Equipment Operators Material Transfer Device$54.757A 3C 8P King Power Equipment Operators $55.797A 3C 8P Page 8of 17 1/13/2015https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Grader - Non- finishing $54.337A 3C 8P King Power Equipment Operators Motor Patrol Graders, Finishing $55.247A 3C 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $55.247A 3C 8P King Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $51.977A 3C 8P King Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $54.337A 3C 8P King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $54.757A 3C 8P King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $55.797A 3C 8P King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $55.247A 3C 8P King Power Equipment Operators Pavement Breaker$51.977A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane Mount) $54.757A 3C 8P King Power Equipment Operators Plant Oiler - Asphalt, Crusher$54.337A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical$51.977A 3C 8P King Power Equipment Operators Power Plant$51.977A 3C 8P King Power Equipment Operators Pumps - Water$51.977A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over$55.247A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $51.977A 3C 8P King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $55.247A 3C 8P King Power Equipment Operators Rigger And Bellman$51.977A 3C 8P King Power Equipment Operators Rollagon$55.247A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix$51.977A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $54.337A 3C 8P King Power Equipment Operators Roto-mill, Roto-grinder$54.757A 3C 8P King Power Equipment Operators Saws - Concrete$54.337A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $54.757A 3C 8P King Power Equipment Operators Scrapers - Concrete & Carry All $54.337A 3C 8P King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $55.247A 3C 8P King Power Equipment Operators Service Engineers - Equipment$54.337A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment$51.977A 3C 8P Page 9of 17 1/13/2015https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx King Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $54.337A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $55.247A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $54.757A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $55.797A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $56.367A 3C 8P King Power Equipment Operators Slipform Pavers$55.247A 3C 8P King Power Equipment Operators Spreader, Topsider & Screedman $55.247A 3C 8P King Power Equipment Operators Subgrader Trimmer$54.757A 3C 8P King Power Equipment Operators Tower Bucket Elevators$54.337A 3C 8P King Power Equipment Operators Tower Crane Over 175'in Height, Base To Boom $56.367A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $55.797A 3C 8P King Power Equipment Operators Transporters, All Track Or Truck Type $55.247A 3C 8P King Power Equipment Operators Trenching Machines$54.337A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $54.757A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $54.337A 3C 8P King Power Equipment Operators Truck Mount Portable Conveyor $54.757A 3C 8P King Power Equipment Operators Welder$55.247A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type$51.977A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer$54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Asphalt Plant Operators$55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Assistant Engineer$51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Barrier Machine (zipper)$54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Batch Plant Operator, Concrete $54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Bobcat$51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Brokk - Remote Demolition Equipment $51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Brooms$51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Bump Cutter$54.757A 3C 8P Page 10of 17 1/13/2015https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx King Power Equipment Operators- Underground Sewer & Water Cableways $55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Chipper$54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Compressor$51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M $55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Concrete Finish Machine -laser Screed $51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $54.337A 3C 8P King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m $54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Conveyors$54.337A 3C 8P King Power Equipment Operators- Underground Sewer & Water Cranes: 20 Tons Through 44 Tons With Attachments $54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $55.797A 3C 8P King Power Equipment Operators- Underground Sewer & Water Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $56.367A 3C 8P King Power Equipment Operators- Underground Sewer & Water Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Cranes: A-frame - 10 Tons And Under $51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Cranes: Friction 100 Tons Through 199 Tons $56.367A 3C 8P King Power Equipment Operators- Underground Sewer & Water Cranes: Friction Over 200 Tons$56.927A 3C 8P King Power Equipment Operators- Underground Sewer & Water Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $56.927A 3C 8P King Power Equipment Operators- Underground Sewer & Water Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons $54.337A 3C 8P King Power Equipment Operators- Underground Sewer & Water Crusher$54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Deck Engineer/deck Winches (power) $54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Derricks, On Building Work$55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Dozers D-9 & Under$54.337A 3C 8P Page 11of 17 1/13/2015https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx King Power Equipment Operators- Underground Sewer & Water Drill Oilers: Auger Type, Truck Or Crane Mount $54.337A 3C 8P King Power Equipment Operators- Underground Sewer & Water Drilling Machine$54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Elevator And Man-lift: Permanent And Shaft Type $51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Finishing Machine, Bidwell And Gamaco & Similar Equipment $54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Forklift: 3000 Lbs And Over With Attachments $54.337A 3C 8P King Power Equipment Operators- Underground Sewer & Water Forklifts: Under 3000 Lbs. With Attachments $51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc $54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Gradechecker/stakeman$51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Guardrail Punch$54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Horizontal/directional Drill Locator $54.337A 3C 8P King Power Equipment Operators- Underground Sewer & Water Horizontal/directional Drill Operator $54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Hydralifts/boom Trucks Over 10 Tons $54.337A 3C 8P King Power Equipment Operators- Underground Sewer & Water Hydralifts/boom Trucks, 10 Tons And Under $51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Loader, Overhead 8 Yards. & Over $55.797A 3C 8P King Power Equipment Operators- Underground Sewer & Water Loader, Overhead, 6 Yards. But Not Including 8 Yards $55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Loaders, Overhead Under 6 Yards $54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Loaders, Plant Feed$54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Loaders: Elevating Type Belt$54.337A 3C 8P King Power Equipment Operators- Underground Sewer & Water Locomotives, All$54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Material Transfer Device$54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $55.797A 3C 8P King Power Equipment Operators- Underground Sewer & Water Motor Patrol Grader - Non- finishing $54.337A 3C 8P Page 12 of 17 1/13/2015https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx King Power Equipment Operators- Underground Sewer & Water Motor Patrol Graders, Finishing $55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Oil Distributors, Blower Distribution & Mulch Seeding Operator $51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Outside Hoists (elevators And Manlifts), Air Tuggers,strato $54.337A 3C 8P King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 100 Tons And Over $55.797A 3C 8P King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 45 Tons Through 99 Tons $55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Pavement Breaker$51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Pile Driver (other Than Crane Mount) $54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Plant Oiler - Asphalt, Crusher$54.337A 3C 8P King Power Equipment Operators- Underground Sewer & Water Posthole Digger, Mechanical$51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Power Plant$51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Pumps - Water$51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Quad 9, Hd 41, D10 And Over$55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Remote Control Operator On Rubber Tired Earth Moving Equipment $55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Rigger And Bellman$51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Rollagon$55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Roller, Other Than Plant Mix$51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Roller, Plant Mix Or Multi-lift Materials $54.337A 3C 8P King Power Equipment Operators- Underground Sewer & Water Roto-mill, Roto-grinder$54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Saws - Concrete$54.337A 3C 8P King Power Equipment Operators- Underground Sewer & Water Scraper, Self Propelled Under 45 Yards $54.757A 3C 8P King$54.337A 3C 8P Page 13 of 17 1/13/2015https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx Power Equipment Operators- Underground Sewer & Water Scrapers - Concrete & Carry All King Power Equipment Operators- Underground Sewer & Water Scrapers, Self-propelled: 45 Yards And Over $55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Service Engineers - Equipment$54.337A 3C 8P King Power Equipment Operators- Underground Sewer & Water Shotcrete/gunite Equipment$51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $54.337A 3C 8P King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $55.797A 3C 8P King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $56.367A 3C 8P King Power Equipment Operators- Underground Sewer & Water Slipform Pavers$55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Spreader, Topsider & Screedman $55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Subgrader Trimmer$54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Tower Bucket Elevators$54.337A 3C 8P King Power Equipment Operators- Underground Sewer & Water Tower Crane Over 175'in Height, Base To Boom $56.367A 3C 8P King Power Equipment Operators- Underground Sewer & Water Tower Crane Up To 175' In Height Base To Boom $55.797A 3C 8P King Power Equipment Operators- Underground Sewer & Water Transporters, All Track Or Truck Type $55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Trenching Machines$54.337A 3C 8P King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/driver - 100 Tons And Over $54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/driver Under 100 Tons $54.337A 3C 8P King Power Equipment Operators- Underground Sewer & Water Truck Mount Portable Conveyor $54.757A 3C 8P King Power Equipment Operators- Underground Sewer & Water Welder$55.247A 3C 8P King Power Equipment Operators- Underground Sewer & Water Wheel Tractors, Farmall Type$51.977A 3C 8P King Power Equipment Operators- Underground Sewer & Water Yo Yo Pay Dozer$54.757A 3C 8P King Power Line Clearance Tree Trimmers Journey Level In Charge$44.865A 4A Page 14 of 17 1/13/2015https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx King Power Line Clearance Tree Trimmers Spray Person $42.58 5A 4A King Power Line Clearance Tree Trimmers Tree Equipment Operator$44.865A 4A King Power Line Clearance Tree Trimmers Tree Trimmer$40.085A 4A King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson$30.205A 4A King Refrigeration & Air Conditioning Mechanics Journey Level$72.466Z 1G King Residential Brick Mason Journey Level$51.325A 1M King Residential Carpenters Journey Level$28.201 King Residential Cement Masons Journey Level$22.641 King Residential Drywall Applicators Journey Level$40.145D 4C King Residential Drywall Tapers Journey Level$52.375P 1E King Residential Electricians Journey Level$30.441 King Residential Glaziers Journey Level$36.207L 1H King Residential Insulation Applicators Journey Level$26.281 King Residential Laborers Journey Level$23.031 King Residential Marble Setters Journey Level$24.091 King Residential Painters Journey Level$24.461 King Residential Plumbers & Pipefitters Journey Level$34.691 King Residential Refrigeration & Air Conditioning Mechanics Journey Level$72.466Z 1G King Residential Sheet Metal Workers Journey Level (Field or Shop)$42.587F 1R King Residential Soft Floor Layers Journey Level$42.415A 3D King Residential Sprinkler Fitters (Fire Protection) Journey Level$42.485C 2R King Residential Stone Masons Journey Level$51.325A 1M King Residential Terrazzo Workers Journey Level$46.965A 1M King Residential Terrazzo/Tile Finishers Journey Level$21.461 King Residential Tile Setters Journey Level$25.171 King Roofers Journey Level$44.715A 3H King Roofers Using Irritable Bituminous Materials $47.715A 3H King Sheet Metal Workers Journey Level (Field or Shop)$70.377F 1E King Shipbuilding & Ship Repair Boilermaker$40.727M 1H King Shipbuilding & Ship Repair Carpenter$39.247T 2B King Shipbuilding & Ship Repair Electrician$39.287T 4B King Shipbuilding & Ship Repair Heat & Frost Insulator$60.935J 1S King Shipbuilding & Ship Repair Laborer$39.347T 4B King Shipbuilding & Ship Repair Machinist$39.327T 4B King Shipbuilding & Ship Repair Operator$39.227T 4B Page 15 of 17 1/13/2015https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx King Shipbuilding & Ship Repair Painter $39.317T 4B King Shipbuilding & Ship Repair Pipefitter$39.227T 4B King Shipbuilding & Ship Repair Rigger$39.307T 4B King Shipbuilding & Ship Repair Sheet Metal$39.277T 4B King Shipbuilding & Ship Repair Shipfitter$39.307T 4B King Shipbuilding & Ship Repair Trucker$39.107T 4B King Shipbuilding & Ship Repair Warehouse$39.177T 4B King Shipbuilding & Ship Repair Welder/Burner$39.307T 4B King Sign Makers & Installers (Electrical) Sign Installer$22.921 King Sign Makers & Installers (Electrical) Sign Maker$21.361 King Sign Makers & Installers (Non- Electrical) Sign Installer$27.281 King Sign Makers & Installers (Non- Electrical) Sign Maker$33.251 King Soft Floor Layers Journey Level$42.415A 3D King Solar Controls For Windows Journey Level$12.441 King Sprinkler Fitters (Fire Protection) Journey Level$69.595C 1X King Stage Rigging Mechanics (Non Structural) Journey Level$13.231 King Stone Masons Journey Level$51.325A 1M King Street And Parking Lot Sweeper Workers Journey Level$19.091 King Surveyors Assistant Construction Site Surveyor $54.337A 3C 8P King Surveyors Chainman$53.817A 3C 8P King Surveyors Construction Site Surveyor$55.247A 3C 8P King Telecommunication Technicians Journey Level$22.761 King Telephone Line Construction - Outside Cable Splicer$36.965A 2B King Telephone Line Construction - Outside Hole Digger/Ground Person$20.495A 2B King Telephone Line Construction - Outside Installer (Repairer)$35.405A 2B King Telephone Line Construction - Outside Special Aparatus Installer I$36.965A 2B King Telephone Line Construction - Outside Special Apparatus Installer II$36.195A 2B King Telephone Line Construction - Outside Telephone Equipment Operator (Heavy) $36.965A 2B King Telephone Line Construction - Outside Telephone Equipment Operator (Light) $34.345A 2B King Telephone Line Construction - Outside Telephone Lineperson$34.345A 2B King Telephone Line Construction - Outside Television Groundperson$19.455A 2B Page 16 of 17 1/13/2015https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx King Telephone Line Construction - Outside Television Lineperson/Installer $25.895A 2B King Telephone Line Construction - Outside Television System Technician$30.975A 2B King Telephone Line Construction - Outside Television Technician$27.775A 2B King Telephone Line Construction - Outside Tree Trimmer$34.345A 2B King Terrazzo Workers Journey Level$46.965A 1M King Tile Setters Journey Level$21.651 King Tile, Marble & Terrazzo Finishers Finisher$37.795A 1B King Traffic Control Stripers Journey Level$43.117A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. WA-Joint Council 28) $48.875D 3A 8L King Truck Drivers Asphalt Mix To 16 Yards (W. WA-Joint Council 28) $48.035D 3A 8L King Truck Drivers Dump Truck & Trailer$48.875D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint Council 28) $48.035D 3A 8L King Truck Drivers Other Trucks (W. WA-Joint Council 28) $48.875D 3A 8L King Truck Drivers Transit Mixer$43.231 King Well Drillers & Irrigation Pump Installers Irrigation Pump Installer$17.711 King Well Drillers & Irrigation Pump Installers Oiler$12.971 King Well Drillers & Irrigation Pump Installers Well Driller$18.001 Page 17 of 17 1/13/2015https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx Supplemental to Wage Rates 08/31/2014 Edition, Published August 1st, 2014 1 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330. WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Supplemental to Wage Rates 08/31/2014 Edition, Published August 1st, 2014 2 Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans X 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans X 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. X 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. X 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. X Supplemental to Wage Rates 08/31/2014 Edition, Published August 1st, 2014 3 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. X 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. X 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). X 13. Concrete Piling--Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. X 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X 16. Precast Catch Basin - Catch Basin type 1, 1L, 1P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 08/31/2014 Edition, Published August 1st, 2014 4 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting X 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. X 23. Valve Vault - For use with underground utilities. See Contract Plans for details. X 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. X 25. Reinforced Earth Wall Panels – Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. X 26. Precast Concrete Walls - Precast Concrete Walls - tilt-up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used X Supplemental to Wage Rates 08/31/2014 Edition, Published August 1st, 2014 5 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. X 28. 12, 18 and 26 inch Standard Precast Prestressed Girder – Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A . X 30. Prestressed Tri-Beam Girder - Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 31. Prestressed Precast Hollow-Core Slab – Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. X 32. Prestressed-Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A X 33. Monument Case and Cover See Std. Plan. X Supplemental to Wage Rates 08/31/2014 Edition, Published August 1st, 2014 6 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 35. Mono-tube Sign Structures - Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. X 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication X 38. Light Standard-Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre-approved drawings. X 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre-approved drawings X 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. X Supplemental to Wage Rates 08/31/2014 Edition, Published August 1st, 2014 7 ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed X X Custom Message Std Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom End Sec Standard Sec 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X 48. Electrical wiring/components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 08/31/2014 Edition, Published August 1st, 2014 8 ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 08/31/2014 Edition, Published August 1st, 2014 9 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents.  Building Service Employees  Electrical Fixture Maintenance Workers  Electricians - Motor Shop  Heating Equipment Mechanics  Industrial Engine and Machine Mechanics  Industrial Power Vacuum Cleaners  Inspection, Cleaning, Sealing of Water Systems by Remote Control  Laborers - Underground Sewer & Water  Machinists (Hydroelectric Site Work)  Modular Buildings  Playground & Park Equipment Installers  Power Equipment Operators - Underground Sewer & Water  Residential *** ALL ASSOCIATED RATES ***  Sign Makers and Installers (Non-Electrical)  Sign Makers and Installers (Electrical)  Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators"  Fabricated Precast Concrete Products  Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 08/31/2014 Edition, Published August 1st, 2014 10 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above-listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 08/31/2014 Edition, Published August 1st, 2014 11 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Benefit Code Key – Effective 8-31-2014 thru 3-3-2015 1 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 8-31-2014 thru 3-3-2015 2 1. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. 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 8-31-2014 thru 3-3-2015 3 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Benefit Code Key – Effective 8-31-2014 thru 3-3-2015 4 3. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week (Monday through Friday,) or a four day-ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. Benefit Code Key – Effective 8-31-2014 thru 3-3-2015 5 Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Holiday Codes Continued Benefit Code Key – Effective 8-31-2014 thru 3-3-2015 6 6. A. Paid Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half-Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Benefit Code Key – Effective 8-31-2014 thru 3-3-2015 7 7. F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Da y after or before Christmas Day 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Benefit Code Key – Effective 8-31-2014 thru 3-3-2015 8 7. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, The Day After Or Before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, and The Day After Or Before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50’ To 100' -$2.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$3.00 per Foot for Each Foot Over 100 Feet Over 150' To 220' -$4.00 per Foot for Each Foot Over 150 Feet Over 220' -$5.00 per Foot for Each Foot Over 220 Feet C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50’ To 100' -$1.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200' -$2.00 per Foot for Each Foot Over 150 Feet Over 200' -Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. Benefit Code Key – Effective 8-31-2014 thru 3-3-2015 9 8. S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.